234
TENDER DOCUMENT (DOMESTIC COMPETITIVE BIDDING) (E-TENDER) FOR ANNUAL RATE CONTRACT FOR SUPPLY AND INSTALLATION OF TELECOM & SCADA EQUIPMENTS FOR EXTENDING DATA CONNECTIVITY TO UPCOMING LAST MILE CONSUMERS IN WESTERN REGION BID DOCUMENT NO: GAIL/NOIDA/PROJ/ARC/8000013892/VM (E-TENDER BID INVITATION REF. NO. 8000013892) PRE-BID MEETING : 17.10.2018 at 15:00 HRS DUE DATE & TIME FOR BID SUBMISSION : 31.10.2018 at 14:00 HRS DUE DATE & TIME FOR BID OPENING : 31.10.2018 at 15:00 HRS Phone: +91 0120-2446400 / 4262400 Extn. 11717 / 11735 E-mail- [email protected] / [email protected] @gail.co.in Website:www.gailonline.com

(DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

  • Upload
    others

  • View
    42

  • Download
    0

Embed Size (px)

Citation preview

Page 1: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

TENDER DOCUMENT

(DOMESTIC COMPETITIVE BIDDING)

(E-TENDER)

FOR

ANNUAL RATE CONTRACT FOR SUPPLY AND

INSTALLATION OF TELECOM & SCADA

EQUIPMENTS FOR EXTENDING DATA

CONNECTIVITY TO UPCOMING LAST MILE

CONSUMERS IN WESTERN REGION

BID DOCUMENT NO:

GAIL/NOIDA/PROJ/ARC/8000013892/VM

(E-TENDER BID INVITATION REF. NO. 8000013892)

PRE-BID MEETING : 17.10.2018 at 15:00 HRS

DUE DATE & TIME FOR BID SUBMISSION : 31.10.2018 at 14:00 HRS

DUE DATE & TIME FOR BID OPENING : 31.10.2018 at 15:00 HRS

Phone: +91 0120-2446400 / 4262400 Extn. 11717 / 11735

E-mail- [email protected] / [email protected] @gail.co.in

Website:www.gailonline.com

Page 2: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 2 -

SECTION-I

INVITATION FOR BID

(IFB)

Page 3: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 3 -

SECTION-I

"INVITATION FOR BID (IFB)”

Ref No: GAIL/NOIDA/PROJ/ARC/8000013892/VM Date: 10.10.2018

To,

PROSPECTIVE BIDDERS

SUB: TENDER DOCUMENT FOR ANNUAL RATE CONTRACT FOR

SUPPLY AND INSTALLATION OF TELECOM & SCADA EQUIPMENTS

FOR EXTENDING DATA CONNECTIVITY TO UPCOMING LAST MILE

CONSUMERS IN WESTERN REGION

Dear Sir/Madam,

1.0 GAIL (India) Limited [having registered office at 16, Bhikaji Cama

Plance, New Delhi 110066 CIN No. L40200DL1984GOI018976], the

largest state-owned natural gas processing and distribution company and the

youngest Maharatna, invites bids from bidders for the subject job/works, in

complete accordance with the following details and enclosed Tender

Documents.

2.0 The brief details of the tender are as under:

(A) NAME OF WORK / BRIEF

SCOPE OF WORK/JOB

ANNUAL RATE CONTRACT FOR

SUPPLY AND INSTALLATION OF

TELECOM & SCADA EQUIPMENTS FOR

EXTENDING DATA CONNECTIVITY TO

UPCOMING LAST MILE CONSUMERS IN

WESTERN REGION

(B) TENDER NO. & DATE GAIL/NOIDA/PROJ/ARC/8000013892/VM

DTD 10/10/2018

(E-TENDER NO. 8000013892)

(C) TYPE OF BIDDING SYSTEM TWO BID SYSTEM

Page 4: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 4 -

(D) TYPE OF TENDER

Domestic Competitive Bidding through E-

Tendering portal

(Bids must be submitted only through e-Tendering

mode using GAIL’s Portal

https://etender.gail.co.in, For necessary/security

setting in your PC and detailed instruction

regarding e-tendering process, please read

‘Ready Reckoner’, FAQs and “Help Document”

available on above mentioned website)

(E) COMPLETION/CONTRACT

PERIOD

Please see Special Conditions of Contract

(SCC)

(F) BID SECURITY / EARNEST

MONEY DEPOSIT (EMD)

Amount: INR 10.00 Lakhs ( Rupees Ten Lakhs

only)

(Refer clause no.16 of ITB)

(G) AVAILABILITY OF TENDER

DOCUMENT ON WEBSITE(S)

From 10.10.2018 to 31.10.2018 (1400 Hrs,

IST) on following websites:

(i) GAIL’s Tender Website –

www.gailtenders.in

(ii) Govt. CPP Portal -

https://eprocure.gov.in

(iii) GAIL’s e-Procurement Portal (e-

Portal)- https://etender.gail.co.in

[in case of e-Tendering]

(iv) Government E-Market (Gem) Protal

(v) PMC, if any:

(H) DATE, TIME & VENUE OF

PRE-BID MEETING

Date : 17.10.2018

Time : 1500 Hrs

Venue : GAIL Jubilee Tower, Sector-1, Noida

(I) DUE DATE & TIME OF BID-

SUBMISSION

Date : 31.10.2018

Time : 1400 Hrs

(J) DATE AND TIME OF UN-

PRICED BID OPENING

Date : 31.10.2018

Time : 1500 Hrs

(K) CONTACT DETAILS

Name : Mr. Vivek Mishra

Designation: Manager (C&P)

Phone: 00 91 0120-2446400 / 4262400

Extn. 11717

e-mail : [email protected]

(L) ALTERNATE CONTACT

PERSON

Name : Mr. P S Nabiyal

Designation: DGM (C&P)

Phone: 00 91 0120-2446400 / 4262400

Extn.11735

e-mail : [email protected]

Page 5: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 5 -

M Measurement of Work

a) Site-in- charge/Site Engineer will check 100%

measurements of executed work.

b) EIC will further check measurements at least

15% of bill value. In case, Site-in-Charge/Site

engineer is not available, EIC will check 100%

measurements of executed work.

c) An officer in the department at least one level

above EIC upto level of E-7, will check

measurements of 5% of bill value. In case,

above mentioned higher level officer is EIC,

then he will check measurements of 20% of bill

value.

In case of the days specified above happens to be a holiday in GAIL, the next

working day shall be implied.

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB

depending upon Type of Tender as mentioned at Clause no. 2.0 (D) of IFB. The

IFB is an integral and inseparable part of the bidding document.

4.0 Following documents in addition to uploading in the bid on GAIL’s e-tendering

website shall also be submitted in Original (in physical form) within 7 (seven)

days from the bid due date provided the scanned copies of the same have been

uploaded in e-tender by the bidder along with e-bid within the due date and time

to the address mentioned in Bid Data Sheet(BDS):-

i) EMD/Bid Security

ii) Power of Attorney

iii) Integrity Pact

5.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender

documents and not to stipulate any deviations/exceptions.

6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote

against this Tender Document, may download the complete Tender Document

alongwith its amendment(s) if any from websites as mentioned at 2.0 (G) of

IFB and submit their Bid complete in all respect as per terms & conditions of

Tender Document on or before the Due Date & Time of Bid Submission.

8.0 Bid(s) received from bidders to whom tender/information regarding this

Tender Document has been issued as well as offers received from the bidder(s)

by downloading Tender Document from above mentioned website(s) shall be

taken into consideration for evaluation & award provided that the Bidder is

found responsive subject to provisions contained in Clause No. 2 of ITB.

The Tender Document calls for offers on single point “Sole Bidder”

responsibility basis (except where JV/Consortium bid is allowed pursuant to

Page 6: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 6 -

clause no. 3.0 of ITB) and in total compliance of Scope of Works as specified

in Tender Document.

9.0 Clarification(s)/Corrigendum(s) if any shall also be available on above referred

websites. Any revision, clarification, addendum, corrigendum, time extension,

etc. to the this Tender Document will be hosted on the above mentioned

website(s) only. Bidders are requested to visit the website regularly to keep

themselves updated.

10.0 All the bidders including those who are not willing to submit their bid are

required to submit F-11 (Acknowledgement cum Consent letter) duly filled

within 7 days from receipt of tender information.

11.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral

part of the Tender Document.

12.0 GAIL reserves the right to reject any or all the bids received at its discretion

without assigning any reason whatsoever.

This is not an Order.

For & on behalf of

GAIL (India) Limited

(Authorized Signatory)

Name : Vivek Mishra

Designation: Manager (C&P)

Phone: 00 91 0120-2446400 / 4262400 Extn. 11717 E-mail : [email protected]

Page 7: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 7 -

GAIL (India) Limited

(A Govt. of India Undertaking)

NOTICE INVITING TENDER

(OPEN DOMESTIC COMPETITIVE BIDDING)

GAIL (India) Limited invites bids from eligible bidders for ANNUAL RATE CONTRACT

FOR SUPPLY AND INSTALLATION OF TELECOM & SCADA EQUIPMENTS

FOR EXTENDING DATA CONNECTIVITY TO UPCOMING LAST MILE

CONSUMERS IN WESTERN REGION as detailed below:

Sl.

No.

E-tender

No.

IFB and Tender

Document available on

website from

Date of Pre Bid

Meeting

Last date & time

for submission of

Bid

1 8000013892 10.10.2018 1500 hrs of 17.10.2018

1400 hrs of

31.10.2018

For further details, please visit GAIL’s e- Portal (https://etender.gail.co.in) / Tender Website

(http://www.gailtenders.in) or Govt. Website (http://eprocure.gov.in).

Any revision, clarification, addendum, corrigendum, time extension, etc. to the above tender

will be hosted on the above mentioned websites only and no separate notification shall be

issued in the press. Bidders are requested to visit the website regularly to keep themselves

updated.

Page 8: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 8 -

Bid Document No. : GAIL/NOIDA/PROJ/ARC/8000013892/VM

DTD 10/10/2018 (E-TENDER NO. 8000013892)

Description : ANNUAL RATE CONTRACT FOR SUPPLY AND

INSTALLATION OF TELECOM & SCADA

EQUIPMENTS FOR EXTENDING DATA

CONNECTIVITY TO UPCOMING LAST MILE

CONSUMERS IN WESTERN REGION

Due Date& Time : 31.10.2018 (On or before 1500 Hrs)

From: To:

……………………………………

……………………………………

…………………………………………………

…………………………………………………

(To be pasted on the envelope containing Physical documents (EMD, Power of

Attorney & Integrity pact)

=======================================

Page 9: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 9 -

SECTION-II

BID EVALUATION

CRITERIA &

EVALUATION

METHODOLOGY

Page 10: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 10 -

SECTION-II

BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

A. Technical Criteria

1.0 Bidder should have successfully executed one project covering Design,

Engineering & Supply, Installation, Testing and Commissioning of OFC

based SDH along with supply & integration of Network Management System

(NMS) in single order for minimum 4 Nos of SDH equipment (STM1/ STM4/

STM16 or above) in last seven (7) years reckoned from bid due date.

2.0 The bidder should have proven facilities for Engineering, Assembly /

Manufacturing, Integration, Testing of Synchronous Digital Hierarchy based

optical fibre communication system.

Note:

(i) A Job executed by a Bidder for its own plant/ project cannot be

considered as experience for the purpose of meeting BEC of this Tender

Document. However, jobs executed for Subsidiary/Fellow subsidiary /

Holding company will be considered as experience for the purpose of

meeting BEC subject to submission of tax paid invoice (s) duly certified

by Statutory Auditor of the Bidder towards payments of statutory tax in

support of the job executed for Subsidiary/Fellow subsidiary/ Holding

company. Such Bidders to submit these documents in addition to the

documents specified to meet BEC.

B. Financial Criteria

1.0 Annual Turnover: The minimum annual turnover achieved by the bidder as

per their audited financial results in any of the three preceding financial years

shall be INR 1.25 Crs.

2.0 Net Worth: Net Worth of the bidder should be Positive as per the last audited

financial statement.

3.0 Working Capital: The minimum working capital of the bidder, as per the last

audited financial statement, shall be INR 25 Lakhs.

[Note: If the bidder's minimum working capital is negative or inadequate, the

bidder should submit a letter from the bidder's bank, having net worth not

less than INR 100 Crore, confirming the availability of line of credit for the

working capital requirement stated above. The line of credit letter from

bank to be submitted strictly as per format available in tender].

Page 11: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 11 -

(i) If the bidder’s working capital is negative or inadequate, the bidder shall

submit a letter from their bank having net worth not less than Rs.100 crores

(or equivalent in USD), confirming the availability of line of credit for

working capital amount mentioned herein above.

The line of credit letter from bank to be submitted strictly as per format at

F-15.

(ii) Annual Turnover: In case the tenders having the due date for submission

of bid up to 30th

September of the relevant financial year, and audited

financial results of the immediate 3 preceding financial years are not

available, the bidder has an option to submit the audited financial results of

the 3 years immediately prior to that. Wherever the closing date of the bid is

after 30th

Sept. of the relevant financial year, bidder has to compulsorily

submit the audited financial results for the immediate 3 preceding financial

years. However, in case bidder is meeting the Annual Turnover criteria of

BEC based on Audited Financial Statement of any one of the preceding 3

financial years, the same shall suffice.

(iii) Net Worth/Working Capital: In case the tenders having the due date for

submission of bid up to 30th September of the relevant financial year, and

audited financial results of the immediate preceding financial year is not

available, in such case the audited financial results of the year immediately

prior to that year will be considered as last financial year for Net worth/

Working Capital calculation. Wherever the closing date of the bid is after

30th Sept. of the relevant financial year, Bidder has to compulsorily submit

the audited financial results for the immediate preceding financial year.

C. DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC

(i) Technical Criteria of BEC:

Sl.

No.

BEC- technical

Clause no.

Suggested documents

1 Clause no A (1.0) All relevant documents from client /end user in

single order

i. Purchase order / Work Order copy in the

name of bidder.

ii. Completion / execution certificate covering

all scope as defined in the clause (with cross

reference of the mentioned PO) in the name

of bidder.

(If the quantity and services not indicated in

the PO/ Work Order / client certificate; then

bidder must furnish the scope of work /

Page 12: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 12 -

approved BOM / any relevant documents to

comply the BEC requirements along with

certified site measurement by client/PMC)

2 Clause no A (2.0) Necessary proven facilities certification:

(Certifications from any third certifying agencies

or ISO certificate indicating scope of work for

the said services )

(ii) Financial Criteria of BEC:

BEC-

FINANCIAL

5 Annual Turn-over

Clause No. B (1.0)

Bidder(s) shall submit copy of Audited Financial

Statement [Balance Sheet and Profit & Loss

Account Statement] of three (3) preceding

Financial Year(s) along with un-price bid.

6 Net Worth

Clause No. B (2.0)

Bidder(s) shall submit copy of Audited Financial

Statement [Balance Sheet and Profit & Loss

Account Statement] of last Financial Year along

with un-price bid.

7 Working Capital

Clause No. B (3.0)

Bidder(s) shall submit copy of Audited Financial

Statement [Balance Sheet and Profit & Loss

Account Statement] for the last audited Financial

Year along with un-price bid.

If the bidder’s working capital is negative or

inadequate, the bidder shall submit a letter from

the their bank having net worth not less than Rs

100 Crore, confirming the availability of the line

of credit for the amount, stated above. (Refer for

format for certificate from bank if bidder’s

working capital is inadequate).

Page 13: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 13 -

D. AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN

SUPPORT OF BEC:

(i) Technical Criteria of BEC:

All documents in support of Technical Criteria of BEC to be furnished

by the Bidder shall necessarily be duly certified/ attested by Chartered

Engineer and Notary Public with legible stamp.

(ii) Financial Criteria of BEC:

Bidder shall submit “Details of financial capability of Bidder” in

prescribed format (F-16) duly signed and stamped by a chartered

accountant.

Further, copy of audited annual financial statements submitted in bid

shall be duly certified/ attested by Notary Public with legible stamp.

In absence of requisite documents, GAIL reserves the right

to reject the bid without making any reference to the bidder.

E. EVALUATION METHODOLOGY:

i. Methodology for Evaluation and Award shall include price evaluation based on

overall lowest evaluated price (L-1) basis.

ii. The bids will be evaluated after considering the effect of input credit of GST

(CGST & SGST/UTGST or IGST).

iii. In case any unregistered bidder is submitting their bid, their prices will be

loaded with applicable GST (CGST & SGST/UTGST or IGST) during

evaluation of bid (if applicable as per act/law in vogue). Input credit of GST

(CGST & SGST/UTGST or IGST will be considered during evaluation as per

evaluation methodology of tender document.

iv. In case any cess on GST is applicable same shall also be considered in

evaluation.

Page 14: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 14 -

SECTION-III

INSTRUCTION TO

BIDDERS

(TO BE READ IN CONJUNCTION WITH

BIDDING DATA SHEET (BDS)

Page 15: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 15 -

SECTION-III

INSTRUCTION TO BIDDERS

INDEX

[A] GENERAL:

1. SCOPE OF BID

2. ELIGIBLE BIDDERS

3. BIDS FROM CONSORTIUM / JOINT VENTURE

4. ONE BID PER BIDDER

5. COST OF BIDDING

6. SITE-VISIT

[B] BIDDING DOCUMENTS:

7. CONTENTS OF BIDDING DOCUMENTS

8. CLARIFICATION OF BIDDING DOCUMENTS

9. AMENDMENT OF BIDDING DOCUMENTS

[C] PREPARATION OF BIDS:

10. LANGUAGE OF BID

11. DOCUMENTS COMPRISING THE BID

12. SCHEDULE OF RATES / BID PRICES

13 GST (CGST & SGST/ UTGST or IGST )

14. BID CURRENCIES

15. BID VALIDITY

16. EARNEST MONEY DEPOSIT

17. PRE-BID MEETING

18. FORMAT AND SIGNING OF BID

19. ZERO DEVIATION & REJECTION CRITERIA

20. E-PAYMENT

[D] SUBMISSION OF BIDS:

21. SUBMISSION, SEALING AND MARKING OF BIDS

22. DEADLINE FOR SUBMISSION OF BIDS

23. LATE BIDS

24. MODIFICATION AND WITHDRAWAL OF BIDS

[E] BID OPENING AND EVALUATION:

25. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO

REJECT ANY OR ALL BIDS

26. BID OPENING

27. CONFIDENTIALITY

28. CONTACTING THE EMPLOYER

29. EXAMINATION OF BIDS AND DETERMINATION OF

RESPONSIVENESS

30. CORRECTION OF ERRORS

31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON

OF BIDS

Page 16: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 16 -

32. EVALUATION AND COMPARISON OF BIDS

33. COMPENSATION FOR EXTENDED STAY

34. PURCHASE PREFERENCE

[F] AWARD OF CONTRACT:

35. AWARD

36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]

37. SIGNING OF AGREEMENT

38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

39. PROCEDURE FOR ACTION IN CASE

CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE

PRACTICES

40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISE

41. AHR ITEMS

42. VENDOR EVALUATION PROCEDURE

43. INCOME TAX & CORPORATE TAX

44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT

DEPARTMENT AND ANOTHER AND ONE GOVERNMENT

DEPARTMENT AND PUBLIC ENTERPRISE AND ONE

PUBLIC ENTERPRISE AND ANOTHER

45. DISPUTE RESOLUTION

46. INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND

MATERIALS PROVIDERS)

47. PROMOTION OF PAYMENT THROUGH CARDS AND

DIGITAL MEANS

48. CONTRACTOR TO ENGAGE CONTRACT MANPOWER

BELONGING TO SCHEDULED CASTES AND WEAKER

SECTIONS OF THE SOCIETY

49. QUARTERLY CLOSURE OF THE CONTRACT

50. PROVISION FOR STARTUPS

[G] ANNEXURES:

1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE

CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE

PRACTICES

2. ANNEXURE-II: VENDOR PERFORMANCE EVALUATION

PROCEDURE

3. ANNEXURE-III : ADDENDUM TO INSTRUCTIONS TO

BIDDERS (INSTRUCTION FOR PARTICIPATION IN E-

TENDER)

4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)

Page 17: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 17 -

INSTRUCTIONS TO BIDDERS [ITB]

(TO BE READ IN CONJUNCTION WITH BIDDING DATA SHEET (BDS)

[A] – GENERAL

1 SCOPE OF BID

1.1 The Employer as defined in the "General Conditions of Contract [GCC]",

wishes to receive Bids as described in the Bidding Document/Tender document

issued by Employer. Employer/Owner/GAIL occurring herein under shall be

considered synonymous.

1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the

Bidding documents.

1.3 The successful bidder will be expected to complete the scope of Bid within the

period stated in Special Conditions of Contract.

1.4 Throughout the Bidding Documents, the terms 'Bid', 'Tender' & ‘Offer’ and

their derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous.

Further, 'Day' means 'Calendar Day' and 'Singular' also means 'Plural'.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Employer for

Corrupt/ Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to

Bidders [ITB], Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/

Coercive Practices).

2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project

Management Consultant (like EIL, Mecon only due to “poor performance” or

“corrupt and fraudulent practices”) or banned/blacklisted by Government

department/ Public Sector on due date of submission of bid. Further, neither

bidder nor their allied agency/(ies) (as defined in the Procedure for Action in

case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list

of GAIL or the Ministry of Petroleum and Natural Gas.

If the bidding documents were issued inadvertently/ downloaded from website,

offers submitted by such bidders shall not be considered for opening/

evaluation/Award and will be returned immediately to such bidders.

In case there is any change in status of the declaration prior to award of

contract, the same has to be promptly informed to GAIL by the bidder.

Page 18: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 18 -

It shall be the sole responsibility of the bidder to inform GAIL in case the

bidder is put on ‘Holiday’ by GAIL or Public Sector Project Management

Consultant (like EIL, Mecon. only due to “poor performance” or “corrupt and

fraudulent practices”) or banned/blacklisted by Government department/ Public

Sector on due date of submission of bid and during the course of finalization of

the tender. Concealment of the facts shall tantamount to misrepresentation of

facts and shall lead to action against such Bidders as per clause 39 of ITB.

2.3 The Bidder should not be under any liquidation court receivership or similar

proceedings on due date of submission of bid.

In case there is any change in status of the declaration prior to award of

contract, the same has to be promptly informed to GAIL by the bidder.

It shall be the sole responsibility of the bidder to inform GAIL in case the

bidder is under any liquidation court receivership or similar proceedings on

due date of submission of bid and during the course of finalization of the

tender. Concealment of the facts shall tantamount to misrepresentation of facts

and shall lead to action against such Bidders as per clause no.39 of ITB.

2.4 Bidder shall not be affiliated with a firm or entity:

(i) that has provided consulting services related to the work to the

Employer during the preparatory stages of the work or of the project of

which the works/services forms a part of or

(ii) that has been hired (proposed to be hired) by the Employer as an

Engineer/ Consultant for the contract.

2.5 Neither the firm/entity appointed as the Project Management Consultant

(PMC) for a contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to

participate in the tendering process unless it is the sole Licensor/Licensor

nominated agent/ vendor.

2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder

shall furnish all necessary supporting documentary evidence to establish

Bidder’s claim of meeting qualification criteria.

2.7 Power of Attorney:

In case of a Single Bidder, Power of Attorney issued by the Board of Directors/

CEO /Chairman/ MD / Company Secretary of the Bidder/ all partners in case

of Partnership firm/any person authorized in terms of Deed of LLP/Proprietor

in favour of the authorised employee(s) of the Bidder, in respect of the

particular tender for signing the Bid and all subsequent communications,

agreements, documents etc. pertaining to the tender and to act and take any and

all decision on behalf of the Bidder, is to be submitted.

Page 19: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 19 -

In case of a Consortium/JV, Power of Attorney issued by Board of Directors/

CEO /Chairman MD / Company Secretary of the Consortium Leader as well as

Consortium Member(s) of the Consortium/ partners of JV, in favour of the

authorised employee(s) of the Consortium Leader/Lead member of JV, for

signing the documents on behalf of the Bidder, in respect of this particular

tender, to sign the Bid and all subsequent communications, agreements,

documents etc. pertaining to the tender and act and take any and all decision on

behalf of the Consortium/JV, are to be submitted.

The authorized employee(s) of the Bidder shall be signing the Bid and any

consequence resulting due to such signing shall be binding on the Bidder.

3 BIDS FROM "JOINT VENTURE"/"CONSORTIUM" (FOR

APPLICABILITY OF THIS CLAUSE REFER BIDDING DATA

SHEET(BDS))

3.1 Bids from consortium/ JV of two or more members (maximum three including

leader) are acceptable provided that they fulfill the qualification criteria and

requirements stated in the Bidding Documents. Participating Consortium/ JV

shall submit the Agreement as per the format F-17 clearly defining the scope

and responsibility of each member. Members of consortium/ JV shall assume

responsibility jointly & severally. The EMD shall be submitted by the Bidder

(Consortium/ JV).

3.2 The Consortium/ JV Agreement must clearly define the leader/ lead partner,

who shall be responsible for timely completion of work/ services and shall

receive/ send instructions for and on behalf of the consortium during the period

the bid is under evaluation as well as during the execution of contract.

3.3 All the members shall authorize the representative from the lead partner by

submitting a Power of attorney (on a non judicial stamp paper of appropriate

value) signed by legally authorized signatories of all the member(s). Such

authorization must be accompanied with the bid. The authorized signatory

shall sign all the documents relating to the tender/ contract. However, in case

of award, payment shall be made to the consortium.

3.4 A consortium/ JV once established at the time of submitting the Bid shall not

be allowed to be altered with respect to constituting members of the JV/

Consortium or their respective roles/ scope of work, except if and when

required in writing by owner. If during the evaluation of bids, a consortium/JV

proposes any alteration/ changes in the orientation of consortium/JV or

replacements or inclusions or exclusions of any partner(s)/ member(s) which

had originally submitted the bid, bid from such a consortium/JV shall be liable

for rejection.

3.5 Any member of the consortium/ JV shall not be eligible either in an individual

capacity or be a part of any other consortium/JV to participate in this tender.

Page 20: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 20 -

Further, no member of the consortium/ JV shall be on ‘Holiday’ by GAIL or

Public Sector Project Management Consultant (like EIL, Mecon only due to

“poor performance” or “corrupt and fraudulent practices”) or banned/

blacklisted by Government department/ Public Sector on due date of

submission of bid. Offer submitted by such consortium/ JV shall not be

considered for opening/ evaluation/Award.

4 ONE BID PER BIDDER

4.1 A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process. A

Bidder who submits or participates in more than 'one [01] Bid' will cause all

the proposals in which the Bidder has participated to be disqualified.

4.2 Alternative Bids shall not be considered.

5 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission

of the Bid including but not limited to Bank charges all courier charges

including taxes & duties etc. incurred thereof. Further, GAIL will in no case,

be responsible or liable for these costs, regardless of the outcome of the

bidding process.

6 SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works and its

surroundings and obtain for itself on its own responsibility all information that

may be necessary for preparing the Bid and entering into a Contract for the

required job. The costs of visiting the site shall be borne by the Bidder.

6.2 The Bidder or any of its personnel or agents shall be granted permission by the

Employer to enter upon its premises and land for the purpose of such visits, but

only upon the express conditions that the Bidder, its personnel and agents will

release and indemnify the Employer and its personnel, agents from and against

all liabilities in respect thereof, and will be responsible for death or injury, loss

or damage to property, and any other loss, damage, costs, and expenses

incurred as a result of inspection.

6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-

compliance due to lack of any kind of pre-requisite information as it is the sole

responsibility of the Bidder to obtain all the necessary information with regard

to site, surrounding, working conditions, weather etc. on its own before

submission of the bid.

Page 21: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 21 -

[B] – BIDDING DOCUMENTS

7 CONTENTS OF BIDDING DOCUMENTS

7.1 The contents of Bidding Documents / Tender Documents are those stated

below, and should be read in conjunction with any 'Addendum / Corrigendum'

issued in accordance with "ITB: Clause-9":

Section-I : Invitation for Bid [IFB]

Section-II : BID EVALUATION CRITERIA [BEC] & Evaluation

methodology

Section-III : Instructions to Bidders [ITB]

Annexure

Forms & Format

Section-IV : General Conditions of Contract [GCC]

Section-V : Special Conditions of Contract [SCC]

Section-VI : Specifications, Scope of Work and Drawing

Section-VII : Schedule of Rates

*Request for Quotation’, wherever applicable, shall also form part of the Bidding

Document.

7.2 The Bidder is expected to examine all instructions, forms, terms & conditions

in the Bidding Documents. The "Request for Quotation [RFQ] & Invitation for

Bid (IFB)" together with all its attachments thereto, shall be considered to be

read, understood and accepted by the Bidders. Failure to furnish all

information required by the Bidding Documents or submission of a Bid not

substantially responsive to the Bidding Documents in every respect will be at

Bidder's risk and may result in the rejection of his Bid.

8 CLARIFICATION OF BIDDING DOCUMENTS

8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents

may notify GAIL in writing or by fax or email at GAIL's mailing address

indicated in the BDS no later than 02 (two) days prior to pre-bid meeting (in

cases where pre-bid meeting is scheduled) or 05 (five) days prior to the due

date of submission of bid in cases where pre-bid meeting is not held. GAIL

reserves the right to ignore the bidders request for clarification if received after

the aforesaid period. GAIL may respond in writing to the request for

clarification. GAIL's response including an explanation of the query, but

without identifying the source of the query will be uploaded on GAIL’s

tendering web site [https://etender.gail.co.in; http://gailtenders.in and

Government Website] / communicated to prospective bidders by e-mail/ fax.

8.2 Any clarification or information required by the Bidder but same not received

by the Employer at clause 8.1 (refer BDS for address) above is liable to be

considered as "no clarification / information required".

Page 22: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 22 -

9 AMENDMENT OF BIDDING DOCUMENTS

9.1 At any time prior to the 'Bid Due Date', Owner may, for any reason, whether at

its own initiative or in response to a clarification requested by a prospective

Bidder, modify the Bidding Documents by addenda/ corrigendum.

9.2 Any addendum/ corrigendum thus issued shall be integral part of the Tender

Document and shall be hosted on the websites as provided at clause no. 2.0 (G)

of IFB /communicated to prospective bidders by e-mail/ fax. Bidders have to

take into account all such addendum/ corrigendum before submitting their Bid.

9.3 The Employer, if consider necessary, may extend the date of submissions of

Bid in order to allow the Bidders a reasonable time to furnish their most

competitive bid taking into account the amendment issued thereof.

[C] – PREPARATION OF BIDS

10 LANGUAGE OF BID:

The bid prepared by the Bidder and all correspondence, drawing(s),

document(s), certificate(s) etc. relating to the Bid exchanged by Bidder and

GAIL shall be written in English language only. In case a document,

certificate, printed literature etc. furnished by the Bidder in in a language other

than English, the same should be accompanied by an English translation duly

authenticated by the Chamber of Commerce of Bidders Country, in which

case, for the purpose of interpretation of the Bid, the English translation shall

govern.

11. DOCUMENTS COMPRISING THE BID

11.1 In case the Bids are invited under the Manual two Bid system. The Bid

prepared by the Bidder shall comprise the following components sealed in 2

different envelopes:

11.1.1 ENVELOPE-I: "TECHNO-COMMERCIAL / UN-PRICED BID" shall

contain the following:

(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed

contents.

(b) 'Bidder's General Information', as per 'Form F-1'.

(c) 'Bid Form', as per 'Form F-2'

(d) Copies of documents, as required in 'Form F-3'

(e) As a confirmation that the prices are quoted in requisite format

complying with the requirements copy of Schedule of Rate (SOR) with

prices blanked out mentioning quoted / not quoted (as applicable)

written against each item.

Page 23: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 23 -

(f) 'Letter of Authority’ on the Letter Head, as per 'Form F-5'

(g) 'No Deviation Confirmation', as per 'Form F-6'

(h) 'Bidder's Declaration regarding Bankruptcy’, in 'Form F-7'

(i) 'Certificate for Non-Involvement of Government of India ' from Bidder,

as per 'Form F-8'

(j) 'Agreed Terms and Conditions', as per 'Form F-10'

(k) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-

11'

(l) Duly attested documents in accordance with the "BID EVALUATION

CRITERIA [BEC]" establishing the qualification.

(m) Undertaking on the Letter head, as per the Form F-12.

(n) Power of Attorney /copy of Board Resolution, in favour of the

authorized signatory of the Bid, as per clause no.2.7 of ITB

(o) EMD in original as per Clause 16 of ITB

(p) All forms and Formats including Annexures

(q) List of consortium/ JV member (s), if any, and Consortium Agreement

(as per format ) clearly defining their involvement & responsibility in

this work, wherever applicable as specified elsewhere in the

IFB/RFQ/BEC.

(r) ‘Integrity Pact’ as per ‘Form F-20’

(r) ‘Indemnity Bond’ as per ‘Form F-21’

(s) Tender Document duly signed/ digitally signed by the Authorized

Signatory.

(t) Additional document specified in Bidding Data Sheet (BDS).

(u) Any other information/details required as per Bidding Document

Note: All the pages of the Bid must be signed by the "Authorized Signatory"

of the Bidder.

11.1.2 ENVELOPE-II: Price Bid i) The Prices are to be submitted strictly as per the Schedule of Rate of the

bidding documents. GAIL shall not be responsible for any failure on the

part of the bidder to follow the instructions.

ii) Bidders are advised NOT to mention Rebate/Discount separately, either

in the SOR format or anywhere else in the offer. In case Bidder(s)

intend to offer any Rebate/Discount, they should include the same in the

item rate(s) itself under the “Schedule of Rates (SOR)” and indicate the

discounted unit rate(s) only.

iii) If any unconditional rebate has been offered in the quoted rate the same

shall be considered in arriving at evaluated price. However no

cognizance shall be taken for any conditional discount for the purpose

of evaluation of the bids.

iv) In case, it is observed that any of the bidder(s) has/have offered suo-

moto Discount/Rebate after opening of unpriced bid but before opening

of price bids such discount /rebate(s) shall not be considered for

evaluation. However, in the event of the bidder emerging as the lowest

evaluated bidder without considering the discount/rebate(s), then such

Page 24: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 24 -

discount/rebate(s) offered by the bidder shall be considered for Award

of Work and the same will be conclusive and binding on the bidder.

v) In the event as a result of techno-commercial discussions or pursuant to

seeking clarifications / confirmations from bidders, while evaluating the

un-priced part of the bid, any of the bidders submits a sealed envelope

stating that it contains revised prices; such bidder(s) will be requested to

withdraw the revised prices failing which the bid will not be considered

for further evaluation.

vi) In case any bidder does not quote for any item(s) of “Schedule of Rates”

and the estimated price impact is more than 10% of the quoted price,

then the bid will be rejected. If such price impact of unquoted items is

10% or less of his quoted price, then the unquoted item(s) shall be

loaded highest of the price quoted by the other bidders . If such bidder

happens to be lowest evaluated bidder, price of unquoted items shall be

considered as included in the quoted bid price.

11.2 In case the bids are invited under e-tendering system, bidders are requested to

refer instructions for participating in E-Tendering enclosed herewith as

Annexure-III and the ready reckoner for bidders available in

https://etender.gail.co.in. Bids submitted manually shall be rejected, the bids

must be submitted on GAIL’s E-tendering website as follows :-

11.2.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising all

the above documents mentioned at 11.1.1 along with copy of EMD/Bid Bond,

copy of Power of Attorney and copy of integrity pact should be uploaded in the

private area earmarked (Tender Document) in the GAIL’s e-tendering portal.

Further, Bidders must submit the original " EMD, Power of Attorney, Integrity

Pact (wherever applicable) and any other documents specified in the Tender

Document to the address mentioned in IFB, in a sealed envelope, superscribing

the details of Tender Document (i.e. tender number & tender for) within 7 days

from the date of un-priced bid opening.

Bidders are required to submit the EMD in original by Due Date and Time of

Bid Submission or upload a scanned copy of the same in the Part-I of the Bid.

If the Bidder is unable to submit EMD in original by Due Date and Time of

Bid Submission, the Bidder is required to upload a scanned copy of the EMD

in Part-I of Bid, provided the original EMD, copy of which has been uploaded,

is received within 7 days from the Due Date of Bid Opening, failing which the

Bid will be rejected irrespective of their status/ranking in tendering process and

notwithstanding the fact that a copy of EMD was earlier uploaded by the

Bidder.

Page 25: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 25 -

11.2.2 PART-II: PRICE BID

The Prices are to be filled strictly in the Schedule of Rate of the bidding

documents and provision mentioned at para 11.1.2 hereinabove and to

uploaded in SOR attachment/Conditions of E-tendering portal.

[In case of online bidding, necessary modifications w.r.t. SOR attachment and

provisions for online filling the rate and its attachment, should be mentioned]

11.3 In case of bids invited under single bid system, a single envelope containing all

documents specified at Clause 11.1.1 & 11.1.2 of ITB above form the BID. All

corresponding conditions specified at Clause 11.1.1 & 11.1.2 of ITB shall

become applicable in such a case.

12 SCHEDULE OF RATES / BID PRICES

12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for

the whole works as described in Bidding Documents, based on the rates and

prices submitted by the Bidder and accepted by the Employer. The prices

quoted by the Bidders will be inclusive of all taxes except GST (CGST &

SGST/UTGST or IGST).

12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part

of Tender document. If quoted in separate typed sheets and any variation in

item description, unit or quantity is noticed; the Bid is liable to be rejected.

12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost

involved for the performance of the completed item considering all parts of the

Bidding Document. In case any activity though specifically not covered in

description of item under "SOR" but is required to complete the works as per

Specifications, Scope of Work / Service, Standards, General Conditions of

Contract (“GCC"), Special Conditions of Contract ("SCC") or any other part of

Bidding Document, the prices quoted shall deemed to be inclusive of cost

incurred for such activity.

12.4 All duties, taxes and other levies [if any] payable by the Contractor under the

Contract, or for any other cause except final GST (CGST & SGST/ UTGST

or IGST) shall be included in the rates / prices and the total bid-price

submitted by the Bidder. Applicable rate of GST (CGST & SGST/ UTGST

or IGST) on the contract value shall be indicated in Agreed Terms &

Conditions (Format-F10) and SOR.

12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid until

completion of the Contract and will not be subject to variation on any account.

Any new taxes & Duties, if imposed by the State/ Govt. of India after due date

of bid submission but before the Contractual Delivery Date, shall be

reimbursed to the contractor on submission of documentary evidence for proof

of payment to State/ Govt. Authorities and after ascertaining it’s applicability

with respect to the contract.

Page 26: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 26 -

12.6 The Bidder shall quote the prices in 'figures' & words. There should not be any

discrepancy between the prices indicated in figures and the price indicated in

words. In case of any discrepancy, the same shall be dealt as per clause no. 30

of ITB.

12.7 Further, Bidder shall also mention the Service Accounting Codes (SAC) /

Harmonized System of Nomenclature (HSN) at the designated place in SOR.

13 GST (CGST & SGST/ UTGST or IGST)

13.1 Bidders are required to submit copy of the GST Registration Certificate while

submitting the bids wherever GST (CGST & SGST/UTGST or IGST) is

applicable.

13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST

& SGST or IGST or UTGST). Please note that the responsibility of payment

of GST (CGST & SGST or IGST or UTGST) lies with the Supplier of

Goods / Services only. Supplier of Goods / Services (Service Provider)

providing taxable service shall issue an Invoice/ Bill, as the case may be as per

rules/ regulation of GST. Further, returns and details required to be filled

under GST laws & rules should be timely filed by Supplier of Goods / Services

(Service Provider) with requisite details.

Payments to Service Provider for claiming GST (CGST & SGST/UTGST or

IGST) amount will be made provided the above formalities are fulfilled.

Further, GAIL may seek copies of challan and certificate from Chartered

Accountant for deposit of GST (CGST & SGST/UTGST or IGST) collected

from Owner.

13.3 In case CBEC (Central Board of Excise and Customs)/ any equivalent Central

Government agency/ State Government agency brings to the notice of GAIL

that the Supplier of Goods / Services (Service Provider) has not remitted the

amount towards GST (CGST & SGST/UTGST or IGST) collected from

GAIL to the government exchequer, then, that Supplier of Goods / Services

(Service Provider) shall be put under Holiday list of GAIL for period of six

months as mentioned in Procedure for Evaluation of Performance of Vendors/

Suppliers/Contractors/ Consultants.

13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST),

other than due to change in turnover, payable on the contract value during

contract period, the Supplier of Goods / Services (Service Provider) shall

submit a copy of the 'Government Notification' to evidence the rate as

applicable on the Bid due date and on the date of revision.

Beyond the contract period, in case GAIL is not entitled for input tax credit of

GST (CGST & SGST/UTGST or IGST), then any increase in the rate of

GST (CGST & SGST/UTGST or IGST) beyond the contractual delivery

Page 27: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 27 -

period shall be to Service Provider’s account whereas any decrease in the rate

GST (CGST & SGST/UTGST or IGST) shall be passed on to the Owner.

Beyond the contract period, in case GAIL is entitled for input tax credit of

GST (CGST & SGST/UTGST or IGST), then statutory variation in

applicable GST (CGST & SGST/UTGST or IGST) on supply and on

incidental services, shall be to GAIL’s account.

Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory

variation, should be raised within two [02] months from the date of issue of

'Government Notification' for payment of differential (in %) GST (CGST &

SGST/UTGST or IGST), otherwise claim in respect of above shall not be

entertained for payment of arrears.

The base date for the purpose of applying statutory variation shall be the Bid

Due Date.

13.5 Where the GAIL is entitled to avail the input tax credit of GST (CGST &

SGST/UTGST or IGST):-

13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to

the Supplier of Goods / Services (Service Provider) at actuals against

submission of Invoices as per format specified in rules/ regulation of GST to

enable Owner/GAIL to claim input tax credit of GST (CGST &

SGST/UTGST or IGST) paid. In case of any variation in the executed

quantities, the amount on which the GST (CGST & SGST/UTGST or IGST)

is applicable shall be modified in same proportion. Returns and details

required to be filled under GST laws & rules should be timely filed by supplier

with requisite details.

13.5.2 The input tax credit of GST (CGST & SGST/UTGST or IGST) quoted shall

be considered for evaluation of bids, as per evaluation criteria of tender

document.

13.6 Where the GAIL is not entitled to avail/take the full input tax credit of GST

(CGST & SGST/UTGST or IGST):-

13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the

Supplier of Goods / Services (Service Provider) at actuals against submission

of Invoices as per format specified in rules/ regulation of GST subject to the

ceiling amount of GST (CGST & SGST/UTGST or IGST) as quoted by the

bidder, subject to any statutory variations, except variations arising due to

change in turnover. In case of any variation in the executed quantities (If

directed and/or certified by the Engineer-In-Charge) the ceiling amount on

which GST (CGST & SGST/UTGST or IGST) is applicable will be

modified on pro-rata basis.

Page 28: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 28 -

13.6.2 The bids will be evaluated based on total price including applicable GST

(CGST & SGST/UTGST or IGST).

13.7 GAIL will prefer to deal with registered supplier of goods/ services under

GST. Therefore, bidders are requested to get themselves registered under GST,

it not registered yet.

However, in case any unregistered bidder is submitting their bid, their prices

will be loaded with applicable GST (CGST & SGST/UTGST or IGST)

while evaluation of bid bid (if applicable as per Govt. Act/ Law in vogue).

Where GAIL is entitled for input credit of GST (CGST & SGST/UTGST or

IGST), the same will be considered for evaluation of bid as per evaluation

methodology of tender document.

13.8 In case GAIL is required to pay entire/certain portion of applicable GST

(CGST & SGST/UTGST or IGST) and remaining portion, if any, is to be

deposited by Bidder directly as per GST (CGST & SGST/UTGST or IGST)

laws, entire applicable rate/amount of GST (CGST & SGST/UTGST or

IGST) to be indicated by bidder in the SOR.

Where GAIL has the obligation to discharge GST (CGST & SGST/UTGST

or IGST) liability under reverse charge mechanism and GAIL has paid or is

/liable to pay GST (CGST & SGST/UTGST or IGST) to the Government

on which interest or penalties becomes payable as per GST laws for any reason

which is not attributable to GAIL or ITC with respect to such payments is

not available to GAIL for any reason which is not attributable to GAIL, then

GAIL shall be entitled to deduct/ setoff / recover such amounts against any

amounts paid or payable by GAIL to Contractor / Supplier.

13.9 Contractor shall ensure timely submission of invoice(s) as per rules/ regulations

of GST with all required supporting document(s) within a period specified in

Contracts/ LOA to enable GAIL to avail input tax credit. Further, returns and

details required to be filled under GST laws & rules should be timely filed by

supplier with requisite details.

If input tax credit with respect to GST (CGST & SGST/UTGST or IGST) is

not available to GAIL for any reason which is not attributable to GAIL, then

GAIL shall not be obligated or liable to pay or reimburse GST (CGST &

SGST/UTGST or IGST) charged in the invoice(s) and shall be entitled to /

deduct/ setoff /recover the such GST (CGST & SGST/UTGST or IGST

UTGST) thereupon together with all penalties and interest if any, against any

amounts paid or payable by GAIL to Supplier of Goods / Services.

13.10 Anti-profiteering clause

As per Clause 171 of GST Act it is mandatory to pass on the benefit due to

reduction in rate of tax or from input tax credit to the consumer by way of

Page 29: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 29 -

commensurate reduction in prices. The Supplier of Goods / Services may note

the above and quote their prices accordingly.

13.11 In case the GST rating of vendor on the GST portal / Govt. official website is

negative / black listed, then the bids may be rejected by GAIL. Further, in case

rating of bidder is negative / black listed after award award of work for supply

of goods / services, then GAIL shall not be obligated or liable to pay or

reimburse GST to such vendor and shall also be entitled to deduct / recover

such GST along with all penalties / interest, if any, incurred by GAIL.

13.12 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017

which subsumed various indirect taxes and duties applicable before

01.07.2017. Accordingly, the provisions of General Condition of Contract

relating to taxes and duties which are subsumed in GST are modified to

aforesaid provisions mentioned in clause no. 12 and 13 of ITB.

14 BID CURRENCIES:

Bidders must submit bid in Indian Rupees only.

15 BID VALIDITY

15.1 Bids shall be kept valid for period specified in BDS from the final Due date of

submission of bid'. A Bid valid for a shorter period may be rejected by GAIL

as 'non-responsive'.

15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity

Period', the Employer may request the Bidders to extend the 'Period of Bid

Validity' for a specified additional period. The request and the responses

thereto shall be made in writing or by fax/email. A Bidder may refuse the

request without forfeiture of his EMD. A Bidder agreeing to the request will

not be required or permitted to modify his Bid, but will be required to extend

the validity of its EMD for the period of the extension and in accordance with

"ITB: Clause-16" in all respects.

16 EARNEST MONEY DEPOSIT

16.1 Bid must be accompanied with earnest money (i.e Earnest Money Deposit

(EMD) also known as Bid Security) in the form of ‘Demand Draft’ /

‘Banker’s Cheque’ [in favour of GAIL (India) Limited payable at place

mentioned in BDS] or ‘Bank Guarantee’ or ‘Letter of Credit’ strictly as per

the format given in form F 4/ F- 4A (as the case may be) of the Tender

Document or through E-banking directly to the bank account of GAIL.

Bidder shall ensure that EMD submitted in the form of ‘Bank Guarantee’ or

‘Letter of Credit’ should have a validity of at least ‘two [02] months’ beyond

the validity of the Bid. EMD submitted in the form of ‘Demand Draft’ or

‘Banker’s Cheque’ should be valid for three months.

Page 30: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 30 -

Bid not accompanied with EMD, or EMD not in requisite format shall be liable

for rejection. The EMD shall be submitted in Indian Rupees only.

16.2 The EMD is required to protect GAIL against the risk of Bidder’s conduct,

which would warrant the forfeiture of EMD, pursuant to clause-16.7 of ITB.

16.3 GAIL shall not be liable to pay any documentation charges, Bank charges,

commission, interest etc. on the amount of EMD. In case EMD is in the form

of a ‘Bank Guarantee’, the same shall be from any Indian scheduled Bank or a

branch of an International Bank situated in India and registered with ‘Reserve

Bank of India’ as Scheduled Foreign Bank. However, in case of ‘Bank

Guarantee’ from Banks other than the Nationalized Indian Banks, the Bank

must be commercial Bank having net worth in excess of Rs. 100 Crores

[Rupees One Hundred Crores] and a declaration to this effect should be made

by such commercial Bank either in the ‘Bank Guarantee’ itself or separately on

its letterhead.

16.4 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.3”

may be rejected by GAIL as non-responsive.

16.5 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as

possible, but not later than ‘thirty [30] days’ after finalization of tendering

process.

16.6 The successful Bidder’s EMD will be discharged upon the Bidder’s

acknowledging the ‘Award’ and signing the ‘Agreement’ (if applicable) and

furnishing the ‘Contract Performance Security (CPS)/ Security Deposit’

pursuant to clause no. 38 of ITB.

16.7 Notwithstanding anything contained herein, the EMD may also be forfeited in

any of the following cases:

(a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’

(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive

practice

(c) If the Bidder modifies Bid during the period of bid validity (after Due

Date and Time for Bid Submission).

(d) Violates any other condition, mentioned elsewhere in the Tender

Document, which may lead to forfeiture of EMD.

(e) In the case of a successful Bidder, if the Bidder fails to:

(i) to acknowledge receipt of the “Notification of Award” / Fax of

Acceptance[FOA]”,

(ii) to furnish “Contract Performance Security / Security Deposit”, in

accordance with “ITB: Clause-38”

(iii) to accept ‘arithmetical corrections’ as per provision of the clause

30 of ITB.

Page 31: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 31 -

16.8 In case EMD is in the form of ‘Bank Guarantee’ or ‘Letter of Credit’, the same

must indicate the Tender Document No. and the name of Tender Document for

which the Bidder is quoting. This is essential to have proper correlation at a

later date.

16.9 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in

accordance with the provisions of PPP-2012 and Clause 40 of ITB. However,

Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for

exemption of EMD. The Government Departments/PSUs are also exempted

from the payment of EMD.

17 PRE-BID MEETING (IF APPLICABLE)

17.1 The Bidder(s) or his designated representative are invited to attend a "Pre-Bid

Meeting" which will be held at address specified in IFB. It is expected that a

bidder shall not depute more than 02 representatives for the meeting.

17.2 Purpose of the meeting will be to clarify issues and to answer questions on any

matter that may be raised at that stage and give hands-on e-tendering.

17.3 Text of the questions raised and the responses given, together with any

responses prepared after the meeting, will be uploaded on GAIL e-tendering

website against the Tender. Any modification of the Contents of Bidding

Documents listed in "ITB: Clause-7.1", that may become necessary as a result

of the Pre-Bid Meeting shall be made by the Employer exclusively through the

issue of an Addendum / Corrigendum pursuant to "ITB: Clause-9", and not

through the minutes of the Pre-Bid Meeting.

17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification

of Bidder.

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink

[in the case of copies, photocopies are also acceptable] and shall be signed by a

person or persons duly authorized to sign on behalf of the Bidder (as per POA).

The name and position held by each person signing, must be typed or printed

below the signature. All pages of the Bid except for unamended printed

literature where entry(s) or amendment(s) have been made shall be initialed by

the person or persons signing the Bid.

18.2 The Bid shall contain no alterations, omissions, or additions, unless such

corrections are initialed by the person or persons signing the Bid.

18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed

in addendum to ITB.

Page 32: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 32 -

19 ZERO DEVIATION AND REJECTION CRITERIA

19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding

Documents" may lead to rejection of bid. GAIL will accept bids based on

terms & conditions of "Bidding Documents" only. Bidder may note GAIL will

determine the substantial responsiveness of each bid to the Bidding Documents

pursuant to provision contained in clause 29 of ITB. For purpose of this, a

substantially responsive bid is one which conforms to all terms and conditions

of the Bidding Documents without deviations or reservations. GAIL's

determination of a bid's responsiveness is based on the content of the bid itself

without recourse to extrinsic evidence. GAIL reserves the right to raise

technical and/or commercial query(s), if required, may be raised on the

bidder(s). The response(s) to the same shall be in writing, and no change in the

price(s) or substance of the bids shall be sought, offered or permitted. The

substance of the bid includes but not limited to prices, completion, scope,

technical specifications, etc. Bidders are requested to not to take any

deviation/exception to the terms and conditions laid down in this "Tender

Documents", and submit all requisite documents as mentioned in this "Tender

Documents", failing which their offer will be liable for rejection. If a bidder

does not reply to the queries in the permitted time frame then its bid shall be

evaluated based on the documents available in the bid.

19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the

following clauses of Tender document shall lead to summarily rejection of Bid:

(a) Firm Price

(b) Earnest Money Deposit / Bid Security

(c) Specifications & Scope of Work

(d) Schedule of Rates / Price Schedule / Price Basis

(e) Duration / Period of Contract/ Completion schedule

(f) Period of Validity of Bid

(g) Price Reduction Schedule

(h) Contract Performance Security

(i) Guarantee / Defect Liability Period

(j) Arbitration / Resolution of Dispute/Jurisdiction of Court

(k) Force Majeure & Applicable Laws

(l) Integrity Pact, if Applicable

(m) Any other condition specifically mentioned in the tender document

elsewhere that non-compliance of the clause lead to rejection of bid

Note: Further, it is once again reminded not to mention any condition in the

Bid which is contradictory to the terms and conditions of Tender document.

Page 33: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 33 -

20 E-PAYMENT

GAIL (India) Limited has initiated payments to Suppliers and Contractors

electronically, and to facilitate the payments electronically through 'e-

banking'. The successful bidder should give the details of his bank account as

per the bank mandate form.

[D] – SUBMISSION OF BIDS

21 SUBMISSION, SEALING AND MARKING OF BIDS

21.1 In case of e-tendering, bids shall be submitted through e-tender mode in the

manner specified elsewhere in tender document. No Manual/ Hard Copy

(Original) offer shall be acceptable.

21.2 In case of manual tendering bid must be submitted in sealed envelope. If the

envelope is not sealed & marked as per Clause No. 11 of ITB, the employer

will assume no responsibility for misplacement or pre-mature opening of the

bid.

21.3 All the bids shall be addressed to the owner at address specified in IFB.

21.4 Bids submitted under the name of AGENT/ CONSULTANT/

REPRESENTATIVE /RETAINER/ ASSOCIATE etc. on behalf of a

bidder/affiliate shall not be accepted.

22 DEADLINE FOR SUBMISSION OF BIDS

22.1 In case of e-bidding, the bids must be submitted through e-tender mode not

later than the date and time specified in the tender documents/BDS.

22.2 In case of manual tendering EMD along with bid must be submitted within the

due date & time.

22.3 GAIL may, in exceptional circumstances and at its discretion, extend the

deadline for submission of Bids (clause 9 of ITB refers). In which case all

rights and obligations of GAIL and the Bidders, previously subject to the

original deadline will thereafter be subject to the deadline as extended. Notice

for extension of due date of submission of bid will be uploaded on GAIL’s

website/ communicated to the bidders.

23 LATE BIDS

23.1 Any bids received after the notified date and time of closing of tenders will be

treated as late bids.

Page 34: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 34 -

23.2 In case of e-tendering, e-tendering system of GAIL shall close immediately

after the due date for submission of bid and no bids can be submitted

thereafter.

In case of manual tendering, bids received by GAIL after the due date for

submission of bids shall not be considered. Such late bids shall be returned to

the bidder within “10 days” in ‘unopened conditions’. The EMD of such

bidders shall be returned along with the un-opened bid. In case of e-tendering,

where the bid bond/physical documents has been received but the bid is not

submitted by the bidder in the e-tendering portal, such bid bond/ physical

documents shall be returned immediately.

23.3 Unsolicited Bids or Bids received to address other than one specifically

stipulated in the tender document will not be considered for

evaluation/opening/award if not received to the specified destination within

stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BIDS

24.1 Modification and withdrawal of bids shall be as follows:-

24.1.1 IN CASE OF E- TENDERING

The bidder may withdraw or modify its bid after bid submission but before the

due date and time for submission as per tender document.

24.1.2 IN CASE OF MANUAL BIDDING

The bidder may withdraw or modify its bid after bid submission but before the

due date for submission as per tender document provided that the written

notice of the modification/ substitution/ withdrawal in received by GAIL prior

to the deadline for submission of bid.

24.2 The modification shall also be prepared, sealed, marked and dispatched in

accordance with the provisions of the clause 11 & 22 of ITB with relevant

‘Cut-Out Slip’ duly pasted and mentioning on top of the envelope as

“MODIFICATION”. In case of withdrawal of bid, the Envelope containing

withdrawal letter duly superscribing the envelope as “WITHDRAWAL” and

“Tender Document number :….”/ communication regarding withdrawal of bid

with “Tender Document number :….”/ must reach concerned dealing official

of GAIL within Due date & Time of submission of Bid. No bid shall be

modified/ withdrawn after the Due Date & Time for Bid submission.

24.3 Any withdrawal/ modification/substitution of Bid in the interval between the

Due Date & Time for Bid submission and the expiration of the period of bid

validity specified by the Bidder in their Bid shall result in the Bidder’s

forfeiture of EMD pursuant to clause 16 of ITB and rejection of Bid.

Page 35: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 35 -

24.4 The latest Bid submitted by the Bidder shall be considered for evaluation and

all other Bid(s) shall be considered to be unconditionally withdrawn.

24.5 In case after price bid opening the lowest evaluated bidder (L1) is not awarded

the job for any mistake committed by him in bidding or withdrawal of bid or

modification of bid or varying any term in regard thereof leading to re-

tendering, GAIL shall forfeit EMD paid by the bidder and such bidders shall be

debarred from participation in re-tendering of the same job(s)/item(s). Further,

such bidder will be put on holiday for a period of six months after following

the due procedure.

25 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY

OR ALL BIDS

GAIL reserves the right to accept or reject any Bid, and to annul the Bidding

process and reject all Bids, at any time prior to award of Contract, without

thereby incurring any liability to the affected Bidder or Bidders or any

obligations to inform the affected Bidder or Bidders of the ground for GAIL's

action. However, Bidder if so desire may seek the reason (in writing) for

rejection of their Bid to which GAIL shall respond quickly.

[E] – BID OPENING AND EVALUATION

26 BID OPENING

26.1 Unpriced Bid Opening :

GAIL will open bids, in the presence of bidders’ designated representatives

who choose to attend, at date, time and location stipulated in the BDS. The

bidders’ representatives, who are present shall sign a bid opening register

evidencing their attendance.

26.2 Priced Bid Opening:

26.2.1 GAIL will open the price bids of those bidders who meet the qualification

requirement and whose bids is determined to be technically and commercially

responsive. Bidders selected for opening of their price bids shall be informed

about the date of price bid opening. Bidders may depute their authorized

representative to attend the bid opening. The bidders’ representatives, who are

present shall sign a register evidencing their attendance and may be required to

be present on a short notice.

26.2.2 The price bids of those Bidders who were not found to be techno-commercially

responsive shall not be opened in both manual tendering and e-tendering. In

case of Manual Tender, the envelope containing Price Bid shall be returned

Page 36: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 36 -

unopened after opening of the price bids of techno-commercially responsive

Bidders.

26.3 In case of bids invited under the single bid system, bid shall be opened on the

specified due date & time.

27 CONFIDENTIALITY

Information relating to the examination, clarification, evaluation and

comparison of Bids, and recommendations for the award of a Contract, shall

not be disclosed to Bidder(s) or any other persons not officially concerned with

such process.

28 CONTACTING THE EMPLOYER

28.1 From the time of Bid opening to the time of award of Contract, if any Bidder

wishes to contact the Employer on any matter related to the Bid, it should do so

in writing. Information relating to the examination, clarification, evaluation &

recommendation for award shall not be disclosed.

28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid

Evaluation', 'Bid Comparison', or 'Contract Award' decisions may result in the

rejection of the Bidder's Bid and action shall be initiated as per procedure in

this regard.

29 EXAMINATION OF BIDS AND DETERMINATION OF

RESPONSIVENESS

29.1 The owner’s determination of a bid’s responsiveness is based on the content of

the bid only. Prior to the detailed evaluation of Bids, the Employer will

determine whether each Bid:-

(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;

(b) Has been properly signed;

(c) Is accompanied by the required 'Earnest Money / Bid Security';

(d) Is substantially responsive to the requirements of the Bidding

Documents; and

(e) Provides any clarification and/or substantiation that the Employer may

require to determine responsiveness pursuant to "ITB: Clause-29.2"

29.2 A substantially responsive Bid is one which conforms to all the terms,

conditions and specifications of the Bidding Documents without material

deviations or reservations or omissions for this purpose employer defines the

foregoing terms below:-

a) “Deviation” is departure from the requirement specified in the tender

documents.

Page 37: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 37 -

b) “Reservation” is the setting of limiting conditions or withholding from

complete acceptance of the requirement in the tender documents.

c) “Omission” is the failure to submit part or all of the information or

documentation required in the tender document.

29.3 A material deviation, reservation or omission is one that,

a) If accepted would,

i) Affect in any substantial way the scope, quality, or performance

of the job as specified in tender documents.

ii) Limit, in any substantial way, inconsistent with the Tender

Document, the Employer’s rights or the tenderer’s obligations

under the proposed Contract.

b) If rectified, would unfairly affect the competitive position of other

bidders presenting substantially responsive bids.

29.4 The employer shall examine all aspects of the bid to confirm that all

requirements have been met without any material deviation, reservation or

omission.

29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and

may not subsequently be made responsive by correction or withdrawal of the

of material deviation, reservation or omission.

30 CORRECTION OF ERRORS

30.1 Bids determined to be substantially responsive will be checked by the

Employer for any arithmetic errors. Errors will be corrected by the Employer

as follows:

(i) When there is a difference between the rates in figures and words, the

rate which corresponds to the amount worked out by the Bidder (by

multiplying the quantity and rate) shall be taken as correct.

(ii) When the rate quoted by the Bidder in figures and words tallies but the

amount is incorrect, the rate quoted by the contractor shall be taken as

correct and not the amount and the amount shall be re-calculated/

corrected accordingly.

(iii) When it is not possible to ascertain the correct rate, in the manner

prescribed above, the rate as quoted in words shall be adopted and the

amount worked out, for comparison purposes

30.2 The amount stated in the bid will be adjusted by the Employer in accordance

with the above procedure for the correction of errors. If the bidder does not

accept the corrected amount of bid, its bid will be rejected, and the bid security

shall be forfeited.

Page 38: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 38 -

31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF

BIDS

Not Applicable. All bids submitted must be in the currency specified at clause

14 of ITB.

32 EVALUATION AND COMPARISON OF BIDS

Bid shall be evaluated as per evaluation criteria mentioned in Section-II of

bidding documents.

In case of a tie at the lowest bid (L1) position between two or more bidders, the

order/LoA will be placed on the bidder who has higher/ highest turnover in last

audited financial year.

33 COMPENSATION FOR EXTENDED STAY [NOT APPLICABLE TO

THIS TENDER]:-

33.1 In the event of the time of completions of work getting delayed beyond the

time schedule indicated in the bidding document plus a grace period equivalent

to 1/5th

of the time schedule or 2 months whichever is more, due to reasons

solely attributable to Employer, the Contractor shall be paid compensation for

extended stay (ESC) to maintain necessary organizational set up and

construction tools, tackles, equipment etc. at site of work.

33.2 The bidder is required to specify the rate for ESC on per month basis in the

“PRICE PART” of his bid, which shall be considered for loading on total

quoted price during price bid evaluation. The loading shall be done of a period

of 1/5th

of the time schedule or 1 month whichever is less. In case bidder does

not indicate the rate for ESC in price part of his bid, it will be presumed that no

ESC is required by the bidder and evaluation shall be carried out accordingly.

34 PURCHASE PREFERENCE

Purchase preference to Central government public sector Undertaking and

Micro and Small Enterprises (MSEs) shall be allowed as per Government

instructions in vogue.

[F] – AWARD OF CONTRACT

35 AWARD

Subject to "ITB: Clause-29", GAIL will award the Contract to the successful

Bidder whose Bid has been determined to be substantially responsive and has

been determined as the lowest provided that bidder, is determined to be

qualified to satisfactorily perform the Contract.

Page 39: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 39 -

“GAIL intent to place the order/contract directly on the address from where

Goods are produced/dispatched are Services are rendered. In case, bidder

wants order/ contract at some other address or supply of Goods/ Services

from multiple locations, bidder is required to provide in their bid address on

which order is to be placed”.

36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE

36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for

acceptance of the Bid will be intimated to the successful Bidder by GAIL

either by Fax / E - mail /Letter or like means defined as the “Fax of Acceptance

(FOA)”. The Contract shall enter into force on the date of FOA and the same

shall be binding on GAIL and successful Bidder (i.e. Contractor/Service

Provider). The Notification of Award/FOA will constitute the formation of a

Contract. The detailed Letter of Acceptance shall be issued thereafter

incorporating terms & conditions of Tender Document, Corrigendum,

Clarification(s), Bid and agreed variation(s)/acceptable deviation(s), if any.

GAIL may choose to issue Notification of Award in form of detailed Letter of

Acceptance without issuing FOA and in such case the Contract shall enter into

force on the date of detailed Letter of Acceptance only.

36.2 Contract period shall commence from the date of "Notification of Award" or as

mentioned in the Notification of Award. The "Notification of Award" will

constitute the formation of a Contract, until the Contract has been effected

pursuant to signing of Contract as per "ITB: Clause-37".

Upon the successful Bidder's / Contractor's furnishing of 'Contract

Performance Security / Security Deposit', pursuant to "ITB: Clause-38", GAIL

will promptly discharge his 'Earnest Money / Bid Security', pursuant to "ITB:

Clause-16"

37 SIGNING OF AGREEMENT

37.1 GAIL will award the Contract to the successful Bidder, who, within 'fifteen

[15] days' of receipt of the same, shall sign and return the acknowledged copy

to GAIL.

37.2 The successful Bidder/Contractor shall be required to execute an 'Agreement'

in the proforma given in this Bidding Document on a 'non-judicial stamp paper'

of appropriate value [cost of the 'stamp-paper' shall be borne by the successful

Bidder/Contractor] and of ' state' specified in Bidding Data Sheet (BDS) only,

within 'fifteen [15] days' of receipt of the "Fax of Acceptance [FOA]" of the

Tender by the successful Bidder/Contractor failure on the part of the successful

Bidder/Contractor to sign the 'Agreement' within the above stipulated period,

shall constitute sufficient grounds for forfeiture of EMD/Security Deposit.

Page 40: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 40 -

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

38.1 Within 30 days of the receipt of the notification of award/ Fax of Acceptance

from GAIL, the successful bidder shall furnish the Contract Performance

Security (CPS) in accordance with of General Conditions of the Contract. The

CPS shall be in the form of either Banker’s Cheque or Demand Draft or Bank

Guarantee or Letter of Credit and shall be in the currency of the Contract.

However, CPS shall not be applicable in cases wherein the individual

order/contract value as specified in Notification of Award is less than INR 5

Lakh (exclusive of GST).

38.2 The contract performance security shall be for an amount equal to specified in

Bidding Data Sheet (BDS) towards faithful performance of the contractual

obligations and performance of equipment. For the purpose of CPS,

Contract/order value shall be exclusive of GST (CGST & SGST/UTGST or

IGST) to be reimbursed by the Owner.

Bank Guarantee towards CPS shall be from any Indian scheduled bank or a

branch of an International bank situated in India and registered with Reserve

bank of India as scheduled foreign bank in case of Indian bidder as well as

foreign bidder. However, in case of bank guarantees from banks other than the

Nationalized Indian banks, the bank must be a commercial bank having net

worth in excess of Rs 100 crores and a declaration to this effect should be

made by such commercial bank either in the Bank Guarantee itself or

separately on its letterhead. This bank guarantee shall be valid for a period as

three months beyond the DLP specified in Bid Data Sheet.

38.3 Failure of the successful bidder to comply with the requirements of this article

shall constitute sufficient grounds for the annulment of the award and

forfeiture of the EMD.

38.4 The CPS has to cover the entire contract value including extra works/services

also. As long as the CPS submitted at the time of award take cares the extra

works/ services executed and total executed value are within the awarded

contract price, there is no need for additional CPS. As soon as the total

executed value is likely to burst the ceiling of awarded contract price, the

contractor should furnish additional CPS.

38.5 Further, the bidder can submit CPBG on line through issuing bank to GAIL

directly as per Ministry of Finance (MOF) Department of financial service

direction vide letter ref number F.No.7/112/2011-BOA dated 17th

July 2012. In

such cases confirmation will not be sought from issuing banker by GAIL.

Page 41: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 41 -

39 PROCEDURE FOR ACTION IN CASE CORRUPT/

FRAUDULENT/COLLUSIVE/ COERCIVE PRACTICES

39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices

is enclosed at Annexure-I.

39.2 The Fraud Prevention Policy document is available on GAIL’s website

(www.gailonline.com)

39.3 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF

BANNING OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/

CONSULTANTS INDULGED IN FRAUDULENT/ COERCIVE

PRACTICES

Notwithstanding anything contained contrary in GCC and other "CONTRACT

DOCUMENTS", in case it is found that the Vendors/ Suppliers /

Contractors/Bidders/ Consultants indulged in fraudulent/ coercive practices at

the time of bidding, during execution of the contract etc., and/or on other

grounds as mentioned in GAIL’s “Procedure for action in case

Corrupt/Fraudulent/Collusive/Coercive Practices” (Annexure-I), the

contractor/bidder shall be banned (in terms of aforesaid procedure) from the

date of issuance of such order by GAIL (India) Ltd., to such Vendors/

Suppliers / Contractors/Bidders/ Consultants.

The Vendor/ Supplier / Contractor/ Bidder/Consultant understands and agrees

that in such cases where Vendor/ Supplier / Contractor/ Bidder/Consultant has

been banned (in terms of aforesaid procedure) from the date of issuance of

such order by GAIL (India) Limited, such decision of GAIL (India) Limited

shall be final and binding on such Vendor/ Supplier / Contractor/

Bidder/Consultant and the ‘Arbitration clause’ in the GCC and

other "CONTRACT DOCUMENTS" shall not be applicable for any

consequential issue /dispute arising in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISES

40.1 Public Procurement Policy on procurement of goods, works and services from

Micro and Small) Enterprises (MSEs) is applicable only to the extent of

exemption to MSEs from payment of EMD/Bid Security.

40.2 In case bidder is a Micro or Small Enterprise under the Micro, Small and

Medium Enterprises Development Act, 2006, the bidder shall submit the

following :

a) Documentary evidence that the bidder is a Micro or Small Enterprises

registered with District Industries Centers or Khadi and Village Industries

National Small Industries Corporation or Directorate of Handicrafts and

Page 42: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 42 -

Handloom or any other body specified by Ministry of Micro, Small and

Medium Enterprises or Udyog Aadhaar Memorandum.

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish

appropriate documentary evidence in this regard.

The above documents submitted by the bidder shall be duly certified by the

Chartered Accountant (not being an employee or a Director or not having any

interest in the bidder’s company/firm) and notary public with legible stamp.

a) In case of proprietary MSE, Proprietor(s) shall be SC/ST.

b) In case of partnership MSE, the SC/ST partners shall be holding atleast

51% share in the unit

c) In case of private Limited Companies, at least 51%share is held by

SC/ST. If the MSE is owned by SC/ST entrepreneurs, the bidder shall

furnish appropriate documentary evidence in this regard.

If the bidder does not provide the above confirmation or appropriate document

or any evidence, then it will be presumed that they do not qualify for any

preference admissible in the Public Procurement Policy (PPP) 2012.

Further, MSEs who are availing the benfits of the Public Procurement Policy

(PPP) 2012 get themselves registered with MSME Data Bank being operated

by NSIC, under SME Division, M/o MSME, in order to create proper data

base of MSEs which are making supplies to CPSUs.

40.3 If against an order placed by GAIL, successful bidder(s) (other than

Micro/Small Enterprise) is procuring material/services from their sub-vendor

who is a Micro or Small Enterprise registered with District Industries Centers

or Khadi and Village Industries Commission or Khadi and Village Industries

Board or Coir Board or National Small Industries Corporation or Directorate of

Handicrafts and Handloom or any other body specified by Ministry of Micro,

Small and Medium Enterprises with prior consent in writing of the purchasing

authority/Engineer-in-charge, the details like Name, Registration No., Address,

Contact No. details of material & value of procurement made, etc. of such

Enterprises shall be furnished by the successful bidder at the time of

submission of invoice/Bill.

40.4 The benefit of policy are not extended to the traders/dealers/ Distributors

/Stockiest/Wholesalers.

40.5 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme”

under which they are assisting the Micro & Small enterprises to market their

products and services through tender participation on behalf of the individual

unit or through consortia.

Page 43: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 43 -

Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted

by NSIC, is meeting the BEC and other terms and conditions of tender their bid

will be considered for further evaluation.

Further, in such cases a declaration is to be submitted by MSE/ consortia on

their letter head (s) that all the terms and conditions of tender document shall

be acceptable to them.

41 AHR ITEMS

In item rate contract where the quoted rates for the items exceed 50% of the

estimate rates, such items will be considered as Abnormally High Rates (AHR)

items and payment of AHR items beyond the SOR stipulated quantities shall be

made at the lowest amongst the following rates:

I) Rates as per SOR, quoted by the Contractor/Bidder.

II) Rate of the item, which shall be derived as follows:

a. Based on rates of Machine and labour as available from the

contract (which includes contractor’s supervision, profit,

overheads and other expenses).

b. In case rates are not available in the contract, rates will be

calculated based on prevailing market rates of machine, material

and labour plus 15% to cover contractor’s supervision profit,

overhead & other expenses.

42 VENDOR PERFORMANCE EVALUATION

Shall be as stipulated Annexure II to ITB herewith.

43 INCOME TAX & CORPORATE TAX

43.1 Income tax deduction shall be made from all payments made to the contractor

as per the rules and regulations in force and in accordance with the Income Tax

Act prevailing from time to time.

43.2 Corporate Tax liability, if any, shall be to the contractor’s account.

43.3 TDS, wherever applicable, shall be deducted as per applicable act/law/rule.

43.4 MENTIONING OF PAN NO. IN INVOICE/BILL

As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN

no. is mandatory for procurement of goods / services/works/consultancy

services exceeding Rs. 2 Lacs per transaction.

Page 44: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 44 -

Accordingly, supplier/ contractor/ service provider/ consultant should mention

their PAN no. in their invoice/ bill for any transaction exceeding Rs. 2 lakhs.

As provided in the notification, in case supplier/ contractor/ service provider/

consultant do not have PAN no., they have to submit declaration in Form 60

along with invoice/ bill for each transaction.

Payment of supplier/ contractor / service provider/ consultant shall be

processed only after fulfilment of above requirement

44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT

DEPARTMENT AND ANOTHER AND ONE GOVERNMENT

DEPARTMENT AND PUBLIC ENTERPRISE AND ONE PUBLIC

ENTERPRISE AND ANOTHER

In the event of any dispute or difference relating to the interpretation and

application of the provisions of the contracts, such dispute or difference shall

be referred by either party for Arbitration to the sole Arbitrator in the

Department of Public Enterprises to be nominated by the Secretary to the

Government of India in-charge of the Department of Public Enterprises. The

Arbitration and Conciliation Act, 1996 shall not be applicable to arbitrator

under this clause. The award of the Arbitrator shall be binding upon the parties

to the dispute, provided, however, any party aggrieved by such award may

make a further reference for setting aside or revision of the award to the Law

Secretary, Department of Legal Affairs, Ministry of Law & Justice,

Government of India. Upon such reference the dispute shall be decided by the

Law Secretary or the Special Secretary / Additional Secretary, when so

authorized by the Law Secretary, whose decision shall bind the Parties finally

and conclusively. The parties to the dispute will share equally the cost of

arbitration as intimated by the Arbitrator.

45 DISPUTE RESOLUTION (ADDENDUM TO PROVISION REGARDING

APPLICABLE LAWS AND SETTLEMENT OF DISPUTES OF GCC)

45.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity

with supplementary to Part – III of the Indian Arbitration and Conciliation Act

1996 for speedier, cost effective and amicable settlement of disputes through

conciliation. A copy of the said rules made available on GAIL’s web site

www.gailonline.com for reference. Unless otherwise specified, the matters

where decision of the Engineer-in-Charge is deemed to be final and binding as

provided in the Agreement and the issues/disputes which cannot be mutually

resolved within a reasonable time, all disputes shall be settled in accordance

with the Conciliation Rules 2010.

45.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/amongst

the Parties arising under/out of/in connection with this contract shall be settled

in accordance with the aforesaid rules.

Page 45: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 45 -

45.3 In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other

Party (ies) in writing about such a dispute(s) / difference(s) / issue(s) between /

amongst the Parties and that such a Party wishes to refer the

dispute(s)/difference(s)/issue(s) to Conciliation. Such Invitation for

Conciliation shall contain sufficient information as to the

dispute(s)/difference(s)/issue(s) to enable the other Party (ies) to be fully

informed as to the nature of the dispute(s)/difference(s)/issue(s), the amount of

monetary claim, if any, and apparent cause(s) of action.

45.4 Conciliation proceedings commence when the other Party(ies) accept(s) the

invitation to conciliate and confirmed in writing. If the other Party (ies)

reject(s) the invitation, there will be no conciliation proceedings.

45.5 If the Party initiating conciliation does not receive a reply within thirty days

from the date on which he/she sends the invitation, or within such other period

of time as specified in the invitation, he/she may elect to treat this as a rejection

of the invitation to conciliate. If he/she so elects, he/she shall inform the other

Party(ies) accordingly.

45.6 Where Invitation for Conciliation has been furnished, the Parties shall attempt

to settle such dispute(s) amicably under Part-III of the Indian Arbitration and

Conciliation Act, 1996 and GAIL (India) Limited Conciliation Rules, 2010. It

would be only after exhausting the option of Conciliation as an Alternate

Dispute Resolution Mechanism that the Parties hereto shall go for Arbitration.

For the purpose of this clause, the option of ‘Conciliation’ shall be deemed to

have been exhausted, even in case of rejection of ‘Conciliation’ by any of the

Parties.

45.7 The cost of Conciliation proceedings including but not limited to fees for

Conciliator(s), Airfare, Local Transport, Accommodation, cost towards

conference facility etc. shall be borne by the Parties equally.

45.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same

during the pendency of Conciliation proceedings. The Settlement Agreement,

as and when reached/agreed upon, shall be signed between the Parties and

Conciliation proceedings shall stand terminated on the date of the Settlement

Agreement.

46.0 INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND

MATERIALS PROVIDERS)

INAM-Pro (Platform for infrastructure and materials providers) is a web based

platform for infrastructure provides and materials suppliers and was developed

by Ministry of Road Transport and Highways (MoRT&H) with a view to

reduce project execution delays on account of supply shortages and inspire

greater confidence in contractors to procure cement to start with directly from

the manufacturers. Presently, numerous cement companies are registered in the

Page 46: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 46 -

portal and offering cement for sale on the portal with a commitment period of 3

years. These companies have bound themselves by ceiling rates for the entire

commitment period, wherein they are allowed to reduce or increase their

cement rates any number of times within the ceiling rate, but are not permitted

to exceed the said ceiling rate.

MoRT&H is expanding the reach of this web-portal by increasing both the

product width as well as the product depth. They are working on incorporating

60 plus product categories. The product range will span from large machineries

like Earth Movers and Concrete Mixers, to even the smallest items like road

studs. MoRT&H intend to turn it into a portal which services every

infrastructure development related need of a modern contractor.

GAIL’s contractors may use this innovative platform, wherever applicable. The

usage of web – Portal is a completely voluntary exercise. The platform,

however, can serve as a benchmark for comparison of offered prices and

products.

47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL

MEANS

To promote cashless transactions, the onward payments by Contractors to their

employees, service providers, sub-contractors and suppliers may be made

through Cards and Digital means to the extent possible

48 CONTRACTOR TO ENGAGE CONTRACT MANPOWER

BELONGING TO SCHEDULED CASTES AND WEAKER SECTIONS

OF THE SOCIETY

While engaging the contractual manpower, Contractors are required to make

efforts to provide opportunity of employment to the people belonging to

Scheduled Castes and weaker sections of the society also in order to have a

fair representation of these sections.

49. QUARTERLY CLOSURE OF THE CONTRACT

During execution of contracts/orders, various issues may arise. In order to

timely detect and to address the contractual issue (s) during the execution of

contracts, GAIL has introduced a mechanism of quarterly closure of the

contract, under which all the issues related to the contract execution will be

monitored on quarterly basis for resolution.

Vendors/Contractors are required to co-operate with EIC for proper

implementation of this mechanism for smooth execution of the contract.”

Page 47: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 47 -

Annexure-I

PROCEDURE FOR ACTION IN CASE

CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly

or indirectly, anything of value to improperly influence the actions in selection

process or in contract execution.

“Corrupt Practice” also includes any omission for misrepresentation that may

mislead or attempt to mislead so that financial or other benefit may be obtained

or an obligation avoided.

A2 “Fraudulent Practice” means and include any act or omission committed by a

agency or with his connivance or by his agent by misrepresenting/ submitting

false documents and/ or false information or concealment of facts or to deceive

in order to influence a selection process or during execution of contract/ order.

A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a

scheme or arrangement designed to establish bid prices at artificial non-

competitive levels and to deprive the Employer of the benefits of free and open

competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or

harm directly or indirectly, any agency or its property to influence the

improperly actions of an agency, obstruction of any investigation or auditing of

a procurement process.

A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as

“Agency”

A.6 ”Appellate Authority” shall mean Committee of Directors consisting of Director

(Finance) and Director (BD) for works centers under Director (Projects). For all

other cases committee of Directors shall consist of Director (Finance) &

Director (Projects).

A.7 “Competent Authority” shall mean the authority, who is competent to take final

decision for Suspension of business dealing with an Agency/ (ies) and Banning

of business dealings with Agency/ (ies) and shall be the “Director” concerned.

A.8 “Allied Agency” shall mean all the concerns within the sphere of effective

influence of banned/ suspended agencies. In determining this, the following

factors may be taken into consideration:

(a) Whether the management is common;

Page 48: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 48 -

(b) Majority interest in the management is held by the partners or directors

of banned/ suspended firm.

(c ) substantial or majority shares are owned by banned/ suspended agency

and by virtue of this it has a controlling voice.

A.9 “Investigating Agency” shall mean any department or unit of GAIL

investigating into the conduct of Agency/ party and shall include the Vigilance

Department of the GAIL, Central Bureau of Investigation, State Police or any

other agency set up by the Central or state government having power to

investigate.

B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/

coercive practice

B.1 Irregularities noticed during the evaluation of the bids :

If it is observed during bidding process/ bids evaluation stage that a bidder has

indulged in corrupt/fraudulent /collusive/coercive practice, the bid of such

Bidder (s) shall be rejected and its Earnest Money Deposit (EMD) shall be

forfeited.

Further, such agency shall be banned for future business with GAIL for a

period specified in para B 2.2 below from the date of issue of banning order.

B.2 Irregularities noticed after award of contract

(i) During execution of contract:

If an agency, is found to have indulged in corrupt/fraudulent/

collusive/coercive practices, during execution of contract, the agency

shall be banned for future business with GAIL for a period specified in

para B 2.2 below from the date of issue of banning order.

The concerned order (s)/ contract(s) where corrupt/fraudulent/collusive

practices is observed, shall be suspended with immediate effect by

Engineer-in-Charge (EIC)/ Employer whereby the supply/ work/ service

and payment etc. will be suspended. The action shall be initiated for

putting the agency on banning.

After conclusion of process, the order (s)/ contract (s) where it is

concluded that such irregularities have been committed shall be

terminated and Contract cum Performance Bank Guarantee (CPBG)/

Contract Performance Security (CPS) submitted by agency against such

order (s)/ contract (s) shall also be forfeited. The amount that may have

become due to the contractor on account of work already executed by

him shall be payable to the contractor and this amount shall be subject to

Page 49: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 49 -

adjustment against any amounts due from the contractor under the terms

of the contract.

No risk and cost provision will be enforced in such cases.

(ii) After execution of contract and during Defect liability period

(DLP)/ Warranty/Guarantee Period:

If an agency is found to have indulged in corrupt/fraudulent/

collusive/coercive practices, after execution of contract and during DLP/

Warranty/Guarantee Period, the agency shall be banned for future

business with GAIL for a period specified in para B 2.2 below from the

date of issue of banning order.

Further, the Contract cum Performance Bank Guarantee

(CPBG)/Contract Performance Security (CPS) submitted by agency

against such order (s)/ contract (s) shall be forfeited.

(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee

Period

If an agency is found to have indulged in corrupt/fraudulent/

collusive/coercive practices, after expiry of Defect liability period

(DLP)/ Warranty/Guarantee Period, the agency shall be banned for

future business with GAIL for a period specified in para B 2.2 below

from the date of issue of banning order.

B.2.2 Period of Banning

The period of banning of agencies indulged in Corrupt/ Fraudulent/

Collusive/Coercive Practices shall be as under and to be reckoned from the

date of banning order:

S.

No.

Description Period of banning from

the date of issuance of

Banning order

1 Misrepresentation/False information

other than pertaining to BEC of tender

but having impact on the selection

process.

For example, if an agency confirms not

being in holiday/ banning list of PSUs/

Govt. Dept., liquidation, bankruptcy &

etc. and subsequently it is found

otherwise, such acts shall be considered

in this category.

02 years

Page 50: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 50 -

2

2.1

Corrupt/Fraudulent (pertaining to BEC

of tender) /Collusive/Coercive Practices

If an agency again commits

Corrupt/Fraudulent (pertaining to BEC

of tender) /Collusive/ Coercive Practices

in subsequent cases after their banning,

such situation of repeated offense to be

dealt with more severity and following

shall be the period of banning:

(v) Repeated once

(vi) Repeated twice or more

03 years

7 years (in addition to the

period already served)

15 years (in addition to

the period already served)

3 Indulged in unauthorized disposal of

materials provided by GAIL

7 years

4 If act of vendor/ contractor is a threat to

the National Security

15 years

C Effect of banning on other ongoing contracts/ tenders

C.1 If an agency is put on Banning, such agency should not be considered in

ongoing tenders/future tenders.

C.2 However, if such an agency is already executing other order (s)/ contract (s)

where no corrupt/fraudulent/ collusive/coercive practice is found, the agency

should be allowed to continue till its completion without any further increase in

scope except those incidental to original scope mentioned in the contract.

C.3 If an agency is put on the Banning List during tendering and no irregularity is

found in the case under process:

C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the

bid submitted by the agency shall be ignored.

C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of

the agency shall not be opened and BG/EMD submitted by the agency shall be

returned to the agency.

C.3.3 after opening of price, BG/EMD made by the agency shall be returned; the

offer of the agency shall be ignored & will not be further evaluated. If the

agency is put on banning list for fraud/ mis-appropriation of facts committed in

the same tender/other tender where errant agency emerges as the lowest (L1),

then such tender shall also be cancelled and re-invited.

Page 51: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 51 -

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated

by Corporate C&P Department when

(i) Corporate Vigilance Department based on the fact of the case gathered

during investigation by them recommend for specific immediate action

against the agency.

(ii) Corporate Vigilance Department based on the input from Investigating

agency, forward for specific immediate action against the agency.

(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to

termination of Contract/ Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than

six months and is to be communicated to the agency and also to Corporate

Vigilance Department. Period of suspension can be extended with the

approval of the Competent Authority by one month at a time with a ceiling

of six months pending a conclusive decision to put the agency on banning

list.

D.2.2 During the period of suspension, no new business dealing may be held with

the agency.

D.2.3 Period of suspension shall be accounted for in the final order passed for

banning of business with the agency.

D.2.4 The decision regarding suspension of business dealings should also be

communicated to the agency.

D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds

which can result in banning of business dealings, proposal for issuance of

suspension order and show cause notice shall be put up to the Competent

Authority. The suspension order and show cause notice must include that

(i) the agency is put on suspension list and (ii) why action should not be

taken for banning the agency for future business from GAIL.

The competent authority to approve the suspension will be same as that for

according approval for banning.

D 3 Effect of Suspension of business:

Page 52: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 52 -

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an agency as long as the

name of agency appears in the Suspension List.

D.3.2 If an agency is put on the Suspension List during tendering:

D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid,

the bid submitted by the agency shall be ignored.

D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid

of the agency shall not be opened and BG/EMD submitted by the agency

shall be returned to the agency.

D.3.2.3 after opening of price, BG/EMD made by the agency shall be returned; the

offer of the agency shall be ignored & will not be further evaluated. If the

agency is put on Suspension list for fraud/ mis-appropriation of facts

conducted in the same tender/other tender where errant agency emerges as

the lowest (L1), then such tender shall also be cancelled and re-invited.

D.3.3 The existing contract (s)/ order (s) under execution shall continue.

D.3.4 Tenders invited for procurement of goods, works and services shall have

provision that the bidder shall submit a undertaking to the effect that (i)

neither the bidder themselves nor their allied agency/(ies) are on banning

list of GAIL or the Ministry of Petroleum and Natural Gas and (ii) bidder

is not banned by any Government department/ Public Sector.

F. Appeal against the Decision of the Competent Authority:

F.1 The agency may file an appeal against the order of the Competent Authority for

putting the agency on banning list. The appeal shall be filed to Appellate

Authority. Such an appeal shall be preferred within one month from the of

receipt of banning order.

F.2 Appellate Authority would consider the appeal and pass appropriate order

which shall be communicated to the party as well as the Competent Authority.

F.3 Appeal process may be completed within 45 days of filing of appeal with the

Appellate Authority.

G. Wherever there is contradiction with respect to terms of ‘Integrity pact’ , GCC

and ‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive

Practice’, the provisions of ‘Procedure for action in case of Corrupt/Fraudulent/

Collusive/Coercive Practice’ shall prevail.

Page 53: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 53 -

Annexure-II

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/

SUPPLIERS/ CONTRACTORS/ CONSULTANTS

1.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize, and develop

reliable Vendors/ Suppliers/Contractors/ Consultants so that they consistently

meet or exceed expectations and requirements.

The purpose of this procedure is to put in place a system to monitor

performance of Vendors/ Suppliers/Contractors/ Consultants associated with

GAIL in Projects and in O&M so as to ensure timely completion of various

projects, timely receipt of supplies including completion of works & services

for operation and maintenance of operating plants and quality standards in all

respects.

2.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet

Performance rating data Sheet for each and every Vendor/

Supplier/Contractor/ Consultant for all orders/Contracts with a value of

Rs. 7 Lakhs and above is recommended to be drawn up. These data

sheets are to be separately prepared for orders/ contracts related to

Projects and O&M. Format, Parameters, Process, responsibility for

preparation of Performance Rating Data Sheet are separately mentioned.

ii) Measurement of Performance

Based on the parameters defined in Data Sheet, Performance of

concerned Vendor/ Supplier/Contractor/ Consultant would be computed

and graded accordingly. The measurement of the performance of the

Party would be its ability to achieve the minimum scoring of 60% points

in the given parameters.

iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures

would be initiated by taking up the matter with concerned Vendor/

Supplier/Contractor/ Consultant. Response of Vendor/

Supplier/Contractor/ Consultant would be considered before deciding

further course of action.

Page 54: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 54 -

iv) Implementation of Corrective Measures:

Based on the response of Vendor/ Supplier/Contractor/ Consultant,

concerned Engineer-in-Charge for the Projects and/or OIC in case of

O&M would recommend for continuation or discontinuation of such

party from the business of GAIL.

v) Orders/contracts placed on Proprietary/OEM basis for O&M will be

evaluated and, if required, corrective action will be taken for

improvement in future.

3.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/

SUPPLIERS/ CONTRACTORS/ CONSULTANTS

3.1 FOR PROJECTS

i) Evaluation of performance of Vendors/ Suppliers/Contractors/

Consultants in case of PROJECTS shall be done immediately with

commissioning of any Project.

ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-

charge shall prepare a Performance Rating Data Sheet (Format at

Annexure-1) for all Orders and Contracts.

iii) Depending upon the Performance Rating, following action need to be

initiated by Engineer-in-charge/Project-in-charge:

Sl.No. Performance

Rating

Action

1 POOR Seek explanation for Poor

performance

2 FAIR Seek explanation for Fair performance

3 GOOD Letter to the concerned for improving

performance in future

4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be

examined. In case of satisfactory reply, Performance Rating data Sheet

to be closed with a letter to the concerned for improving performance in

future.

v) When no reply is received or reasons indicated are unsatisfactory, the

following actions need to be taken:

Page 55: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 55 -

A) Where Performance rating is “POOR”:

Recommend such defaulting Vendor/ Supplier/Contractor/

Consultant for putting on Holiday for a period from one to three

years as given below:

(i) Poor Performance due to reasons other than Quality : One

Year

(ii) Poor Performance on account of Quality (if any mark

obtained against Quality parameter is less than 30): Two

Years

(iii) Poor Performance leading to termination of contract or

Offloading of contract due to poor performance solely

attributable to Vendor/ Supplier/Contractor/ Consultant or

Repeated Offence: Three Years

Non performance of a Vendor/Supplier/Contractor/Consultant

leading to termination of Contract/ Order, such Vendor/ Supplier/

Contractor/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for

issuance of SCN and putting the party on suspension list as per

process defined for suspension in “Procedure for Action in case

of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”

(B) Where Performance rating is “FAIR”:

Recommend for issuance of warning to such defaulting Vendor/

Supplier/Contractor/ Consultant to improve their performance.

3.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same

way as described in para 3.1 for Projects.

3.3 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/

Consultants in case of Operation and Maintenance shall be done

immediately after execution of order/ contract.

ii) After execution of orders a Performance Rating Data Sheet (Format at

Annexure-2) shall be prepared for Orders by Site C&P and for

Contracts/Services by respective Engineer-In-Charge.

iii) Depending upon Performance Rating, following action need to be

initiated by Site C&P:

Page 56: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 56 -

Sl. No. Performance

Rating

Action

1 POOR Seek explanation for Poor

performance

2. FAIR Seek explanation for Fair

performance

3 GOOD Letter to the concerned for

improving performance in future.

4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be

examined. In case of satisfactory reply, Performance Rating data Sheet

to be closed with a letter to the concerned for improving performance in

future.

v) When no reply is received or reasons indicated are unsatisfactory, the

following actions need to be taken:

A) Where performance rating is “POOR”

Recommend such defaulting Vendor/Supplier/Contractor/

Consultant for putting on Holiday for a period from one to three

years as given below:

(i) Poor Performance due to reasons other than Quality : One

Year

(ii) Poor Performance on account of Quality (if any mark

obtained against Quality parameter is less than 30): Two

Years

(iv) Poor Performance leading to termination of contract or

Offloading of contract due to poor performance solely

attributable to Vendor/Supplier/Contractor/Consultant or

Repeated Offence: Three Years

Non-performance of a Vendor/Supplier/Contractor/Consultant

leading to termination of Contract/ Order such Vendor/ Supplier/

Contractor/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for

issuance of SCN and putting the party on suspension list as per

process defined for suspension in “Procedure for Action in case

of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”

Page 57: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 57 -

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting

Vendors/Contractors/Consultants to improve their performance.

4.0 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance

of Vendors/ Suppliers/Contractors/ Consultants:

i) Orders/Contracts below the value of Rs. 7 Lakhs.

ii) One time Vendor/ Supplier/Contractor/ Consultant.

iii) Orders for Misc./Administrative items/ Non stock Non valuated items.

However, concerned Engineer-in-Charge /OICs will continue to monitor such

cases so as to minimize the impact on Projects/O&M plants due to non

performance of Vendors/ Suppliers/Contractors/ Consultants in all such cases.

5.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

5.1 An order for Holiday passed for a certain specified period shall deemed to have

been automatically revoked on the expiry of that specified period and it will not

be necessary to issue a specific formal order of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due

to quality, and new order is placed on bidder after restoration of Vendor/

Supplier/Contractor/ Consultant, such order will be properly monitored during

execution stage by the concerned site.

6.0 EFFECT OF HOLIDAY

6.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/

Supplier/Contractor/ Consultant should not be considered in ongoing

tenders/future tenders.

6.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing

any other order/ contract and their performance is satisfactory in terms of the

relevant contract, should be allowed to continue till its completion without any

further increase in scope except those incidental to original scope mentioned in

the contract. In such a case CPBG will not be forfeited and payment will be

made as per provisions of concerned contract. However, this would be without

prejudice to other terms and conditions of the contract.

Page 58: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 58 -

6.3. Effect on other ongoing tendering:

6.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the

bid submitted by the party shall be ignored.

6.3.2 after opening Technical bid but before opening the Price bid, the Price bid of

the party shall not be opened and BG/EMD submitted by the party shall be

returned to the party.

6.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer

of the party shall be ignored & will not be further evaluated. If errant party

emerges as the lowest (L1), then such tender shall also be cancelled and re-

invited.

7.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per

the procedure, the holding company, subsidiary, joint venture, sister concerns,

group division of the errant Vendor/ Supplier/Contractor/ Consultant shall not

be considered for putting on holiday list.

Any bidder, put on holiday, will not be allowed to bid through consortium

route also in new tender during the period of holiday.

8.0 If an unsuccessful bidder makes any vexatious, frivolous or malicious

complaint against the tender process with the intention of delaying or defeating

any procurement or causing loss to GAIL or any other bidder, such bidder will

be put on holiday for a period of six months, if such complaint is proved to be

vexatious, frivolous or malicious, after following the due procedure.

9. APPEAL AGAINST THE DECISION OF THE COMPETENT

AUTHORITY:

(a) The party may file an appeal against the order of the Competent

Authority for putting the party on Holiday list. The appeal shall be filed

to Appellate Authority. Such an appeal shall be preferred within one

month from the of receipt of Holiday order.

(b) Appellate Authority would consider the appeal and pass appropriate

order which shall be communicated to the party as well as the

Competent Authority.

(c) Appeal process may be completed within 45 days of filing of appeal

with the Appellate Authority.

(d) “Appellate Authority” shall mean Committee of Directors consisting of

Director (Finance) and Director (BD) for works centers under Director

(Projects). For all other cases committee of Directors shall consist of

Director (Finance) & Director (Projects).

Page 59: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 59 -

10. ERRANT BIDDER

In case after price bid opening the lowest evaluated bidder (L1) is not awarded

the job for any mistake committed by him in bidding or withdrawal of bid or

modification of bid or varying any term in regard thereof leading to re-

tendering, GAIL shall forfeit EMD paid by the bidder and such bidders shall be

debarred from participation in re-tendering of the same job(s)/item(s).

Further, such bidder will be put on holiday for a period of six months after

following the due procedure.

11. In case CBEC (Central Board of Excise and Customs)/ any equivalent Central

Government agency/ State Government agency brings to the notice of GAIL

that the Supplier of Goods / Services (Service Provider) has not remitted the

amount towards GST (CGST & SGST/UTGST or IGST) collected from

GAIL to the government exchequer, , then party will be put on holiday for a

period of six months after following the due procedure.

Page 60: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 60 -

Annexure-1

GAIL (India) Limited

PERFORMANCE RATING DATA SHEET

(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/Work Centre :

ii) Order/ Contract No. & date :

iii) Brief description of Items :

Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :

Contractor/ Consultant

vi) Contracted delivery/ :

Completion Schedule

vii) Actual delivery/ :

Completion date

Performance

Parameter

Delivery/

Completion

Performance

Quality

Performance

Reliability

Performance#

Total

Maximum

Marks

40 40 20 100

Marks Allocated

Note:

Remarks (if any)

PERFORMANCE RATING (**)

Note :

(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or

deviation beyond contract payment term or seeking direct payment to the sub-

vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted

against Reliability Performance.

(*) Allocation of marks should be as per enclosed instructions

(**) Performance rating shall be classified as under :

Sl.

No.

Range (Marks) Rating Signature of

Authorised Signatory:

Name:

Designation:

1 60 & below POOR

2 61-75 FAIR

3 76-90 GOOD

4 More than 90 VERY

GOOD

Page 61: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 61 -

Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks

Completion Schedule

a) Upto 3 months Before CDD 40

Delay upto 4 weeks 35

” 8 weeks 30

” 10 weeks 25

” 12 weeks 20

” 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay upto 4 weeks 35

” 8 weeks 30

” 10 weeks 25

” 16 weeks 20

” 20 weeks 15

” 24 weeks 10

More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks

prorata basis for acceptable

quantity as compared to total

quantity for normal cases

ii) When quality Failure of severe nature 0 marks

failure endanger - Moderate nature 5 marks

system integration - low severe nature 10-25 marks

and safety of the

system

iii) Number of 1. No deviation 5 marks

deviations 2. No. of deviations < 2 2 marks

3. No. of deviations > 2 0 marks

Page 62: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 62 -

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement,

PBG, Drawings and other documents within

time

4 marks

ii) Mobilization of resources as per Contract and

in time

4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E

requirements

or

Reliability of Estimates/Design/Drawing etc.

in case of Consultancy jobs

4 marks

v) Timely submission of estimates and other

documents for Extra, Substituted & AHR

items

4 marks

B. FOR SUPPLIES

i) Submission of order acceptance, PBG,

Drawings and other documents within time

5 marks

ii) Attending complaints and requests for after

sales service/ warranty repairs and/ or query/

advice (upto the evaluation period).

5 marks

iii) Response to various correspondence and

conformance to standards like ISO

5 marks

iv) Submission of all required documents

including Test Certificates at the time of

supply

5 marks

Page 63: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 63 -

Annexure-2

GAIL (India) Limited

PERFORMANCE RATING DATA SHEET

(FOR O&M)

i) Location :

ii) Order/ Contract No. & date :

iii) Brief description of Items :

Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :

Contractor/ Consultant

vi) Contracted delivery/ :

Completion Schedule

vii) Actual delivery/ :

Completion date

Performance

Parameter

Delivery

Performance

Quality

Performance

Reliability

Performance#

Total

Maximum Marks 40 40 20 100

Marks Allocated

(*)

Remarks (if any)

PERFORMANCE RATING (**)

Note :

(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance

or deviation beyond contract payment term or seeking direct payment to the

sub-vendor/sub-contractor due to financial constraints, then ‘0’ marks should

be allotted against Reliability Performance

(*) Allocation of marks should be as per enclosed instructions

(**) Performance rating shall be classified as under :

Sl.

No.

Range (Marks) Rating Signature of

Authorised Signatory:

Name:

Designation:

1 60 & below POOR

2 61-75 FAIR

3 76-90 GOOD

4 More than 90 VERY

GOOD

Page 64: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 64 -

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks

Completion Schedule

a) Upto 3 months Before CDD 40

Delay upto 4 weeks 35

” 8 weeks 30

” 10 weeks 25

” 12 weeks 20

” 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay upto 4 weeks 35

” 8 weeks 30

” 10 weeks 25

” 16 weeks 20

” 20 weeks 15

” 24 weeks 10

More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks

prorata basis for acceptable

quantity as compared to total

quantity for normal cases

ii) When quality Failure of severe nature 0 marks

failure endanger - Moderate nature 5 marks

system integration - low severe nature 10-25 marks

and safety of the

system

iii) Number of 1. No deviation 5 marks

deviations 2. No. of deviations < 2 2 marks

3. No. of deviations > 2 0 marks

Page 65: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 65 -

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement,

PBG, Drawings and other documents within

time

4 marks

ii) Mobilization of resources as per Contract and

in time

4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E

requirements

or

Reliability of Estimates/Design/Drawing etc.

in case of Consultancy jobs

4 marks

v) Timely submission of estimates and other

documents for Extra, Substituted & AHR

items

4 marks

B. FOR SUPPLIES

i) Submission of order acceptance, PBG,

Drawings and other documents within time

5 marks

ii) Attending complaints and requests for after

sales service/ warranty repairs and/ or query/

advice (upto the evaluation period).

5 marks

iii) Response to various correspondence and

conformance to standards like ISO

5 marks

iv) Submission of all required documents

including Test Certificates at the time of

supply

5 marks

Page 66: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 66 -

Annexure-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS

(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

1. General

This section contains detailed instructions regarding bid submission procedure

under GAIL’s e-tendering system (e-tender portal). Bidders are required to

read the following instructions in addition to various instructions mentioned

elsewhere in the bid document for e-tendering, Ready Reckoner and FAQs

etc. The instructions mentioned herein related to bid submission procedure

shall supersede and shall prevail over the conditions enumerated elsewhere in

the bid/tender document.

Bidders who wish to participate in e-tenders must download ‘Ready Reckoner

for bidders’ which contains instructions in respect of e-Tendering essentially

covering security settings required for bidder’s PC / Laptop, uploading and

checking the status of digital signature in the bidder’s PC / Laptop, obtaining

unique login ID and password, re-setting the password, downloading of

Tender document and uploading of Offer/Bid etc.

Further, the troubleshooting issues are also available in the form of FAQs

which can be downloaded from E-Tender Portal.

2. About E-Tender Portal (Web)

GAIL (India) Ltd. has developed a secured and user friendly e-tender system

enabling bidders to Search, View, Download tender document(s) directly

from the portal https://etender.gail.co.in (referred hereunder as “E-Tender

Portal”) and also enables the bidders to participate and submit online prices

directly in the e-tender portal or uploading of SOR/Price Schedule (Price Bid)

in note and attachment folder, as applicable, and technical bids in secured and

transparent manner maintaining absolute confidentiality and security

throughout the tender evaluation process and award.

3. Pre-requisite for participation in bidding process

The following are the pre-requisite for participation in e-Tendering Process:

3.1 PC/Laptop with Windows OS, Internet Explorer

Bidder must possess a PC/laptop with Windows 7,8,8.1,10 professional or

above OS (please avoid using of Windows ultimate OS), Internet Explorer 8,

9,10,11 or above for hassle free bidding. Bidder is essentially required to effect

Page 67: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 67 -

the security settings as defined in step-by-steps with screen shots in the

document named “Ready Reckoner for Bidders” for e-tendering available on

GAIL’s e- Portal and can be downloaded without logging in.

3.2 Internet Broadband Connectivity

The Bidder must have a high speed internet connectivity (preferably

Broadband) to access GAIL’s e-Tender Portal for downloading the Tender

document and uploading/submitting the Bids.

3.3 A valid e-mail Id of the Organization/Firm

Bidder must possess an e-mail Id, preferably of the Organisation (in case of a

company)/Individual (in case of proprietorship concern)/Partner having Power

of Attorney (in case of a partnership firm) to create login Id. The e-mail Id

should not be changed frequently. All communication related to e-tendering

including system generated mails shall be sent on this e-mail Id only. The

communication to bidder is fully automated through the system and hence

email-id of bidder is very important for online communication with bidder

during various stages of tendering process and should be preferably common

e-mail Id of the Organisation.

3.4 User ID and Password for new Bidder(s)

To participate in the bidding process, it is mandatory on the part of bidder(s)

to have user Id and password. Without user Id (Login Id), bidders cannot

participate in e-tender. There will be single login Id for a bidder/vendor code.

A bidder having offices/establishments at different address at same city or at

different cities shall have different vendor codes and accordingly, different

user Ids as a particular user Id is linked to a particular vendor code.

To obtain User Id and Password Vendor/Bidder must visit

https://etender.gail.co.in site and perform the following steps:

i) Click on button Request User Id (For new Bidders)

ii) Fill the on line self-registration form and submit. Ensure that the e-mail

address given in the form is valid and active. If you have already been

provided with the Vendor code of GAIL, please mention the 10 digit

Vendor code in the specified field, otherwise leave blank.

iii) Ensure that all the mandatory fields (identified with a * mark) are filled in

the self-registration form for User Id creation.

GAIL’s system administrator would take possible care to allot User Id and

password within 3-4 working days. User Id and password will be

communicated through system auto-generated e-mail as mentioned in the self-

Page 68: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 68 -

registration form. On receipt of User Id and password, please reset the

password immediately by logging into GAIL’s E-tendering site.

User Id and password is unique for each vendor and the vendor can use the

same to view/download/participate in all e-tenders of GAIL.

In their own interest, Bidder(s) are advised to apply for User Id immediately

on publishing of tender or well in advance of the bid due date. User Id shall

normally be issued within 3-4 working days provided complete information

has been furnished by the bidder in self-registration form. GAIL shall not be

responsible for any delays in allocation of User Id/password and the ensuing

consequences including but not limited to timely submission of bids.

3.5 Procedure for change of E-mail Id of the Bidder

The e-mail-id of the bidder/Vendor Code is captured and registered in GAIL’s

system when a bidder submits his request for user-id / password.

In case bidder desires for change in the registered e-mail id in GAIL’s system,

the under mentioned steps may be followed:-

Note the name, designation, e-mail id etc of the dealing officer from the

tender document or from the “Contact Us” link available on the logon

page of GAIL’s e - tender portal.

Request for change in the registered e-mail id may be sent to the dealing

officer on the company’s letter head through post/ courier/e-mail. Bidder

is also requested to mention his vendor code / user Id in the letter.

3.6 About Digital Signature

(I) What is a Digital Signature?

This is a unique digital code which can be transmitted electronically and

primarily identifies a unique sender. The objective of digital signature is

to guarantee that the individual sending the message is who he or she

really claims to be just like the written signature. The Controller of

Certifying Authorities of India (CCA) has authorized certain Certifying

Authorities (CA) to issue Digital Certificates. Digitally signed

documents are legally valid as per the Indian IT Act 2000.

One Digital Certificate is valid for a specified period and can be used for

digitally signing any number of documents.

Page 69: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 69 -

(a) In case of Proprietorship/Partnership

Both i.e. (i) Class 3 Digital Signatures issued to authorized

individuals on their KYC basis and (ii) Class 3b Digital

Signatures issued to authorized individuals with their

organization KYC basis are acceptable.

(b) In case of Firm/ Company

Only Class 3b Digital Signature is acceptable where individuals

are using their digital signatures on behalf of the Organization

and digital Signature should be in the name of authorized

signatory who has signed the bid on behalf of bidder.

Bidder can submit only digitally signed documents/bids/offers, in

GAIL’s e-tender portal.

(II) Why Digital Signature is required?

In order to bid for GAIL e-tenders bidders are required to obtain a

legally valid Digital Certificate as per Indian IT Act 2000 from the

licensed Certifying Authorities (CA) operating under the Root

Certifying Authority of India (RCAI), Controller of Certifying

Authorities (CCA) of India.

(III) How to obtain Digital Signatures from Certifying Authority (CA)?

Valid Digital Certificate can be obtained from Certifying Agency (C.A).

Information about CA’s can be obtained through CCA India website

(http://www.cca.gov.in).

Digital Signatures can be obtained using following steps:

a) Visit the site of the licensed CA* using internet browser.

b) Apply for a class 3b or class 3(as applicable) Digital Certificate

with encryption/decryption facility.

c) Follow the instructions on the CA’s website for submission of

requisite documents for issue of the Digital Certificate and

making payment.

*Links to some of the licensed CA's are provided below

1. http://www.ncodesolutions.com

2. http://www.sifycorp.com

3. http://www.tcs-ca.tcs.co.in

4. http://www.e-mudhra.com

5. http://www.nicca.nic.in

6. www.idrbtca.org.in

Page 70: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 70 -

Note: The Digital signatures should be obtained directly from certifying

authority (CA). Digital signature taken from Sub CA will not be

acceptable in the e-tendering system.

GAIL/Owner reserves the right to verify the Authenticity of above

digital signatures after bid opening and in case the digital signature is

not authorized / valid, the bid will be rejected. Bidder shall be

responsible for ensuring the validity of digital signatures and proper

usage of the same.

4. How to submit On-line Bids/Offers electronically against E-tenders?

Bidders who wish to participate against e-tenders uploaded on GAIL’s e-tender

website (https://etender.gail.co.in) (e-tender portal) should follow the steps

mentioned in the “Ready Reckoner for Bidders for e-tendering” available on

GAIL’s e-tender portal which shall guide them to Search, Display/View,

Download and Submit electronic Bids/Offers online in a secured manner

ensuring confidentiality.

5. How to search, view and download e-tender?

Bidders must go to e-tender website https://etender.gail.co.in and logon using

their user-Id and password. In case bidders do not have the User Id and

Password, they can access the e-tender as guest which does not require any user

Id & Password. This facilitates viewing of tenders in display mode in

Collaboration folder (C Folder). The bidder can also download the tender.

6. Bidders are advised to ensure that their bids are uploaded in e-Tender system

well before the closing date and time of bid submission by pressing “Submit”

button. It has been seen that bidder who try to upload his bid at the last moment

often failed because of last minute unforeseen reasons. Therefore, bidders are

requested to upload & submit all documents (Technical/Un-Priced Bid and

Priced Bid) well in advance and refrain from submitting their bid at the last

moment. Once bid is submitted successfully, bidders shall receive a system

generated response on their registered E-mail Id confirming successful

submission of bid indicating ten digit response number starting from 9000….

(E-bid number).

Bidder can modify the bid already submitted prior to the due date and time of

Bid submission.

7. Further, bidders are advised to carry out a practice session on the demo version

of tendering as explained in Ready Reckoner to get well acquainted with the

system before actual submission of bid.

Page 71: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 71 -

8.0 Content of Bid

8.1 Un-Priced Bid

The Un-priced Bid (i.e. Part I – Technical Bid, refer ITB of tender for details)

to be uploaded using Link “TECHNICAL DOCUMENT”. Bidders are

advised to not upload duly filled Schedule of Rates/Price Schedule (Price Bid)

at this link. For detailed instructions, Ready Reckoner for bidders may be

referred.

Before the bid is uploaded, the bid comprising of all relevant documents

mentioned in the tender document should be digitally signed in accordance

with the Indian IT Act 2000. If any modifications are required to be made to a

document thereafter the modified documents shall be again digitally signed

before uploading.

Bidders are required to upload all Tender forms and supporting documents

which form part of the bid/tender in the Collaboration Folder (C-Folder) under

tender document of e-tender portal.

Uploading the documents relevant to bid before the bid submission date and

time is the sole responsibility of the bidder. No Manual/Hard copy of bid is

acceptable. Bids submitted manually shall be rejected.

Bidders are required to submit the Earnest Money Deposit (EMD)/Bid Bond in

original in the prescribed formats and in the manner prescribed in the tender at

the time of bid submission in sealed envelope.

However, if the bidder is unable to submit EMD/Bid Bond in original on the

due date, he may upload scanned copy of the EMD/Bid Bond while submitting

the bid electronically, provided the original EMD/Bid Bond, copy of which

has been uploaded, is received within 7 (seven) days from the date of un-

priced bid opening, failing which the bid will be rejected irrespective of their

status / ranking in tender and notwithstanding the fact that a copy of the

Earnest Money Deposit/Bid Bond was earlier uploaded by the bidder.

The complete bid (each page) shall be continuously numbered in sequence,

from start till end i.e. 1, 2, 3… n. The bid shall be uploaded along with proper

index and indicating page numbers against each category of documents. A

sample is suggested as under:

Sub-folder in

C-Folder

Documents Page nos.

(for ref.)

1. INDEX Index 1 to a

2. TENDER DOC Tender Document, Corrigendum etc. a+1 to b

3. B.E.C BEC documents (including order, b+1 to c

Page 72: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 72 -

completion/ execution certificate,

balance sheet, etc.)

4. UN-PRICED

COMMERCIA

L

Un-priced Commercial offer/bid c+1 to d

5. EMD/POA Scanned copy of EMD/POA d+1 to e

6. FORMATS Formats of tender duly filed-in, signed

and stamped and other

e+1 to f

I.P. Integrity Pact (I.P.) f+1 to f

7. OTHERS Any other document g+1 to n

The above shall ensure that there are no missing documents and traceability of

relevant section is ensured.

Note:

i) Bidder may save/store the bid documents in the PC/Laptop before

submitting the bid into in e-tender portal.

ii) Bidder is required to fill up the price(s)/rate(s) strictly in the Schedule of

Rate (SOR)/Price Schedule attached with the tender.

Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by

the bidders, such document can be deleted by the bidder and can be replaced by

a digitally signed new/modified document prior to due date& time.

Un-priced techno-commercial bid document should be placed in the private

area earmarked in the C-folder of Tender Document in e-tender portal.

8.2 Priced Bid

The Priced Bid (i.e. Part II – Price Bid, refer ITB for details) to be uploaded

using Link “Step-3: SOR Attachments” and NOT using link “TECHNICAL

DOCUMENT”. Bidders are advised not to upload any other documents and

same shall be ignored. For detailed instructions, refer tender document and

Ready Reckoner.

GAIL shall not be responsible for any failure on the part of the bidder in

submission of Priced Bid.

Instructions mentioned under “PRICE BID [Online]” in Ready Reckoner shall

be applicable in case Bidders have been asked to quote their prices on-line

directly in the GAIL’s e-tender portal in addition to uploading of scanned copy

of SOR or only the on-line price submission in the portal, as the case may be.

9. E-Tender demo during pre-bid conference

Page 73: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 73 -

During the pre-bid conference, GAIL shall also arrange demonstration for

submission of bids in e-tender portal for interested bidders.

10. Submission of documents

Bidders are requested to upload small sized documents preferably (upto 20

MB) at a time to facilitate easy uploading into e-tender portal. GAIL shall not

be responsible in case of failure of the bidder to upload documents/bids within

specified time of tender submission.

11. Last date for submission of bids

System does not allow for submission or modification of bids beyond the

deadline for bid submission. However, if the bidder for some reason intends to

change the bid already entered, he may change/revise the same on or before the

last date and time of submission. The system time displayed on GAIL’s e-

tender webpage shall be final and binding on the bidders for all purposes

pertaining to various events of the subject tender and no other time shall be

taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-

tender system well before the closing date and time of bid.

12. Internet connectivity

If bidders are unable to access GAIL’s e-tender portal or Bid Documents, the

bidders may please check whether they are using proxy to connect to internet

or their PC is behind any firewall and may contact their system administrator to

enable connectivity. Please note that Port SSL/443 should be enabled on

proxy/firewall for HTTPS connectivity. Dial-up/Broad band internet

connectivity without Proxy settings is another option.

.................................................................................................................................

Page 74: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 74 -

ANNEXURE-IV

BIDDING DATA SHEET (BDS)

(TO BE FILLED BY THE CONCERNED DEALING OFFICER BEFORE

ISSUANCE OF TENDER)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:

A. GENERAL

ITB clause Description

1.2

The Invitation for Bids/ Tender no is :

GAIL/NOIDA/PROJ/ARC/8000013892/VM dated 10.10.2018

1.1

The Employer/Owner is: GAIL (India) Limited

2.1

The name of the Works/Services to be performed is:

ANNUAL RATE CONTRACT FOR SUPPLY AND

INSTALLATION OF TELECOM & SCADA EQUIPMENTS FOR

EXTENDING DATA CONNECTIVITY TO UPCOMING LAST

MILE CONSUMERS IN WESTERN REGION

3 BIDS FROM CONSORTIUM/ JOINT VENTURE

NOT APPLICABLE

B. BIDDING DOCUMENT

ITB clause Description

8.1 For clarification purposes only, the communication address is:

Attention: MR. VIVEK MISHRA/ SH. P.S. NABIYAL

Street Address: B-35/36, GAIL JUBILEE TOWER,

SECTOR-1,NOIDA

Floor/Room number:

City: NOIDA

ZIP Code:

Page 75: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 75 -

Country:

Email: [email protected] ; [email protected]

Fax No……………………………………………

C. PREPARATION OF BIDS

ITB clause Description

12 & 13 Whether GAIL will be able to avail input tax credit in the instant

tender : NO

14 The currency of the Bid shall be INR

15 The bid validity period shall be THREE MONTHS from final 'Bid

Due Date'.

16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand

Draft' or 'Banker's Cheque', the same should be favor of GAIL

(India) Limited, payable at Noida/ New Delhi

D. SUBMISSION AND OPENING OF BIDS

ITB clause Description

18 In addition to the original of the Bid, the number of copies required is

one. Not applicable in case of e-tendering.

22 The E-Tender No. of this bidding process is: 8000013892

22.3 and 4.0

of IFB

For submission of physical document as per clause no. 4.0 of IFB,

the Owner’s address is :

Attention: Vivek Mishra, Manager (C&P)

GAIL INDIA LIMITED

Jubilee Tower, Plot No. B-35-36,

Sector-1, Noida

Gautam Buddha Nagar, UP

ZIP Code: 201014

Tel: 0120-2446400 /4862400 Extn. 11717

Page 76: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 76 -

26 The bid opening shall take place at:

GAIL INDIA LIMITED

Jubilee Tower, Plot No. B-35-36,

Sector-1, Noida

Gautam Buddha Nagar, UP

ZIP Code: 201014

Tel: 0120-2446400 /4862400 Extn. 11717

E. EVALUATION, AND COMPARISON OF BIDS

ITB clause Description

32 Evaluation Methodology is mentioned in Section-II.

33 Compensation for Extended Stay: NOT APPLICABLE

F. AWARD OF CONTRACT

ITB clause Description

37 State of which stamp paper is required for Contract Agreement:

_____________________________

38 Contract Performance Security/ Security Deposit : APPLICABLE

SD / CPBG @ 10% of Annualized Order / Contract value to be

submitted within 30 days of FOA/notification of award.

OR

Initial security deposit (ISD) @ 2.5% of Annualized Order / Contract

value to be submitted within 30 days of FOA/notification of award

and deduction @ 7.5% of the Release order value subsequently from

release order bills till the total amount of security deposit (including

ISD and deducted amount) reaches 10% of Annualized Order /

Contract value.

Validity of CPBG/ISD: Contract period + Defect Liability/Warranty

period + 90 days

40 Whether tendered item is non-split able or not-divisible :

Non-Splitable

Page 77: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 77 -

41 Provision of AHR Item : APPLICABLE

49 Quarterly Closure of Contract: APPLICABLE

Clause no.

27.3 of GCC

Bonus for Early Completion: NOT APPLICABLE

Page 78: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 78 -

FORMS & FORMAT

Page 79: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 79 -

LIST OF FORMS & FORMAT

Form No. Description

F-1 BIDDER’S GENERAL INFORMATION

F-2 BID FORM

F-3 LIST OF ENCLOSURES

F-4 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST

MONEY / BID SECURITY"

F-4A PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST

MONEY / BID SECURITY"

F-5 LETTER OF AUTHORITY

F-6 NO DEVIATION CONFIRMATION

F-7 DECLARATION REGARDING HOLIDAY/BANNING AND

LIQUIDATION, COURT RECEIVERSHIP ETC.

F-8 CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF

INDIA

F-9 PROFORMA OF "BANK GUARANTEE" FOR

"CONTRACT PERFORMANCE SECURITY / SECURITY

DEPOSIT"

F-10 AGREED TERMS & CONDITIONS

F-11 ACKNOWLEDGEMENT CUM CONSENT LETTER

F-12 UNDERTAKING ON LETTERHEAD

F-13 BIDDER’S EXPERIENCE

F-14 CHECK LIST

F-15 FORMAT FOR CERTIFICATE FROM BANK

IF BIDDER’S WORKING CAPITAL IS INADEQUATE

F-16 FORMAT FOR CHARTERED ACCOUNTANT

CERTIFICATE FOR FINANCIAL CAPABILITY OF THE

BIDDER

F-17 FORMAT FOR CONSORTIUM/JV AGREEMENT

F-18 BIDDER'S QUERIES FOR PRE BID MEETING

F-19 E-BANKING FORMAT

F-20 INTEGRITY PACT

F-21 INDEMNITY BOND

Page 80: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 80 -

F-1

BIDDER'S GENERAL INFORMATION

To,

M/s GAIL (INDIA) LIMITED

___________________

TENDER NO:

1 Bidder Name

2 Status of Firm Proprietorship Firm/Partnership firm/

Limited/Others

If Others Specify:_________________

[Enclose certificate of Registration]

3 Name of

Proprietor/Partners/Directors of the

firm/company

4 Number of Years in Operation

5 Address of Registered Office:

*In case of Partnership firm,

enclose letter mentioning current

address of the firm and the full

names and current addresses of all

the partners of the firm.

City:

District:

State:

PIN/ZIP:

6

Bidder’s address where

order/contract is to be placed

City:

District:

State:

PIN/ZIP:

7 Address from where Goods/

Services are to be dispatched/

provided along with GST no.

(In case supply of Goods/ Services

City:

District:

Page 81: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 81 -

are from multiple locations,

addresses and GST no. of all such

locations are to be provided).

State:

PIN/ZIP:

GST No.:

8 Telephone Number of address

where order is to be placed

_____________________

(Country Code) (Area Code)

(Telephone No.)

9 E-mail address

10 Website

11 Fax Number: ___________________________________

(Country Code) (Area Code)

(Telephone No.)

12 ISO Certification, if any {If yes, please furnish details}

13 Bid Currency

14 Banker’s Name

15 Branch

16 Bank account number

17 PAN No.

[Enclose copy of PAN Card]

18 GST No. (refer sl. no. 8 above)

[Enclose copy of GST Certificate]

19 EPF Registration No.

[Enclose copy of EPF Registration Certificate]

20 ESI code No.

[Enclose copy of relevant document]

21 Whether Micro/Small/Medium

Enterprise

(Bidder to submit documents as specified it

ITB)

Page 82: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 82 -

22 Type of Entity Corporate/ Non-Corporate (As per

CGST/SGST/UTGST Act).

(In case of Non-Corporate Entity, bidder

will submit documentary evidence for

same).

23 Whether Bidder is Startups or not Yes / No

(If Yes, Bidder to submit requisite documents as

specified it ITB:Clause No. 50)

Note: * GAIL intent to place the order/contract directly on the address from where

Goods are produced/dispatched are Services are rendered. In case, bidder wants

order/ contract at some other address or supply of Goods/ Services from multiple

locations, bidder is required to provide in their bid address on which order is to be

placed

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 83: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 83 -

F-2

BID FORM

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

After examining / reviewing the Bidding Documents for the tender of

“_________________________________________________________________ including

"Specifications & Scope of Work", "General Conditions of Contract [GCC]", "Special

Conditions of Contract [SCC]" and "Schedule of Rates [SOR]", etc. the receipt of which is

hereby duly acknowledged, we, the undersigned, are pleased to offer to execute the whole

part of the job and in conformity with the said Bid Documents, including Addenda /

Corrigenda Nos. ____________.

We confirm that this Bid is valid for a period as specified in BDS from the date of opening of

"Techno-Commercial / Un-priced Bid", and it shall remain binding upon us and may be

accepted by any time before the expiry of that period.

If our Bid is accepted, we will provide the "Contract Performance Security / Security

Deposit" equal to "___________ of the Contract Price" or as mentioned in Tender Document

for the due performance within "thirty [30] days" of such Award.

Until a final Agreement/Letter of Award is prepared and executed, the tender document

(including addenda/ corrigenda) together with the "Notification of Award" shall constitute a

binding Agreement between us.

We understand that Bidding Document is not exhaustive and any action and activity not

mentioned in Bidding Documents but may be inferred to be included to meet the intend of the

Bidding Documents shall be deemed to be mentioned in Bidding Documents unless otherwise

specifically excluded and we confirm to perform for fulfillment of Agreement and

completeness of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any Bid that you may

receive.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 84: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 84 -

F-3

LIST OF ENCLOSURES

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

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

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

2. Document showing annual turnover for the last three years such as annual

reports, profit and loss account, net worth etc. along with information as sought

in enclosed format F-16

3. Document showing Financial Situation Information as sought in enclosed

format F-16

4. Copy of Bidding Documents along with addendum/corrigendum duly signed

and sealed on each page, in token of confirmation that Bid Documents are

considered in full while preparing the bid and in case of award, work will be

executed in accordance with the provisions detailed in Bid Documents.

5. Documentary Evidences showing the Bidder’s claim of meeting Technical

Criteria as mentioned in Clause 4 of ITB.

6. Bid Security/EMD*

7. Integrity Pact*

8. Power of Attorney*

9. Duly certified document from chartered engineer and or chartered accountant.

Note:

* In case of e-bidding the bidder has the option to submit specified documents in

physical form on/before the bid due date or within seven days from the bid opening date.

However, scanned copy of these (same) documents must be submitted on-line as part of

e-bid before the bid due date/time.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 85: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 85 -

FORMAT F-4

PROFORMA OF "BANK GUARANTEE"

FOR "EARNEST MONEY / BID SECURITY"

(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No.........

Date......................

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir(s),

In accordance with Letter Inviting Tender under your reference No __________________

M/s. ________________

having their Registered / Head Office at _____________ (hereinafter called the Tenderer),

wish to participate in the

said tender for

___________________________________________________________________________

___

As an irrevocable Bank Guarantee against Earnest Money for the amount of

______________ is required to be submitted by the Tenderer as a condition precedent

for participation in the said tender which amount is liable to be forfeited on the

happening of any contingencies mentioned in the Tender Document.

We, the ____________________________________ Bank at

_____________________________having our Head Office

________________________________________________________ (Local Address)

guarantee and undertake to pay immediately on demand without any recourse to the

tenderers by GAIL (India) Ltd., 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 difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain valid up to ____________ [this date

should be two (02) months beyond the validity of the bid].If any further extension of this

guarantee is required, the same shall be extended to such required period on receiving

instructions from M/s. _____________________________________________ whose

behalf this guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp

on this ___________day of ____________ 20__ at ____________.

Page 86: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 86 -

WITNESS:

(SIGNATURE) (SIGNATURE)

(NAME) (NAME)

Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per

Power of Attorney No. ________

Date: ________________________

--------------------------------------------------------------------------------------------------------

INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST

MONEY" BY "BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as

per "Stamp Duty" applicable. The non-judicial stamp paper should be in the

name of the issuing Bank. In case of foreign Bank, the said Bank's Guarantee to

be issued by its correspondent Bank in India on requisite non-judicial stamp

paper

2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".

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

said Bank Guarantee / all future communication relating to the Bank Guarantee

shall be forwarded 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 Money Bond 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. 1,000,000,000.00 [Rupees One

Hundred Crores] or equivalent along with documentary evidence.

Page 87: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 87 -

F-4A

PROFORMA OF "LETTER OF CREDIT"

FOR "EARNEST MONEY / BID SECURITY"

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Irrevocable and confirmed Letter of Credit No. …………………… Amount: Rs.

_________________

Validity of this Irrevocable: ………………………………………… (in India)

Letter of Credit (2 months beyond validity of Offer)

Dear Sir,

1. You are here by authorized to draw on ………………….. (Name of

Applicant/Bidder with full address) for a sum not exceeding

…………………… available by your demand letter (draft) on them at sight

drawn for Rs. ………… accompanied by a certificate by GAIL (India)

Limited, with the Tender No. duly incorporated therein, that one or more of the

following conditions has/have occurred, specifying the occurred condition(s):

(i) The Bidder withdraws its Bid during the period of Bid validity or any extension

thereof duly agreed by the Bidder.

(ii) The Bidder varies or modifies its Bid in a manner not acceptable to GAIL

(India) Limited during the period of bid validity or any extension thereof duly

agreed by the Bidder.

(iii) The Bidder, having been notified of the acceptance of its Bids,

(a) Fails or refuses to execute the Supply Order/Contract

(b) Fails or refuses to furnish the Contract Performance Security within 30 days

before expiry of Bid Security.

(c) Fails to accept arithmetic corrections as per tender conditions.

(iv) The Bidder defaults w.r.t. any terms & conditions of Tender Document which

call for forfeiture of Earnest Money Deposit (EMD).

2. This Irrevocable Letter of Credit has been established towards EMD/Bid

Security against Tender No ……………… for ……………….. (Name of

Tender Document)

3. We hereby guarantee to protect the Drawers, Endorsers and bonafide holders

from any consequences, which may arise in the event of the non-acceptance or

non-payment of Demand Letter (draft) in accordance with the terms of this

credit.

Page 88: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 88 -

4. This Credit is issued subject to the Uniform Customs and Practices for

Documentary Credits (1993 Revised) International Chamber of Commerce

brochure No. 500.

5. Please obtain reimbursement as under: ………………………………………….

6. All foreign as well as Indian bank charges will be on the account of M/s.

…………………………… (Applicant/Bidder)

FOR ………………………..

Authorized Signature

(Original Bank)

Counter Signature

Page 89: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 89 -

F-5

LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid

Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date:

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

I/We, _____________________________________ hereby authorize the following

representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-

priced Bid Opening', 'Price Bid Opening' and for any subsequent correspondence /

communication against the above Bidding Documents:

[1] Name & Designation ____________________ Signature ___________________

Phone/Cell:

Fax:

E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________

Phone/Cell:

Fax:

E-mail: ……………………………………….. @ ………………………………

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

authorised representative(s).

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder

and should be signed by a person competent and having the 'Power of Attorney'

to bind the Bidder. Not more than 'two [02] persons per Bidder' are permitted to

attend "Techno-commercial / Un-priced" & "Price Bid" Openings. Bidders

authorized representative is required to carry a copy of this authority letter

while attending the un-priced and priced bid opening, the same shall be

submitted to GAIL.

Page 90: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 90 -

F-6

"NO DEVIATION" CONFIRMATION

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

We understand that any 'deviation / exception' in any form may result in rejection of

Bid. We, therefore, certify that we have not taken any 'exception / deviation' anywhere

in the Bid and we agree that if any 'deviation / exception' is mentioned or noticed, our

Bid may be rejected.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 91: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 91 -

F-7

DECLARATION REGARDING HOLIDAY/BANNING AND LIQUIDATION,

COURT RECEIVERSHIP

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

We hereby confirm that we are not on ‘Holiday’ by GAIL or Public Sector Project

Management Consultant (like EIL, Mecon only due to “poor performance” or “corrupt

and fraudulent practices”) or banned by Government department/ Public Sector on

due date of submission of bid.

Further, we confirm that neither we nor our allied agency/(ies) (as defined in the

Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive

Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.

We also confirm that we are not under any liquidation, court receivership or similar

proceedings or 'bankruptcy'.

In case it comes to the notice of GAIL that the bidder has given wrong declaration in

this regard, the same shall be dealt as ‘fraudulent practices’ and action shall be

initiated as per the Procedure for action in case of

Corrupt/Fraudulent/Collusive/Coercive Practices.

Further, we also confirm that in case there is any change in status of the declaration

prior to award of contract, the same will be promptly informed to GAIL by us.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 92: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 92 -

F-8

CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

If we become a successful Bidder and pursuant to the provisions of the Bidding

Documents, award is given to us for the tender for “

_____________________________________________________”, the following

Certificate shall be automatically enforceable:

"We agree and acknowledge that the Employer is entering into the Agreement solely

on its own behalf and not on behalf of any other person or entity. In particular, it is

expressly understood & agreed that the Government of India is not a party to the

Agreement and has no liabilities, obligations or rights thereunder. It is expressly

understood and agreed that the Employer is authorized to enter into Agreement, solely

on its own behalf under the applicable laws of India. We expressly agree,

acknowledge and understand that the Employer is not an agent, representative or

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

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

commissions, breaches or other wrongs arising out of the Agreement. Accordingly, we

hereby expressly waive, release and forego any and all actions or claims, including

cross claims, VIP claims or counter claims against the Government of India arising

out of the Agreement and covenants not to sue to Government of India as to any

manner, claim, cause of action or things whatsoever arising of or under the

Agreement."

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 93: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 93 -

F-9

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT

PERFORMANCE SECURITY / SECURITY DEPOSIT"

(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,

M/s GAIL (INDIA) LIMITED

___________________

Dear Sir(s),

M/s. __________________________________________________________________

having registered office at _______________________ (herein after called the

“contractor/supplier” which expression shall wherever the context so require include its

successors and assignees) have been placed/ awarded the job/work of

_______________________________________________ vide PO/LOA /FOA No.

_______________________________dated______ for GAIL (India) Limited having

registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called

the “GAIL” which expression shall wherever the context so require include its

successors and assignees).

The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of

Rs. ____________________ (Rupees

_________________________________________) as full Contract Performance

Guarantee in the form therein mentioned. The form of payment of Contract Performance

Guarantee includes guarantee executed by Nationalized Bank/Scheduled Commercial

Bank, undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in case of

default.

The said M/s._______________________________________________ has approached

us and at their request and in consideration of the premises we having our office at

______________________________ have agreed to give such guarantee as hereinafter

mentioned.

1. We

_________________________________________________________________

hereby undertake to give the irrevocable & unconditional guarantee to you that if

default shall be made by M/s. __________________________________ in

performing any of the terms and conditions of the tender/order/contract or in

payment of any money payable to GAIL (INDIA) LIMITED we shall on first

demand pay without demur, contest, protest and/ or without any recourse to the

contractor to GAIL in such manner as GAIL may direct the said amount of

Rupees _____________________________ only or such portion thereof not

exceeding the said sum as you may require from time to time.

Page 94: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 94 -

2. You will have the full liberty without reference to us and without affecting this

guarantee, postpone for any time or from time to time the exercise of any of the

powers and rights conferred on you under the order/contract with the said

M/s. _______________________________ and to enforce or to forbear from

endorsing any powers or rights or by reason of time being given to the said

M/s.__________________________ and such postponement forbearance would

not have the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs.

______________________________________ (Rupees

_______________________________________) from us in manner aforesaid is

absolute & unequivocal and will not be affected or suspended by reason of the

fact that any dispute or disputes have been raised by the said M/s.

___________________________ and/or that any dispute or disputes are pending

before any officer, tribunal or court or arbitrator or any other authority/forum and

any demand made by you in the bank shall be conclusive and binding. The bank

shall not be released of its obligations under these presents by any exercise by

you of its liberty with reference to matter aforesaid or any of their or by reason or

any other act of omission or commission on your part or any other indulgence

shown by you or by any other matter or changed what so ever which under law

would, but for this provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the

liquidation or winding up dissolution or changes of constitution or insolvency of

the said supplier/contractor but shall in all respects and for all purposes be

binding and operative until payment of all money due to you in respect of such

liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto

___________________ (this date should be 90 days after the expiry of defect

liability period/ Guarantee period) _______________. The bank undertakes not to

revoke this guarantee during its currency without your previous consent and

further agrees that the guarantee shall continue to be enforceable until it is

discharged by GAIL in writing. However, if for any reason, the

supplier/contractor is unable to complete the supply/work within the period

stipulated in the order/contract and in case of extension of the date of

delivery/completion resulting extension of defect liability period/guarantee period

of the supplier/contractor fails to perform the supply/work fully, the bank hereby

agrees to further extend this guarantee at the instance of the supplier/contractor

till such time as may be determined by GAIL. If any further extension of this

guarantee is required, the same shall be extended to such required period on

receiving instruction from M/s.

___________________________________________________ (contractor) on

whose behalf this guarantee is issued.

6. Bank also agrees that GAIL at its option shall be entitled to enforce this

Guarantee against the bank (as principal debtor) in the first instant, without

Page 95: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 95 -

proceeding against the supplier/contractor and notwithstanding any security or

other guarantee that GAIL may have in relation to the suppplier’s/contractor’s

liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay

by Bank upon the written demand raised by GAIL. Any dispute arising out of

or in relation to the said Bank Guarantee shall be subject to the exclusive

jurisdiction of courts at New Delhi.

7. Therefore, we hereby affirm that we are guarantors and responsible to you on

behalf of the Supplier/Contractor up to a total amount of __________(amount

of guarantees in words and figures) and we undertake to pay you, upon your

first written demand declaring the Supplier/Contractor to be in default under

the order/contract and without caveat or argument, any sum or sums within the

limits of (amounts of guarantee) as aforesaid, without your needing to prove or

show grounds or reasons for your demand or the sum specified therein.

8. We have power to issue this guarantee in your favor under Memorandum and

Articles of Association and the undersigned has full power to do under the Power

of Attorney, dated ___________ granted to him by the Bank.

Yours faithfully,

_______________

Bank by its Constituted Attorney

Signature of a person duly

Authorized to sign on behalf of

the Bank

INSTRUCTIONS FOR FURNISHING

"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK

GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial

stamp paper as per 'stamp duty' applicable. The non-judicial stamp paper

should be in name of the issuing bank. In case of foreign bank, the said Bank

Guarantee to be issued by its correspondent bank in India on requisite non-

judicial stamp paper and place of Bid to be considered as Delhi.

Page 96: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 96 -

2. The Bank Guarantee by Bidders will be given from bank as specified in

Tender.

3. A letter from the issuing bank of the requisite Bank Guarantee confirming that

said Bank Guarantee and all future communication relating to the Bank

Guarantee shall be forwarded to Employer.

4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer

and copy to Consultant (if applicable) confirming its net worth is more than Rs.

100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign

currency alongwith documentary evidence.

Page 97: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 97 -

F-10

AGREED TERMS & CONDITIONS To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid

and should be returned along with Un-priced Bid. Clauses confirmed hereunder need

not be repeated in the Bid.

Sl. DESCRIPTION BIDDER'S

CONFIRMATION

1 Bidder's name and address

2. Please confirm the currency of quoted prices is in Indian

Rupees.

3. Confirm quoted prices will remain firm and fixed till

complete execution of the order.

4 Rate of applicable GST (CGST & SGST/ UTGST or

IGST )

CGST: …………… %

Plus

SGST/UTGST……… %

Total: ………………..%

Or

IGST:…………. %

4.1 Whether in the instant tender services/works are covered

in reverse charge rule of GST (CGST &

SGST/UTGST or IGST)

Yes/ No

In case of Yes, please

specify GST (CGST &

SGST/UTGST or IGST) payable by:

GAIL:………….%

Bidder:…………..%

4.2 Service Accounting Codes (SAC)/ Harmonized System

of Nomenclature (HSN)

4.3 We hereby confirm that the quoted prices is in

compliance with the Section 171 of CGST Act/ SGST

Act as mentioned as clause no. 13.10 of ITB

5. i) Confirm acceptance of relevant Terms of Payment

specified in the Bid Document.

ii) In case of delay, the bills shall be submitted after

deducting the price reduction due to delay.

Page 98: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 98 -

Sl. DESCRIPTION BIDDER'S

CONFIRMATION

6. Confirm that Contract Performance Security will be

furnished as per Bid Document.

7. Confirm that Contract Performance Security shall be

from any Indian scheduled bank or a branch of an

International bank situated in India and registered with

Reserve bank of India as scheduled foreign bank.

However, in case of bank guarantees from banks other

than the Nationalised Indian banks, the bank must be a

commercial bank having net worth in excess of Rs 100

crores and a declaration to this effect shall be made by

such commercial bank either in the Bank Guarantee

itself or separately on its letterhead.

8. Confirm compliance to Completion Schedule as

specified in Bid document. Confirm contract period

shall be reckoned from the date of Fax of Acceptance.

9. Confirm acceptance of Price Reduction Schedule for

delay in completion schedule specified in Bid

document.

10. a) Confirm acceptance of all terms and conditions of

Bid Document (all sections).

b) Confirm that printed terms and conditions of bidder

are not applicable.

11.

Confirm your offer is valid for period specified in BDS

from Final/Extended due date of opening of Techno-

commercial Bids.

12. Please furnish EMD/Bid Security details :

a) EMD/ Bid Security No. & date

b) Value

c) Validity

13. Confirm acceptance to all provisions of ITB read in

conjunction with Bid Data Sheet (BDS).

14. Confirm that Annual Reports for the last three financial

years are furnished alongwith the Un-priced Bid.

15. Confirm the none of Directors of bidder is a relative of

any Director of Owner or the bidder is a firm in which

any Director of Owner/ GAIL or his relative is not a

partner.

16. All correspondence must be in ENGLISH language

only.

17. Owner reserves the right to make any change in the

terms & conditions of the TENDER/BIDDING

DOCUMENT and to reject any or all bids.

Page 99: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 99 -

Sl. DESCRIPTION BIDDER'S

CONFIRMATION

18. Confirm that all Bank charges associated with Bidder’s

Bank shall be borne by Bidder.

19. Confirm that, in case of contradiction between the

confirmations provided in this format and terms &

conditions mentioned elsewhere in the offer, the

confirmations given in this format shall prevail.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 100: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 100 -

F-11

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall

acknowledge the receipt and confirm his intention to bid or reason for non-

participation against the enquiry /tender through e-mail/fax to concerned

executive in GAIL issued the tender, by filling up the Format)

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with

enclosures for subject item/job and/or the information regarding the subject tender.

We intend to bid as requested for the subject item/job and furnish following

details with respect to our quoting office:

Postal Address with Pin Code : ....................

Telephone Number : ....................

Fax Number : ....................

Contact Person : ....................

E-mail Address : ....................

Mobile No. : ....................

Date : ....................

Seal/Stamp : ....................

We are unable to bid for the reason given below:

Reasons for non-submission of bid:

_____________________________________________________________________

Agency’s Name : ....................

Signature : ....................

Name : ....................

Designation : ....................

Date : ....................

Seal/Stamp : ....................

Page 101: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

--------------------------------------------------------------------------------------------------------------------------------------

- 101 -

F-12

UNDERTAKING ON LETTERHEAD

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir

We hereby confirm that “The contents of this Tender Document No.

_____________________ have not been modified or altered by M/s. …………….(

Name of the bidder with complete address). In case, it is found that the tender

document has been modified / altered by the bidder, the bid submitted by

M/s……………(Name of the bidder) shall be liable for rejection”.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 102: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

F-13

BIDDER’S EXPERIENCE

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Sl.

No

Descripti

on

of the

Services

LOA

/WO

No. and

date

Full Postal

Address &

phone nos. of

Client. Name,

designation and

address of

Engineer/

Officer-in-

Charge (for

cases other

than purchase)

Value of

Contract/

Order

(Specify

Currency

Amount)

Date of

Commence

ment of

Services

Scheduled

Completion

Time (Mon

ths)

Date of

Actual

Complet

ion

Reasons

for delay

in

execution

, if any

(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 103: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

103

F-14

CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain

important items to facilitate the bidder to make sure that the necessary data/information

as called for in the bid document has been submitted by them along with their offer. This,

however, does not relieve the bidder of his responsibilities to make sure that his offer is

otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

S. No. DESCRIPTION CHECK

BOX

REFERENCE PAGE

NO. OF THE BID

SUBMITTED

1.0 Digitally Signing (in case of e-bidding)/

Signing and Stamping (in case of maual

bidding) on each sheet of offer, original

bidding document including SCC, ITB, GCC

,SOR drawings, addendum (if any)

2.0 Confirm that the following details have been

submitted in the Un-priced part of the bid

i Covering Letter, Letter of Submission

ii Bid Security

iii Signed and stamped original copy of bidding

document along with drawings and

addendum (if any)

iv Power of Attorney in the name of person

signing the bid.

v Copies of documents defining constitution or

legal status, place of registration and

principal place of business of the company

vi Bidders declaration that regarding, Holiday/

Banning, liquidation court receivership or

similar proceedings

vii Details and documentary proof required

against qualification criteria along with

complete documents establishing ownership

Page 104: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

104

of equipment as per SCC are enclosed

viii Confirm submission of document alongwith

unpriced bid as per bid requirement.

3.0 Confirm that all forms duly filled in are

enclosed with the bid duly signed by

authorised person(s)

4.0 Confirm that the price part as per Price

Schedule format submitted with Bidding

Document/ uploaded in case of e-bid.

7.0 Confirm that annual reports for last three

financial years & duly filled in Form 16 are

enclosed in the offer for financial assessment

(where financial criteria of BEC is applicable).

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 105: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

105

(TO BE INCLUDED ONLY WHERE FINANICAL CRITERIA OF BEC IS

APPLICABLE) F-15

FORMAT FOR CERTIFICATE FROM BANK

IF BIDDER’S WORKING CAPITAL IS INADEQUATE/NEGATIVE

(To be provided on Bank’s letter head)

Date:

To,

M/s. GAIL (India) Limited

---------------------

--------------------

-------------------

Dear Sir,

This is to certify that M/s ………………………………….. (name of the bidder with

address) (hereinafter referred to as Customer) is an existing customer of our Bank.

The Customer has informed that they wish to bid for GAIL’s RFQ/Tender no.

.................................................. dated …………… for

……………………………………..(Name of the supply/work/services/consultancy) and

as per the terms of the said RFQ/Tender they have to furnish a certificate from their Bank

confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms

availability of line of credit to M/s …………………….. (name of the bidder) for at least

an amount of Rs. _________

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or

Equivalent USD) and the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)

Name of the signatory :

Designation :

Stamp

Page 106: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

106

(TO BE INCLUDED ONLY WHERE FINANCIAL CRITERIA OF BEC IS

APPLICABLE)

F-16

FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC

ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER

We have verified the Audited Financial Statements and other relevant records of

M/s……………………………… (Name of the bidder) and certify the following:

A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:

Year Amount (Currency)

Year 1:

Year 2:

Year 3:

B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:

Description Year _____

Amount (Currency)

1. Net Worth

C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT :

Description Year _____

Amount (Currency)

1. Current Assets

2. Current Liabilities

3. Working Capital (Current

Assets-Current liabilities)

*Refer Instructions

Note: It is further certified that the above mentioned applicable figures are matching with

the returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian

Companies]

Name of Audit Firm: [Signature of Authorized Signatory]

Chartered Accountant/CPA Name:

Date: Designation:

Seal:

Membership No.:

Page 107: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

107

Instructions:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.

2. The financial year would be the same as one normally followed by the bidder for

its Annual Report.

3. The bidder shall provide the audited annual financial statements as required for

this Tender document. Failure to do so would result in the Proposal being

considered as non- responsive.

4. For the purpose of this Tender document:

(i) Annual Turnover shall be “Sale Value/ Operating Income”

(ii) Working Capital shall be “Current Assets less Current liabilities” and

(iii) Net Worth shall be Paid up share capital plus Free Reserves & Surplus less

accumulated losses, deferred expenditure and miscellaneous expenditure

not written off, if any.

5. Above figures shall be calculated after considering the qualification, if any,

made by the statutory auditor on the audited financial statements of the

bidder including quantified financial implication.

6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

Page 108: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

108

(TO BE INCLUDED ONLY WHERE CONSORTIUM/JV ARE ALLOWED)

F-17

FORMAT FOR CONSORTIUM/JV AGREEMENT

(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

CONSORTIUM/JV AGREEMENT

This Consortium/JV Agreement executed on this ….. Day of ……. Between M/s

…………, a company incorporated under the law of …… and having its

registered/principal office at……………………….. (herein after called the ‘”Member-I’/

‘Lead Member’ which expression shall include its successors, executors and permitted

assigns) and M/s ………………., a company incorporated under the laws of

…….., and having its registered/principal office at ………………………………………..

(herein after called the ‘Member – II’/ ‘Second Member’ which expression shall include

its successors, executors and permitted assigns) ……………………………. ‘and M/s

………………., a company incorporated under the laws of …….., and having its

registered/principal office at ……………………………………….. (herein after called

the ‘Member – III’/ ‘Third Member’ which expression shall include its successors,

executors and permitted assigns), for the purpose of making a bid and entering into a

contract (in case of award) in response to bid document

no………………………………………… for the work of …………………………

(Name of Project) of M/s ………………………. (herein after called the ‘Owner’).

WHEREAS, the Owner invited bids vide its bid document no. …………… for the work

of ………………………….

AND WHEREAS as per tender documents, Consortium/JV entities will also be

considered by the Owner provided they meet the specific requirements in that regard. As

a pre-condition of bidding documents, the Consortium/JV bidder shall provide in its bid a

Consortium/JV Agreement in an acceptable format in which the Members to the

Consortium/JV are jointly and severally liable to the Owner to bind themselves to the bid

conditions accept the contract award, if selected and perform all the contractual

obligations thereto.

AND WHEREAS the bid is being submitted to the Owner vide our proposal dated ……..

based on the Consortium/JV Agreement being these presents and the bid with its bid

forms and submission documents, in accordance with the requirement of tender

conditions and requirements have been signed by both the Members and submitted to the

Owner.

Page 109: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

109

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Members to this

Consortium/JV do hereby now agree as follows:

1. We the Members in the Consortium/JV hereby confirm that the name and style of

the Consortium/JV shall be …………… Consortium/JV.

2. In consideration of the bid submission by us to the Owner and the award of

Contract by the Owner to the Consortium/JV (if selected by the Owner),we the

Members to the Consortium/JV, hereby agree that the Member-I (M/s………)

shall act as the lead Member for self, and for and on behalf of Member-II/

Member-III and further declare and confirm that we shall jointly and severally be

bound unto the Owner for execution of the contract in accordance with the

contract terms and shall jointly and severally be liable to the Owner to perform all

contractual obligations including technical guarantees. Further, the lead Member is

authorized to incur liabilities and receive instructions for and on behalf of any or

both Members of the Consortium/JV and the entire execution of the Contract.

3. In case of any breach of the said Contract by any of the Members of the

CONSORTIUM/JV, we hereby agree to be fully responsible for the successful

execution/performance of the Contract in accordance with the terms of the

Contract.

4. Further, if the Owner suffered any loss or damage on account of any breach of the

Contract or any shortfall in the completed equipment/plant, meeting the

guaranteed performance parameters as per the technical specifications/ contract

documents, the Second & Third Member of these presents undertakes to promptly

make good such loss or damage caused to the Owner, on the Owner’s demand

without any demure. It shall neither be necessary nor obligatory on the part of the

Owner to proceed against the Lead Member to these presents before proceeding

against the Second & Third Member.

5. The financial liability of the Member (s) to this Consortium/JV Agreement, to the

Owner with respect to the any or all claims arising out of the performance or non-

performance of the Contract shall, however be not limited in any way so as to

restrict or limit the liabilities of either of the Member.

6. Division of responsibilities of Scope of work among different Consortium/JV

members is as per APPENDIX I (Responsibility Matrix) to this Consortium/JV

Agreement.

Page 110: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

110

7. It is expressly understood and agreed between the Members to this agreement that

the responsibilities and obligations of each of the Members shall be as delineated

in ‘APPENDIX I’ to this agreement. It is further agreed by the Members that the

above sharing of responsibilities and obligations shall not in any way be a

limitation of the joint and several responsibilities of the Members under the

Contract.

8. This Consortium/JV Agreement shall be governed, construed and interpreted in

accordance with Laws of India courts of Delhi shall have exclusive jurisdiction in

all matters arising thereunder.

9. In case of award of contract, we the Member s to this Consortium/JV Agreement

do hereby agree that we shall furnish the contract performance guarantee in favour

of the Owner from a bank acceptable / approved by the Owner for a value as

stipulated in the Contract Award and such guarantee shall be in the names of

Consortium/JV.

10. It is further agreed that this CONSORTIUM/JV Agreement shall be irrevocable

and shall form an integral part of the Contract and shall continue to be enforceable

till the Owner discharges the same. It shall be effective date first above mentioned

for all purposes and intents.

11. In case bid submitted by Joint Venture, the details of equity partnership and assets

of the JV shall be attached as a separate annexure to this agreement.

12. This agreement remains in force till the end of Defects Liability Period.

IN WITNESS WHEREOF, the Members to this Consortium/JV agreement have, through

their respective authorized representatives, have executed these presents and affixed their

hands and common seal of their respective companies on the day, month and year first

abovementioned.

For M/s. (………….. Member

1. Seal of ……………………………………

M/s. (Signature of authorised Representative)

has been affixed in my/our presence

pursuant to Board Resolution dated Name:

………………………………………..

Signature ………………………….. Designation:

Designation

Page 111: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

111

For M/s. (………….. Member-II

1. Seal of ……………………………………

M/s. (Signature of authorised Representative)

has been affixed in my/our presence

pursuant to Board Resolution dated Name:

………………………………………..

Signature ………………………….. Designation:

Designation

For M/s. (………….. Member-III

1. Seal of ……………………………………

M/s. (Signature of authorised Representative)

has been affixed in my/our presence

pursuant to Board Resolution dated Name:

………………………………………..

Page 112: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

F-18

BIDDER'S QUERIES FOR PRE BID MEETING To,

M/s GAIL (INDIA) LIMITED

Sub :

Tender No :

SL.

NO.

REFERENCE OF BIDDING DOCUMENT

BIDDER'S QUERY

GAIL'S REPLY

SEC. NO.

Page No.

Clause No.

Subject

NOTE: The Pre-Bid Queries may be sent by fax and also by e-mail before due date for receipt of Bidder's queries.

SIGNATURE OF BIDDER: ___________________________

NAME OF BIDDER : ___________________________

Page 113: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

113

F-19

E-Banking Mandate Form

(To be issued on vendors letter head)

1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account

a) Name of Bank

b) Name of branch

c) Branch code:

d) Address:

e) Telephone number:

f) Type of account (current/saving etc.)

g) Account Number:

h) RTGS IFSC code of the bank branch

i) NEFT IFSC code of the bank branch

j) 9 digit MICR code

I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the

bank account as mentioned above. I/We hereby declare that the particulars given above

are correct and complete. If the transaction is delayed or lost because of incomplete or

incorrect information, we would not hold the GAIL (India) Limited responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no. ---------------------------- with us

and we confirm that the details given above are correct as per our records.

Bank stamp

Date (Signature of authorized officer of bank)

Page 114: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

114

F-20

INTEGRITY PACT

INTRODUCTION:

GAIL as one of its endeavour to maintain and foster most ethical and corruption free

business environment, have decided to adopt the Integrity Pact, a tool developed by the

Transparency International, to ensure that all activities and transactions between the

Company (GAIL) and its Counterparties (Bidders, Contractors, Vendors, Suppliers,

Service Providers/Consultants etc.) are handled in a fair and transparent manner,

completely free of corruption. Accordingly, an MOU on Integrity Pact has been signed

on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned at attached Annexure-1 are applicable as

stated in Instruction to Bidders of Bid Document in addition to the existing stipulation

regarding Corrupt and Fraudulent Practices.

The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid

submitted by the bidder (to be executed by the bidder for all tenders of value Rs. 1 (One)

crore and above). In case a bidder does not sign the Integrity Pact, his bid shall be liable

for rejection.

Page 115: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

115

ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and

conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his

bid shall be liable for rejection.

I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant,

advisor, etc.), shall not pay any bribe/ influence or give undue/ unlawful

benefit to anyone to gain undue advantage in dealing with GAIL.

b) The Counterparty will not engage in collusion of any kind including price

fixation etc. with other Counterparts.

c) The counterparty will not pass GAIL’s confidential information to any third

party unless specifically authorized by GAIL in writing.

d) The Counterparties shall promote and observe best ethical practices within

their respective organizations.

e) The Counterparty shall inform the Independent External Monitor.

i) If it received any demand, directly or indirectly, for a bribe/ favour

or any illegal gratification/ payment / benefit;

ii) If it comes to know of any unethical or illegal payment / benefit;

iii) If it makes any payment to any GAIL associate.

f) The Counterparty shall not make any false or misleading allegations against

GAIL or its associates.

II VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and

Obligations under the Integrity Pact Programme during bidding process,

their entire Earnest Money Deposit/ Bid Security, would be forfeited and

in addition, they would be banned from the GAIL business in future as

per Section 3.

b) In case of violation of the Integrity pact by Counterparty after award of

the Contract, GAIL shall be entitled to terminate the Contract. Further,

GAIL would forfeit the security deposits/ Contract Performance Bank

Guarantee.

c) In case it is found that the Counterparty has made any frivolous, untrue

and misleading allegations against GAIL or its associates, GAIL

reserves its right to initiate criminal proceedings against the violating

Counterparty and may also impose exemplary cost for the same

Page 116: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

116

INDEPENDENT EXTRNAL MONITORS (IEMS)

Presently the panel consisting of the following Independent External Monitors (IEMs)

have been appointed by GAIL, in terms of Integrity Pact(IP) which forms part of GAIL

Tenders / Contracts.

i) Shri Anil Kumar (email id: [email protected] )

ii) Shri K.S. Ramasubban (email id: [email protected])

iii) Shri Sunil Krishna (email id: [email protected])

This panel is authorised to examine / consider all references made to it under this tender.

The bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise

the issue either with the designated tender issuing officer or Nodal Officer (presently K R

M Rao, CGM (C&P)- Email [email protected]) in GAIL or directly with the IEMs on

the panel or IEM c/o Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16,

Bhikaiji Cama Place, R.K. Puram, New Delhi – 110066.

Page 117: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

117

ANNEXURE-2

INTEGRITY PACT

(To be executed on plain paper)

Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after

referred to as “Principal ”).

AND

_________________________(here-in-after referred to as “The Bidder/

Contractor”).

(Principal and the Bidder / Contractor are here-in-after are referred to individually

as “Party” or collectively as “Parties”).

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s

for______________________________________________________. The Principal

values full compliance with all relevant laws and regulations, and the principles of

economic use of resources, and of fairness and transparency in its relations with its

Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint Independent External Monitor

(s) (in consultation with Central Vigilance Commission) who will monitor the tender

process, the execution of the contract etc. for compliance with the principles mentioned

above.

Section 1 – Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption

and to observe the following Principles in this regard:-

i) No employee of the Principal, either in person or through family members,

including relatives, will in connection with the tender for or the execution

of a contract, demand or accept a promise for or accept for him/herself or

for a third person, any material or immaterial benefit to which he/she is not

legally entitled.

Page 118: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

118

ii) The Principal shall, during the tender process treat all Bidders with equity.

The Principal undertakes and ensures that before and during the tender

process shall provide and share the same information to all Bidders and will

not provide to any Bidder confidential / additional information through

which one particular Bidder could take an advantage in relation to the

tender process or the contract execution.

iii) In case, any misconduct on the part of any official (s) is reported by the

BIDDER to the PRINCIPAL with full and verifiable facts and the same is

prima facie found to be correct by the PRINCIPAL, necessary disciplinary

proceedings, or any other action as deemed fit, including criminal

proceedings may be initiated by the PRINCIPAL and such person shall be

debarred from further dealings related to the contract process. In such a

case, while an enquiry is being conducted by the PRINCIPAL the

proceedings under the contract would not be stalled.

2. If the Principal obtains information on the conduct of any of its employees which

is a criminal offence under the Anti-Corruption Laws of India, or if there be a

substantive suspicion in this regard, the Principal will inform its Vigilance Office

and in addition can initiate disciplinary actions.

Section 2 – Commitments and Undertakings by the Bidder/Contractor

1. The Bidder / Contractor commits and undertakes to take all measures necessary to

prevent malpractices & corruption. He commits himself to observe the following

principles during his participation in the tender process and during the contract

execution till the validity of Integrity Pact:

i) The Bidder / Contractor undertakes not to, directly or through any other

person or firm offer, promise or give or influence to any employee of the

Principal associated with the tender process or the execution of the contract

or to any other person on their behalf any material or immaterial benefit to

which he / she is not legally entitled in order to obtain in exchange any

advantage of any kind whatsoever during the tender process or during the

execution of the contract till the validity of Integrity Pact.

ii) The Bidder / Contractor undertakes not to enter into any undisclosed

agreement or understanding, whether formal or informal with other

Bidders. This applies in particular to prices, specifications, certifications,

subsidiary contracts, submission or non-submission of bids or any other

Page 119: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

119

action to restrict competitiveness or to introduce cartelization in the bidding

process.

iii) The Bidder / Contractor undertakes not to commit any offence under the

relevant Anti-corruption Laws of India. Further, the Bidder / Contractor

will not use improperly any information or document provided by the

Principal as part of the business relationship regarding plans, technical

proposals and business details, including information contained or

transmitted electronically for the purposes of competition or personal gain

and will not pass the information/document so acquired on to others.

iv) The Bidder / Contractor will, when presenting his bid undertakes to

disclose any and all payments made, is committed to or intends to make to

agents, brokers or any other intermediaries in connection with the award of

the contract.

v) The bidder (s)/ Contractor (s) of foreign origin shall disclose the name and

address of the Agents/ representatives in India, if any. Similarly, the bidder

(s)/ contractor (s) of Indian Nationality shall furnish the name and address

of the foreign principals, if any.

2. The Bidder/ Contractor shall not instigate or cause to instigate any third person to

commit any of the actions mentioned above.

3. The Bidder/Contractor commits to refrain from giving any complaint directly or

through any other manner without supporting it with full and verifiable facts.

4. The Bidder/Contractor shall not lend to or borrow any money from or enter into

any monetary dealing or transactions, directly or indirectly, with any employee of

the Principal.

5. In case of any allegation of violation of any provision (s) of this pact or payment

of commission, the Principal or its agencies shall be entitled to examine all the

documents including the book of accounts of the Bidder and the Bidder shall

provide necessary information and documents in English and shall extend all

possible help for the purpose of such examination.

6. The Bidder/ Contractor will not collude with other parties interested in the contract

to impair the transparency, fairness and progress of the bidding process, bid

evaluation, contracting and implementation of contract.

Page 120: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

120

7. The Bidder/ Contractor will not accept any advantage in exchange for any corrupt

practice, unfair means and illegal activities.

Section 3 – Disqualification from tender process and exclusion

from future contracts

1. If it is found that the Bidder / Contractor or any one employed by it has committed

a transgression through a violation of any provisions of Section 2 so as to put his

reliability or credibility into question, the Principal shall be entitled to disqualify

such Bidder / Contractor from the tender including banning such Bidder /

Contractor from entering into any GAIL’s future contract/ tender processes for a

period specified in GAIL’s “Procedure for action in case Corrupt

/Fraudulent/ Collusive/Coercive Practices” and also to terminate the contract, if

already signed, on that ground as per provision of GAIL’s “Procedure for action in

case Corrupt /Fraudulent/ Collusive/Coercive Practices”. Further, the period of

banning shall be as per GAIL’s policy and the decision of the Principal in this

regard will be final and binding on the Bidder/ Contractor.

2. A transgression is considered to have occurred if the Principal after due

consideration of the available evidence, concludes that there is a transgression of

the provisions of the Pact.

3. The Bidder with its free consent and without any influence agrees and undertakes

to respect and uphold the Principal’s absolute rights to resort to and impose such

exclusion and further accepts and undertakes not to challenge or question such

exclusion on any ground, including the lack of any hearing before the decision to

resort to such exclusion is taken. This undertaking is given freely and after

obtaining independent legal advice.

Page 121: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

121

4. Principal is entitled to recover all sums paid by Bidder/ contractor to any

middleman or agent or broker with a view to securing the contract.

In cases where irrevocable Letters of credit has to be established in respect of any

contract signed by the Principal with the Bidder, the same shall not be opened.

Principal is entitled to forfeit the Performance Bond clearly assigning reason in

case Bidder/ Contractor violates this Pact.

Section 4 – Forfeiture of EMD / Security Deposits

1. If due to transgression as per the provisions of the Pact, the Principal has

disqualified the Bidder from the tender process prior to the award in terms of

Section 3, the Principal is entitled to forfeit earnest money deposit / bid security

money. In addition to this, such Bidder/Contractor shall also be banned from the

future business with Principal with consequential actions as per provisions of

GAIL’s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive

Practices”.

Section 5 – Previous transgression

1. The Bidder declares that no previous transgression has occurred during the last

three years immediately before signing of this Integrity Pact, with any other

Company in any country in respect of any corrupt practices envisaged hereunder

or with any other Public Sector Enterprise / Undertaking or any Government

Department in India that could justify Bidder’s exclusion from the tender

process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified

from the tender process or the contract, if already awarded, could be liable to be

terminated on this ground and other actions can be taken by GAIL as per GAIL′s

“Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”

In case of any transgression in the last three years from the date of signing of

Integrity Pact, Bidder to provide the details of same in their bid.

Section 6 – Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any,

an undertaking and commitment in conformity with this Integrity Pact, and to

submit it to the Principal before signing of the contract.

Page 122: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

122

2. The Principal will enter into agreements with similar conditions, as stipulated

herein, with all Bidders, Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign

this Pact or violate any of its provisions.

Section 7 – Criminal charges against violating Bidders /

Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor,

or of an employee or a representative or an associate of a Bidder, Contractor or

Subcontractor which constitutes corruption of an offence as defined in Chapter IX of the

Indian Penal Code 1860 or prevention of corruption Act 1988 and amendments thereof or

any other enacted statute for prevention of corruption, or if the Principal has substantive

suspicion in this regard, the Principal will inform the same to the Vigilance Office /

Department for initiating appropriate action for above.

Section 8 –Independent External Monitor / Monitors

1. The Principal appoints competent and credible external independent Monitor for

this Pact. The task of the Monitor is to review independently and objectively,

whether and to what extent the parties comply with the obligations under this

agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties

and performs his functions neutrally and independently. He reports to the

Chairperson of the Board of the Principal.

3. The Bidder/ Contractor accepts that the Monitor has the right to access without

restriction to all Project documentation of the Principal including that provided by

the Contractor. The Contractor will also grant the Monitor, upon his request and

demonstration of a valid interest, unrestricted and unconditional access to his

project documentation. The same is applicable to Sub-contractors. The Monitor is

under contractual obligation to treat the information and documents of the Bidder /

Contractor / Sub-contractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings

among the parties related to the Project provided such meetings could have an

impact on the contractual relations between the Principal and the Contractor. The

parties offer to the Monitor the option to participate in such meetings.

Page 123: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

123

5. As soon as the Monitor notices, or believes to notice, a violation of this Pact he

will so inform the Management of the Principal and request the Management to

discontinue or heal the violation or to take other relevant action. The monitor can

in this regard submit non-binding recommendations. Beyond this, the Monitor has

no right to demand from the parties that they act in a specific manner, refrain from

action or tolerate action. However, the Independent External Monitor shall give an

opportunity to the bidder / contractor to present its case before making its

recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the

Principal within 6 to 8 weeks from the date of reference or intimation to him by

the ‘Principal’ and should the occasion arise, submit proposals for taking

corrective measures.

7. Remuneration payable to Monitor (s) shall be borne by Principal .

8. If the Monitor has reported to the Chairperson of the Board a substantiated

suspicion of an offence under relevant Anti-Corruption laws of India, and the

Chairperson has not, within reasonable time, taken visible action to proceed

against such offence or reported it to the Vigilance Office, the Monitor may also

transmit this information directly to the Central Vigilance Commissioner,

Government of India.

9. The word ‘Monitor’ would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the

information acquired and gathered during their tenure / role as Independent

Monitor. Any breach in this regard would be subject to the legal judicial system of

India.

11. The Independent External Monitors shall be responsible to oversee the

implementation of Integrity Pact Program to prevent corruption, bribes or any

other unethical practices in the GAIL.

12. Independent External Monitor(s) shall be required to furnish an Undertaking and

shall disclose before taking any assignment that he / she has no interest in the

matter or connected with the party (bidder / contractor) in any manner.

Section 9 – Pact Duration

Page 124: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

124

The provisions of this Pact shall come into effect from the date of signing of this Pact by

the both parties. It expires for the Contractor 12 months after the last payment under the

respective contract, and for all other Bidders 6 months after the contract has been

awarded.

If any claim is made / lodged by either party during this time, the same shall be binding

and continue to be valid despite the lapse of this pact as specified above, unless it is

discharged/determined by the Chairperson of the Principal.

Section 10 – Miscelleneous provisions

1. This agreement is subject to Indian Law. Place of performance and exclusive

jurisdiction is the Registered Office of the Principal, i.e. New Delhi. The

Arbitration clause provided in main tender document / contract shall not be

applicable for any issue / dispute arising under Integrity Pact.

2. Changes and supplements as well as termination notices, if any, need to be made

in writing. Side agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement

must be signed by all partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the

remainder of this pact shall remain valid. The parties to this pact however, shall

strive to come to an agreement to their original intentions in such a case.

5. The actions stipulated in this Integrity Pact are without prejudice to any other legal

action that may follow in accordance with the provision of the extant law in force

relating to any civil or criminal proceeding.

------------------------------------------- --------------------------------

(Name & Designation) (Name & Designation)

For the Principal For the Bidder/Contractor

Place ------------------------------------ Witness 1: ----------------

Date ----------------------------------- Witness 2: ----------------

Page 125: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

125

F-21

INDEMNITY BOND

WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression

shall, unless repugnant to the context include its successors and assigns, having its

registered office at 16, Bhikaiji, Cama Place, R.K. Puram, New Delhi 110066 has entered

into a contract with M/s*…………………………. (hereinafter referred to as the

“Contractor”) which expression shall unless repugnant to the context include its

representatives, successors and assigns, having its registered office at *…………………..

and on the terms and conditions as set out, inter-alia in the [ mention the work

order/LOA/Tender No.]and various documents forming part thereof, hereinafter

collectively referred to as the ‘CONTRACT’ which expression shall include all

amendments, modifications and / or variations thereto.

GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour

of GAIL indemnifying GAIL and its employees and Directors including Independent

Directors from all consequences which may arise out of any prospective litigation or

proceedings filed or may be initiated by any third party, including any Banker / financial

institution / worker(s) /vendor(s)/ subcontractor(s) etc. who may have been associated or

engaged by the Contractor directly or indirectly with or without consent of GAIL for

above works.

NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby

irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL and

all its employees, Directors, including Independent Directors, from and against all/any

claim(s), damages, loss, which may arise out of any litigations/ liabilities that may be

raised by the Contractor or any third party against GAIL under or in relation to this

contract. The Contractor undertakes to compensate and pay to GAIL and/or any of its

employees, Directors including Independent Directors, forth with on demand without any

protest the amount claimed by GAIL for itself and for and on behalf of its employees,

Directors including Independent Directors together with direct/indirect expenses

including all legal expenses incurred by them or any of them on account of such litigation

or proceedings.

AND THE CONTRACTOR hereby further agrees with GAIL that:

(i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or

any of its employees and Directors including Independent Directors arising out of

said contract with respect to any such litigation / court case for which GAIL and/or

its employees and Directors including Independent Directors has been made party

until now or here-in-after.

Page 126: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

126

(ii) This Indemnity shall not be discharged/revoked by any change/

modification/amendment/assignment of the contract or any merger of the

Contractor with other entity or any change in the constitution/structure of the

Contractor’s firm/Company or any conditions thereof including insolvency etc. of

the Contractor, but shall be in all respects and for all purposes binding and

operative until any/all claims for payment of GAIL are settled by the Contractor

and/or GAIL discharges the Contractor in writing from this Indemnity.

The undersigned has full power to execute this Indemnity Bond for and on behalf of the

Contractor and the same stands valid.

SIGNED BY :

For [ Contractor]

Authorised Representative

Place:

Dated:

Witnesses:

1.

2

Page 127: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

127

F-22

FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER

1.0 Can any vendor quote for subject

Tender?

Yes. A Vendor has to meet Bid

Evaluation Criteria given under Section II

of Tender document in addition to other

requirements.

2.0 Should the Bid Evaluation Criteria

documents be attested?

Yes. Please refer Section II of Tender

document

3.0 Is attending Pre Bid Meeting

mandatory.

No. Refer Clause No. 17 of Instruction to

Bidders of Tender Document. However

attending Pre Bid Meeting is

recommended to sort out any issue before

submission of bid by a Bidder.

4.0 Can a vendor submit more than 1

offer?

No. Please refer Clause No. 4 of

Instruction to Bidders of Tender

Document.

5.0 Is there any Help document available

for e-Tender.

Yes. Refer Annexure III to Instructions to

Bidders of Tender Document and FAQs

as available on GAIL E-Tender portal.

6.0 Are there are any benefits available

to Startups?

Refer Clause No. 50 of Instructions to

Bidders of Tender Document.

7.0 Are there are any MSE (Micro &

Small Enterprises) benefits

available?

Yes. Refer Clause No. 40 of Instructions

to Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

Page 128: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

128

SECTION-IV

GENERAL CONDITIONS OF CONTRACT –

GOODS (GCC - WORKS)

ENCLOSED SEPERATELY

Page 129: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

129

SECTION-V

SPECIAL CONDITIONS OF CONTRACT

Page 130: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

130

SPECIAL CONDITIONS OF CONTRACT

The Special conditions of contract are defined as follows and supplemented by all stipulation in the total

tender document.

1.0 GENERAL

1.1 The following articles shall supplement the Instructions to Bidders and General conditions of

Contract. Where any portion of the General Conditions of Contract and Instructions to Bidders is

repugnant to or at variance with any provisions of the Special Conditions of Contract, then unless

a different intention appears, the provision (s) of the Special Conditions of Contract shall be

deemed to override the provision (s) of General Conditions of Contract and Instructions to

bidders, only to the extent that such repugnancies of variations in the Special Conditions of

Contract as are not possible of being reconciled with the provisions of General Condition of

Contract and Instructions to Bidders.

1.2 Where any portion of the “GCC – Goods” and / or “GCC – WORKS” is repugnant to or at

variance with any provisions of the SCC then, unless a different intention appears, the provisions

of the SCC shall be deemed to govern the provisions of the “GCC – Goods” and / or “GCC –

WORKS. SCC provisions shall prevail to the extent of such repugnancy, or variations exist

1.3 Any other specific requirement / activity though specifically not covered but is required as per

scope of work, scope of supply, specifications, standards, drawings, GPC, GCC, SCC or any

other part of Bidding Document.

2.0 RESPONSIBILITY OF CONTRACTOR

2.1 This enquiry envisages total responsibility for complete work from design, engineering,

manufacture, supply/ shipment, port handling and clearance at port of entry in India inland

transportation within India upto the designated Project Sites, all taxes, duties, levies, fees,

encumbrances, octroi, etc. as applicable and payable by the bidders under the Contract in India,

all insurances including transit insurance , handling of goods at all stages, storage, associated

civil works including materials, tools/tackles etc. for such civil works obtaining statutory

approvals if any from the local authorities prior to start of work at sites till the time of handing

over, installation, testing, pre commissioning, performance test, Site Acceptance Test, Trial Run,

system commissioning and handing over of the Telecom System to the Purchaser at each Site as

stated in the Material Requisition, on Turn-key Indivisible Works Contract basis. The bidder

shall quote price on turnkey indivisible works contract basis as aforesaid and GAIL will accept

only such complete bids.

2.2 The activities listed in the scope of proposal in this document as well as in the price break-up

shall be only broad categories and shall in no way absolve the Bidder in executing and

completing of the turnkey philosophy of the Owner within the quoted lump-sum price. Any

item/equipment/services/ activities/taxes/duties, if not specifically identified in the Bid Document

or in the offer but is necessary for the completion of work, shall be deemed to be included in the

quoted lump-sum price and no extra charges are payable by the Owner.

2.3 Foreign bidders shall indicate amount of Import Duty (custom duty, surcharge, CVD and special

additional duty) applicable on the supply of goods offered from out side India. Import duty shall

Page 131: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

131

be directly paid by the bidder to Indian custom authority .Foreign Bidders therefore shall be

responsible for proper assessment & payment of applicable Import duty being the Importer of the

material. Foreign bidder are therefore advised to take due care in assessing the amount of

applicable import duty.

2.4 The contractor shall be responsible on completion of contract, or wherever required ,to undertake

customs reconciliation work with Indian customs authorities and finalize the custom assessment

by furnishing the necessary technical information etc. to the said authorities.

2.5 Any other specific requirement / activity though specifically not covered but is required

as per scope of work, scope of supply, specifications, standards, drawings, GPC, GCC, SCC

or any other part of Bidding Document

2.6 Site work as per requirements specified in the Bidding document, wherever applicable,

“GCC” along with “Health, Safety & Environment”, shall be applicable

3.0 TAXES & DUTIES:

3.1 The quoted price shall be deemed to be inclusive of all taxes/duties including works contract

tax, sales tax, local taxes, import duty, excise duty, octroi, and other levies, etc. till the complete

execution of the order as applicable in India under this Contract and the bidder shall not be

eligible for any compensation on this account except for statutory variation only to the extent as

mentioned in clause no.13.10 of ITB.

3.2 GAIL will not be issuing Form-C for availing concessional rate of sales tax.

3.3 For claiming payment against statutory variation in the rate of GST the bidders are required to

provide documentary evidence suggesting the variation in the rate during the contractual

completion period and a chartered engineer’s certificate to the effect that the raw

material/components for which statutory variation is being sought have been

imported/manufactured for use in the system supplied to GAIL. However, no reimbursement will

be applicable arising out of lower rate of taxes and duties (than prevailing at the time of

submission of the offer) having been indicated in the offer.

3.4 To enable the owner to avail of GST benefit, the contractor shall furnish to the owner any and all

certificates and documents as may be required by the owner to avail of the GST benefits with

respect to GST as mentioned by the contractor in their bids. In case the certificates/ documents

are not provided for aforesaid amount of GST, the shortfall amount will be recovered from the

contractor's bill.

4.0 LAND FOR SITE OFFICE

4.1 At each of the designated sites the Owner shall make available to the Bidder requisite open land

for the purpose of storage, office and other related uses during the site work. Fencing of the

demarcated area, if necessary, shall be done by the Bidder at their cost. All arrangements and

temporary constructions if any, within the allocated area for adequate storage and safe custody of

all goods received against the order and for all other allied activities of the Bidder shall be done

entirely by the Bidder at their own cost. The total contract price shall be considered to be

inclusive of all costs towards the above requirements. Bidder shall have no claim or lien on the

land and shall clear the land of all structures prior to leaving the sites.

Page 132: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

132

5.0 SUB CONTRACTING

5.1 Deleted.

5.1 All Bidders are requested to indicate positively the division of work (a) to be directly undertaken

by the Bidder (b) envisaged to be undertaken by Bidder's Sub Contractor under Bidder's overall

responsibility.

6.0 LOCAL CONDITIONS:

6.1 It will be imperative for each bidder to fully inform himself of all local conditions and factors

which may have any effect on the execution of the works covered under these documents and

specifications. In their own interest, the Bidders are requested to familiarize themselves with the

Income Tax Act 1961, the Companies Act 1956, Customs Act 1962 and other related Acts and

Laws prevalent in India. The Owner shall not entertain any request for clarifications from the

Bidders, regarding such local conditions.

6.1 It must be understood and agreed that such factors may have properly been investigated and

considered while submitting the bids. No claim for financial adjustment to the Contract awarded

under these specifications and documents will be entertained by the Owner. Neither any change

in the time schedule of the Contract nor any financial adjustments arising thereof shall be

permitted by the Owner which are based on the lack of such clear information to its effect, the

cost or time schedule.

7.0 INCOME TAX

7.1 As regards the Income Tax, surcharge on Income Tax or any other Corporate Tax payable by the

Bidder for reason of the Contract awarded, then Owner shall not bear any tax liability

whatsoever, irrespective of the mode of construction of contract. The bidder both Indian and/or

foreign shall be liable and responsible for payment of such tax, if attracted under the provision of

Indian Income Tax Act.

7.2 Bidder may note that if any tax is deductible at source as per Indian Income Tax Law, the same

will be so deducted before releasing any payment to the bidders. Accordingly, bidder shall have

the responsibility to check and include such provisions of taxes in their prices.

8.0 PAYMENT TERMS:

8.1 For Supply:

(i) 80 % of supply value (basic) and 100 % taxes & duties for each item of SOR on pro rata basis for

the quantity supplied on receipt of material at site and against submission of

(1) Factory acceptance test (FAT) report/Inspection release note or waiver issued by owner

or their authorized representative,

(2) Dispatch Clearance

Page 133: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

133

(3) The indemnity bond for the equivalent amount as per the format available in bidding

document.

(4) Shipping documents, e.g. Signed invoice, Packing list, a copy of clean Bill of Lading/ Air Way

Bill & certificate of country of origin issued by competent authority & bill of entry (in case of

foreign bidder)/ dispatch documents, e.g. Signed Invoice, Packing list and original copy of

RR/LR( in case of Indian bidder)

(5) Submission of GRV

(6) Copy of material insurance

(ii) 10% of supply value on installation, powering ON and Local SAT of individual items.

(iii) 10 % of supply value after adjusting for PRS, if any within 15 days after handing over of the

complete Telecommunication System to the Owner on turnkey basis after successful

commissioning and test run including submission of as built drawing / documents and final

acceptance against “Taking-over certificate” issued by GAIL.

8.2 For Site Works:

(i) 100% after adjusting for PRS, if any within 15 days after handing over of the complete

Telecommunication System to the Owner on turnkey basis after successful commissioning and

test run including submission of as built drawing / documents and final acceptance against

“Taking-over certificate” issued by GAIL

8.3 For despatches on FOT despatch point (in India) basis, the payment shall be through

Owner's bank.. Payment through Bank, wherever applicable, shall be released as per

normal banking procedures.

8.4 All other payment shall be released within 30 days after receipt of relevant documents complete

in all respects.

8.5 All bank charges incurred in connection with payments shall be to the respective accounts of

Owner & Seller.

8.6 Within 45 days after award of Contract, the Contractor will furnish a detailed billing schedule,

separately under different heads for Owner's approval and Contractor shall raise his invoices

accordingly. Such billing schedule shall also be accompanied by their shipment/despatch

schedule.

8.7 The Contractor shall be responsible, on completion of Contract, or wherever required, to

undertake customs reconciliation work with Indian customs authorities and finalise the customs

assessment by furnishing the necessary technical information etc. to the said authorities.

8.8 Unless otherwise specifically stated in bid document, all payments shall be made in the currency

quoted.

8.9 No interest charges for delay in payments, if any, shall be payable by Owner.

Page 134: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

134

9.0 COMPLETION PERIOD

1. Commissioning from date of issuance of Manual Release order /SAP Work Order: 3 Months

2. Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies

available to the Purchaser in Bidding Documents.

3. Contract period as detailed in Clause 13 below shall be the essence of Agreement and no

variation shall be permitted

10.0 WARRANTY

10.1 The complete Telecom System shall be guaranteed for a period of Twelve (12) months from the

date of handing over to the Owner on turnkey basis after successful erection testing &

commissioning, site acceptance test and trial run as per warranty procedure mentioned in tender

document.

11.0 COMPLETION DOCUMENT

The following documents shall be submitted in hard binder by the VENDOR in ONE sets, as a part

of completion documents: -

a) Test results and reports.

b) Performance certificate

c) Completion Certificate issued by Owner’s Site Engineer.

d) No claim certificate by the Vendor.

e) Warranty support certificate

12.0 The bidder shall quote for all the items of the SOR, in case of non-compliance the bid shall be liable

for rejection.

13.0 SPECIAL TERMS OF THE CONTRACT

Successful bidder shall enter into an agreement for rate contract valid for two (2) year period without

any escalation from the date of issue of FOA with a provision of extension of 6 months on

same rates and terms & conditions.

GAIL shall issue Manual Letter of Intimation(LOI)/Release Order for the individual/combined Last

Mile connectivities or of work as per GAIL requirement (whose prices have been provided by the

bidder in SOR) as and whenever required during the contract period. Subsequent to manual release

order SAP PO will be provided.

Bidder to offer cost of each SOR items/ individual items. Order for any number (Minimum zero,

maximum any number) of telecom eqpt / SOR item can be placed to the supplier. Bid evaluation

shall be done item-wise.

Packing, forwarding, Inland transportation, Loading, Unloading, transit insurance, Octroi and other

local costs / incidental expenses for delivery of the goods to its final destination shall be quoted by

the Indian/ Domestic Bidders.

Page 135: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

135

The telecom equipment being purchased shall be delivered at GAIL stores / sites as per project

requirements.

Bidder shall carry out Inspection of the individual telecom equipment once it is delivered at GAIL’s

store / site and take all the necessary steps immediately to rectify all/any damage, if any. Bidder shall

also identify the supplied components, loose supplied item, mandatory spares at site in presence of

representative(s) of GAIL Joint report shall be generated and proof towards inspection shall be

attached along with the Invoice.

Since GAIL will store the telecom equipment in open yard bidder shall take necessary precautions

while sealing and packing, so that it remains properly preserved in open yard without shed.

Bidder shall furnish dispatch particulars of the consignment immediately to the GAIL and Insurance

Company after dispatch of the material.

At the time of submission of bids, bidder to submit the list of make & model of all the supply items

to be offered.

16.0 PRICE REDUCTION SCHEDULE (PRS)

If the Vendor fails to deliver any or all of materials or performance of the work and service within

the time period (s) specified in the Order/ Contract, GAIL shall without prejudice to any other

remedy(ies) under the order/ contract, reduce a sum calculated on the under mentioned basis:

Price Reduction will be applicable @ ½ % of the total release order value per week of delay or part

thereof in supply/ completion of work subject to a maximum (ceiling) of 5% of total release order

value. PRS for each release order will be calculated individually.

As ARC Telecom &SCADA is a composite contract PRS is applicable if delay is either on supply or

works as defined above. In case of delay in completion, the bidder shall calculate the applicable price

reduction for delayed completion and raise there invoice after deduction of PRS

In case of supply in ARC contract, the portion of supply completed in all respect which can be used

for commercial operation shall not be considered for applying PRS, if delivered within contractual

delivery period. The remaining supplies which are completed beyond the contractual delivery shall

attract price reduction schedule @½ % of the delayed delivery value maximum upto 5% of the total

order value.

The value considered for calculating PRS is basic value without taxes.

17.0 ORDER OF PRECEDENCE

The Articles contained in this Section shall supplement to the Special Conditions of Contract

and General Conditions of Contracts – Goods. Where any portion of Special Conditions of

Contracts and General Conditions of Contract – Goods is repugnant or at variance with any

provisions of Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the

provision(s) of Special Conditions of Contract and General Conditions of Contract-Goods only

to the extent that such repugnancies of variations in Instructions to Bidders are not possible of

Page 136: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

136

being reconciled with the provisions of Special Conditions of Contract and General Conditions

of Contract – Goods. Order of Precedence shall be as under

(a) Purchase Order

(b) Letter of Award / Fax of Acceptance

(c) RFQ / IFB

(d) Bid Data Sheet

(e) Job Specifications

(f) Drawings

(g) Instruction to Bidders with e-tender instructions

(h) Special Conditions of Contract

(i) Technical Specifications

(j) General Conditions of Contract

(k) Other Documents

17.0 GST CLAUSE

GST clause is applicable from 01.07.2017. Excise Duty, VAT & CST, Entry Tax etc have been

submerged in GST. Accordingly wherever reference to ED, VAT, CST, Entry tax is mentioned

in the GCC, SCC or elsewhere in the Bidding Document, the same shall be ignored. Owners’

aggregate liability of payment of taxes & duties shall be limited to the volume of

IGST/CGST/SGST indicated in the Price schedule and nothing shall be payable extra except

for the statutory variation mentioned elsewhere in the bidding document.

Page 137: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

137

SECTION-VI

SCOPE OF WORK & TECHNICAL

SPECIFICATIONS

Page 138: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

138

SCOPE OF ANNUAL RATE CONTRACT

PROJECT DESCRIPTION

M/s GAIL (India) Limited proposes to supply natural gas to various small consumers via Last

Mile Connectivity in Western Region. Telecom & SCADA works for these LMC’s in western

region is to be done through ARC Telecom & SCADA –Western Region works which will

cover customers along DBPL – I (Maharashtra & Goa Region), DUPL, DVPL – I, DVPL – II

(Gujarat Region) SGPL etc in the state of Gujarat, Maharashtra ,Goa, etc. Scope of ARC

Telecom & SCADA works involves several activities like procurement of telecom & SCADA

equipment, erection, installation and commissioning of the system to extend the data

connectivity to last mile consumers for which the work is being tendered.

In general for almost all consumers, 3-Layer PE externally coated Carbon steel pipelines are

laid. Optical fiber cable is laid along the pipeline by the pipeline laying contractor and real

time data for SCADA purpose has to be provided by installing necessary Telecom equipment/

convertors / RTU as per the requirement.

Proposed tender is to provide telecommunication and SCADA facilities to last mile consumers

and integrating with existing SCADA system provided by M/s YOKOGAWA. Extending the

telecom & SCADA connectivity to the LMC customers is important for monitoring of

critical parameters e.g. flow, temperature, pressure etc Intended work requires online

polling of consumer data through OFC / other media based on feasibility.

1.0 WORK TENDERED

1.1. The work tendered in this bid package consists of supply, installation, testing and

commissioning of the telecom & SCADA system for small consumers i.e Mainly for last mile

connectivities(LMC) and for upgradation required in existing network topology w.r.t LMC if

any.

2.0 SCOPE OF WORK

The scope of work shall generally be, but not limited to the following:-

2.1. Procurement

2.1.1. CONTRACTOR shall procure and supply all the materials, other than OWNER supplied

materials, required for permanent installation in main pipeline and at terminals in sequence and at

appropriate time. All equipment, materials, components etc. shall be suitable for the intended

service. Approved vendors/ make & model have been indicated in the bid package for various

items. For items which are not covered in the vendor list, CONTRACTOR shall obtain OWNER's

Page 139: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

139

prior approval for the vendor. Equipment requiring specialized maintenance or operation shall be

avoided as far as possible. Equipment offered shall be field proven.

2.1.2. CONTRACTOR shall procure all materials, components, equipment, consumable etc. required

for successful completion of the telecommunication system. CONTRACTOR shall also procure

and supply spares required for pre-commissioning and commissioning/ start up as recommended

for all items supplied by him as per specifications provided in the bid package. Where no

specification is available in the contract, the same shall be prepared by the CONTRACTOR based

on the material specification and shall be subject to OWNER's approval.

2.1.3. Material take-off with complete description of size, rating, material, thickness and specifications.

2.1.4. Only single offer shall be provided by the bidder fully complying with specifications/ drawings/

requirements for OWNER's review and approval. CONTRACTOR shall provide for inspection of

the items at vendor's works by the OWNER/ OWNER's REPRESENTATIVE or by a reputed

inspection agency and shall submit inspection reports for OWNER's clearance.

2.1.5. CONTRACTOR shall carryout proper documentation of inspection and quality assurance

programs for all equipment and bulk materials duly approved by OWNER. CONTRACTOR shall

maintain an accurate and traceable listing of procurement records for the location, quality and

character of all permanent materials in the Project.

2.1.6. CONTRACTOR shall immediately report to the OWNER of all changes which will affect

material quality, and recommend any necessary corrective actions to be taken.

2.1.7. Submit periodic manufacturing progress reports highlighting hold ups and slippages, if any, to

OWNER and take remedial measures.

2.1.8. Interact with authorities such as Sales Tax, Octroi, Excise, Customs etc. as necessary and arrange

for transportation of the materials under his scope of supply to site.

2.1.9. All purchase requisitions including purchase orders shall be approved by OWNER/ OWNER's

REPRESENTATIVE.

2.1.10. Compliance with vendor's and supplier's instructions and recommendations for transportation,

handling, installation & commissioning.

2.1.11. During detailed Engineering vendor has to finalise & intimate details of equipment to be supplied

as per requirement of connectivity and against the same clearance from EIC is to be obtained.

Vendor has to supply SDH equipment of the same make suited as per detailed Engineering i.e for

seamless integration existing make of equipment in trunk /backbone to be used for LMC

connectivities

2.1.12. Vendor has to provide necessary certifications for compliance of IP55, IP66 etc

2.1.13. Details of offered make and tentative model for the equipment’s to be supplied are to be provided.

Page 140: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

140

2.1.14. Details pertaining to RTU / SCADA are separately defined elsewhere in tender document.

3.1 Works

Vendor has to carry the feasibility, design, engineering, commissioning of Telecom and SCADA

works for extension of data and voice communication. Vendor has to submit the detail engineering

including design and engineering of the network, link engineering for extension of voice and data

communication at consumer location. Vendor has to test the OFC before taking over of cable. After

taking over test report is to be submitted. Vendor has to do SAT (Site Acceptance Testing) and

trial run of the system for 7-15 days for acceptance of the Telecom and SCADA system as per

notification from EIC.

SPECIFICATIONS

1. SDH EQUIPMENT

Common STM-1 equipment

Equipment specification shall conform to general purpose optical fiber transmission open system

with line signal in accordance with ITU-T Rec G-707.

The equipment should have modular design and should be configurable in number of operational

modes to perform complex and different network functions without need of any additional software.

The supplied SDH equipment shall be able to work in all possible configurations like Terminal

(TM), Regen and Add-Drop (ADM).

All the Common and Control cards in the SDH Equipment, failure of which shall affect the traffic &

performance of the equipment, shall be provided in (1+ 1) hot-standby protection configuration.

The switching subsystem (Cross Connect) should meet the following requirement as a minimum.

Non-Blocking: Probability that a particular connection request cannot be met should be zero.

Correctness of cross connections: Correct cross connections between the right traffic ports.

Timing transparency or no slip: Each outgoing channel shall contain the same timing information as

it did at the input before switching.

Timing sequence integrity: Concatenated payloads should be switched without breaking the time

sequence integrity.

All Trib to Trib, Line to Trib, Line to Line connections should be completely none blocking.

The offered equipment should be capable of interfacing and supporting a wide range of input

interfaces including SDH/PDH, Ethernet /Fast Ethernet ports in an integrated manner from same sub

rack with add on cards but with no external add on boxes with the equipment. The equipment shall

be multi service from day one. The minimum number of ports /card for 10/100 base T card shall be 4

auto sensing ports.

Following features shall be configurable in the cards:

ETH ports:

1.4 ETH 10/100 Base T,

Page 141: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

141

Auto sensing,

Flow control (802.3 xs) configurable (on/off)

Eos Mapper:

G.7041 (GFP) or X.86 (LAPS) configurable,

G.7042 (LCAS)

IEEE 802.1 Q (VLAN)

IEEE 802.1 P (Priority)

ITU-T G.707 (Virtual concatenation)

Nodes shall be hitless i.e. removing or inserting plug units must not affect the existing traffic on other

units.

Configuration of nodes should be easily expandable by adding plug in units and modifying software

settings.

It is required that laser transmitter is automatically shut down when the incoming signal is missing.

It shall be possible to support all network topologies – bus, ring, mesh and mixed to support network

evolution in future.

The offered Equipment shall support SFP modules at the optical Aggregate and optical Tributary

Interfaces.

The system shall provide DCC Transparency to enable the passing of the DCC channels without

blocking.

Receive Optical Power measurement aggregate interface should be available, which can be read by

accessing the equipment through NMS.

The system should provide Visual Power On indication as well as the card level Visual

For indications for the status of individual cards following should be indicated:

LOS Indication

Card Active Indication

Card Status Indication

Receive Optical Power measurement provision for all optical interfaces should be available for the

equipment, which can be read by accessing the equipment through NMS.

Provision for suitable potential free contacts should be provided for extension of external alarms to

NMS.

All the data pertaining to configuration, cross- connections, administration, security, operation and

maintenance of the equipment shall reside in its non volatile memory and shall enable for FCAPS

management functions of the equipment from NMS and LCT. The required software shall be

preloaded and configured in all SDH/PDH equipments as per site requirement before dispatch from

factory. The software download to the equipment shall be possible online without interrupting the

traffic. The system should have smooth and non disruptive in case of software Up gradation.

Reliability /Availability

System availability should be greater than 99.99% (including the SDH and optical converters) &

excluding logistics, fiber and power supply by others. System BER shall not exceed 1* 10(-12).

Theoretical calculations should be submitted in support of the above for proposed section in this

project with 1 hour MTTR as part of bid.

Power Requirements

Bidder to provide details of power consumption of each plug in unit, as well as typical and maximum

power consumption of a node.

Page 142: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

142

Cables & Connectors

All cables and connectors shall be of OEM make only.

SDH REQUIREMENTS:

For the SDH Equipment, the common modules of power supply, cross connects and controller cards

in the SDH Equipment, failure of which shall affect the traffic & performance of the equipment, shall

be provided in (1+ 1) hot-standby protection and in line with requirements as stated in tender.

Synchronization

The new SDH equipment shall be preferably synchronized to existing equipments and upcoming

equipments. Bidder shall provide details of synchronization as part of bid. The Synchronization Input

and Output Interfaces and Traffic interfaces for all SDH equipment to be provided as mentioned

under the technical specifications. The SDH equipment should have a minimum one Input &

minimum one output Synch Interfaces. The SDH equipment should provide a 2MHz clock from the

system. In the SDH equipment, retiming functionality shall be available to allow the transfer of high

quality SDH network timing to PDH equipment.

Following shall be usable as synchronization source:

External clock

Any STM-N

Any 2 Mbps

Internal clock

The equipment’s at various locations shall be equipped & configured as per the following

STM-1 Equipment

Requirement of equipped interfaces from day one:

STM 1(O) Aggregate L1.1 : Four Interfaces on two cards

E1 (tributary) : 21 Numbers with 120 ohms termination (to be

terminated at Krone DDF)

Fast Ethernet 10/100Base-T : Total 8* 10/100 auto sensing interfaces.

(Electrical) in two cards

The performance of the line tributary interfaces shall be in compliance with ITU-T G-957.Bidder to

provide detail specification of equipment offered.

The new SDH equipment shall be fully compatible with existing SDH equipment of GAIL including

full DCC transparency.

Cross connect:

STM1 equipment shall be equipped with

Redundant matrix card

Fully non blocking with Granularity of VC-4,VC-3 and VC-12

Aggregate to Aggregate, Aggregate to tributary, tributary to aggregate, tributary to tributary.

Page 143: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

143

Capability of following

- Unidirectional point to point

- Bidirectional point to point

- Unidirectional point to Multipoint

- Drop and continue

- It shall allow direct mapping of any 2 Mbps into any STM1 interface without blockage at

any level of the equipment.

All optical & electrical Interface Modules supplied at all locations of the pipeline shall be provided

with all OEM make Cable, Connectors & associated items in complete for the integration with

external users’ equipment. Any other interface required in SDH at any other locations of the pipeline

to meet the overall requirement shall be supplied, installed & commissioned by the Contractor.”

Offered SDH equipment shall be of FIBCOM/ TEJAS/ ECI/ WRI/ NSN (Corriant) make

only so that the system can be managed from the GAIL existing SDH NMS of FIBCOM/

TEJAS/ ECI/ WRI/ NSN(Corriant) installed at Noida. Vendor has to offer any of the above

make of SDH equipment as per the requirement of network for seamless integration. The

requirement of make and Layer –1 or Layer – 2 shall be confirmed at the time of detailed

engineering .

2. IP/MPLS type switch

As LMC connectivities are mission critical applications but with space & power

constraint for which DIN rail mounted Compact Managed IP/MPLS transport device,

having minimum 4 optical & 4 Ethernet port are to be interfaced with directly to SCADA

server on dedicated optical network or through new SDH equipment. It should have IP

interface, manageability & monitoring from NOCC, and capable of integration with

RTUs, phones (IP/Analog) and CCTV systems, etc. The requirement of IP/MPLS

switches shall be confirmed at the time of detailed engineering .

Details as per Annexure-G

3. POWER CONVERTERS

Preferable power supply modules of Delta, Eltex, Amaraja or equivalent

3.1. AC-DC CONVERTER (230 VAC to 48 VDC)

Type : SMPS type

Redundancy : The modules of AC-DC converter, fault of which shall affect the

delivery of required rated output (voltage/ current), shall be (N+1)

protected.

Input

1. Voltage : Single phase & Neutral Nominal Working Voltage: 220V VAC Range:

150-275V VAC

2. Frequency : 45 to 63 Hz

3. Current : To be provided by the Bidder

4. Power Factor : > 0.9

Page 144: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

144

5. Efficiency : > 90%

6. Protection : Current Limiting Circuit Breaker; Fuse at the input of Rectifier module,

over & under voltage protection. Automatic shutdown at lower input

voltage.

Output:

1. Voltage : 50 VDC (preset) 48 to 56V (non-break type) with Ripple <100 mV

2. Load Current : 300 W

3. Static Regulation : Load: + 0.5 %

4. Dynamic regulation : +/- 5% for 10%- 90% step load change

+/- 1% within 10 msec of step change

+/- 1% for +/-25% step change in AC input voltage

5. Conversion frequency: > 50 KHz

6. Load sharing : Active current sharing & Democratic load sharing in parallel

operation.

7. Protection : Circuit breaker/fuse

a) Over voltage : Only faulty unit shuts down

b) Over Current : Can sustain short circuit at o/p indefinitely

c) Over Temperature : Required

Other:

1. Lightening & Surge protection : As per latest national & International Standards

2. EMI protection : As per latest national & International Standards

3. Insulation Resistance:

a) AC Input & Earth : > 2 mega ohms

b) DC Output & Earth : > 1 mega ohms

c) AC input & DC o/p : > 5 mega ohms

4. Mechanical Noise : < 60 dBA

Monitoring:

1. Shall provide Display for display / monitoring of the following with accuracy of 1%:

Input AC Voltage

Output DC Voltage & Current

2. Shall provide facility for visual indication / display / monitoring of following Alarms locally:

AC Mains Failure

Rectifier Failure

Over Voltage

Under Voltage

Overload

Fan failure (if any)

The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms

depending upon the intensity of the abnormalities. Every Alarm condition shall be

accompanied with Audio alarm with the audio cut-off facility. Potential Free contacts shall be

provided for the extension of alarms to central location.

3.2. AC-DC CONVERTER (230 VAC to 24 VDC)

PARAMETERS SPECIFICATION

1. TYPE : SMPS

Page 145: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

145

Redundancy : The modules of AC-DC converter, fault of which

shall affect the delivery of required rated output

(voltage/ current), shall be (N+1) protected.

INPUT 1. Voltage : AC Voltage of 230V (nominal) Range: 220 -250

VDC

2. Current : To be provided by the Bidder

3. Efficiency : >85%

4. Protection : Current limiting circuit breaker; Over & under

voltage protection; Automatic shutdown at lower

input voltage.

OUTPUT

1 Voltage : 30 VDC (preset) Adjustable 24 to 32V (non-break

type) with Ripple <100 Mv

2. Load Current : 300W

3. Static Regulation : Load: + 0.5 % from 0 to full load

4. Dynamic Regulation : +/- 5% for 10%- 90% step load change

5. Conversion frequency : > 90 KHz

6. Load Sharing : Active current sharing & Democratic load sharing in

Parallel operation

7. Protection : Circuit breaker/fuse

a) Over Voltage : Only faulty unit shuts down

b) Over Current : Can sustain short circuit at o/p indefinitely

c) Over Temperature : Required

OTHER

1. Lightening & Surge Protection : As per latest national & International Standards

2. EMI Protection : As per latest national & International Standards

3. Insulation Resistance

a) Input & Earth : >2 mega ohms

b) DC Output & Earth : >1 mega ohms

c) DC input & DC O/p : >5 mega ohms

4. Mechanical Noise : <60dBA

MONITORING

1. Shall provide for Display for display/ : Input AC Voltage & Current

Monitoring with accuracy of 1% Output DC Voltage & Current

2. Shall provide facility for visual indication/: Input Failure

Display/ monitoring Alarms locally Output Failure

Module Failure

O/P Over Voltage

O/P Under Voltage

Overload

Fan Failure

The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms depending

upon the intensity of the abnormalities. Every Alarm condition shall be accompanied with Audio

alarm with the audio cut-off facility. Potential Free contact shall be provided for the extension of

alarms to central location

Page 146: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

146

3.3. DC-DC CONVERTER (48 VDC to 24 VDC)

PARAMETERS SPECIFICATION

TYPE : SMPS

Redundancy : The modules of DC-DC converter, fault of which shall

affect the delivery of required rated output (voltage/

current), shall be (N+1) protected.

INPUT 1. Voltage : DC Voltage of 48V (nominal) Range: 40 - 56 VDC

2. Current : To be provided by the Bidder

3. Efficiency : >85%

4. Protection : Current limiting circuit breaker; Over & under voltage

protection; Automatic shutdown at lower input voltage.

OUTPUT

1 Voltage : 24 VDC (preset) Adjustable 20 – 30 V (non-break type)

with Ripple <100 Mv

2. Load Current : 300W

3. Static Regulation : Load: + 0.5 % from 0 to full load

4. Dynamic Regulation : +/- 5% for 10%- 90% step load change

5. Conversion frequency : > 90 KHz

6. Load Sharing : Active current sharing & Democratic load sharing in

Parallel operation

7. Protection : Circuit breaker/fuse

a) Over Voltage : Only faulty unit shuts down

b) Over Current : Can sustain short circuit at o/p indefinitely

c) Over Temperature : Required

OTHER

1. Lightening & Surge Protection : As per latest national & International Standards

2. EMI Protection : As per latest national & International Standards

3. Insulation Resistance

d) Input & Earth : >2 mega ohms

e) DC Output & Earth : >1 mega ohms

f) DC input & DC O/p : >5 mega ohms

4. Mechanical Noise : <60dBA

MONITORING

1. Shall provide for Display for display/ : Input DC Voltage & Current

Monitoring with accuracy of 1% Output DC Voltage & Current

2. Shall provide facility for visual indication/ : Input Failure

Display/ monitoring Alarms locally Output Failure

Module Failure

O/P Over Voltage

O/P Under Voltage

Overload

Fan Failure

The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms depending

upon the intensity of the abnormalities. Every Alarm condition shall be accompanied with Audio

Page 147: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

147

alarm with the audio cut-off facility. Potential Free contact shall be provided for the extension of

alarms to central location

3.4. DC-DC CONVERTER (24 VDC to 48 VDC)

PARAMETERS SPECIFICATION Type : SMPS type

Redundancy : The modules of DC-DC converter, fault of which shall affect

the delivery of required rated output (voltage/ current),shall be

(N+1) protected.

INPUT 1. Voltage : DC Voltage of 24V (nominal) Range: 20 -30 VDC.

2. Current : To be provided by the Bidder

3. Efficiency : > 85%

4. Protection : Current limiting circuit breaker; Over & under voltage

protection; Automatic shutdown at lower input voltage.

Output:

1. Voltage : 50 VDC (preset) Adjustable 48 to 52V (non-break type) with

Ripple <100 mV

2. Load Current : 300 W

3. Static Regulation : Load: + 0.5 % from 0 to full load

4. Dynamic regulation : +/- 5% for 10%- 90% step load change

5. Conversion frequency : > 90 KHz

6. Load sharing : Active current sharing & Democratic load sharing in Parallel

operation.

7. Protection : Circuit breaker/fuse

a) Over voltage : Only faulty unit shuts down

b) Over Current : Can sustain short circuit at o/p indefinitely

c) Over Temperature : Required

Other:

1. Lightening & Surge : As per latest national &International Standards

Protection

2. EMI protection : As per latest national & International Standards

3.Insulation Resistance:

a) Input & Earth : > 2 mega ohms

b) DC Output & Earth : > 1 mega ohms

c) DC input & DC O/p : > 5 mega ohms

4. Mechanical Noise : < 60 dBA

Monitoring:

1. Shall provide Display for display / monitoring of the following with accuracy of 1%:

Input DC Voltage & Current

Output DC Voltage & Current

2. Shall provide facility for visual indication / display / monitoring of following Alarms locally:

Page 148: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

148

Input Failure

Output Failure

Module failure

O/p over Voltage

O/p under Voltage

Overload

Fan failure (if any)

The above-mentioned alarms shall be categorized under Urgent & Non-urgent alarms depending upon

the intensity of the abnormalities. Every Alarm condition shall be accompanied with Audio alarm with

the audio cut-off facility. Potential Free contacts shall be provided for the extension of alarms to

central location.

4. BATTERY CHARGER WITH BATTERY BACKUP

Battery charger shall be 230 V AC input and output 48/24 VDC. Total load for battery charger

shall be 300 watt and maintenance free battery (120 Ah) for battery backup of 8 hours. Battery

charger charging modules shall be in (N+1) configuration in hot standby configuration.

5. PORTA CABIN

1. Structural design National Building Code: 2005

IS: 875 (Part 1 to 5) Actions on structure (Loads)

IS: 800-2007 Design of steel structures

Galvanized coating

IS: 2771992 Hot dip galvanized coatings on fabricated iron and steel articles

Electrical installation

IS: 120631987 – Degree of protection provided by enclosures of electrical equipment

IS: 21471962 – Low voltage switchgear and control gear assemblies

IS: 46911968 – Rotating electrical machinery

Welding

IS: 8161969 – Welding procedure tests for the arc welding

2 MECHANICAL CHARACTERISTICS

2.1 Dimensions

SHELTER Length (mm) Width (mm) Height (mm)

2500 2500 2700

2.2 Supporting mainframe

The shelter shall consist of a supporting frame. All these parts shall be bolted together and assembled with

the sandwich panels to form a monolithic body.

Page 149: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

149

2.3 Side walls

Sidewalls shall consist of sandwich panels to be assembled and fixed to the mainframe to form the four

sidewalls. The complete assembling of the walls shall be made to avoid any thermal bridges between

internal and external surfaces of the same.

Each panel shall be made as follows

External covering of min sheet thickness 0.6 mm with galvanized pre-painted RAL 9002 steel

sheet

Insulation with polyurethane foam, thickness 60 mm, density 40 kg/m3

Internal covering of min sheet thickness 0.6 mm with galvanized pre-painted RAL 9002 steel

sheet

2.4 Floor (Floor load shall be min 1500 kg/m2)

The frame shall consist of two main beams, two short and additional intermediate galvanized steel cross

beams all made of galvanized steel profile sections. The bottom external surface is made with galvanized

pre-painted steel sheet and the top internal surface is made with a cover of replaceable type marine

plywood (thickness min 19 mm) covered with antistatic PVC. Between the two surfaces, insulating

material and additional intermediate cross beams for additional rigidity are inserted but not embedded.

2.5 Roof frame

The frame shall consist of and two short cross beams made of galvanized steel profile sections. The load

capacity of the roof shall be ensured by corrugated sandwich panels anchored to the frame. The individual

panels are made with the same characteristics as the wall panels. Support up to wind speed of 180 km/hr.

2.6 Additional secondary roof

The additional roof shall be composed by corrugated galvanized pre painted steel sheets Installed with a

minimum slope of 5% approx in a short side and with the edges extended over the edges of roof frame on

each side.

2.7 Internal linings

The internal lining of the walls shall be made with RAL9002 pre painted metal sheets and floor covering

made of antistatic PVC mat.

3 Other Characteristics

3.1 Access door

The access doors shall be built with a frame made of aluminum profiles and sheets. The dimensions of the

door opening are:

• Height 1800 mm

• Width 900 mm

In order to guarantee necessary water tightness and thermal insulation, two gaskets are fixed one on door

frame and another on door. The door internal and external claddings and insulation shall have the same

materials and characteristics specified for the wall panels. The door shall have non detachable (not slip)

Page 150: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

150

hinges; lock fitted (with an antipanic lock) and shall be equipped with a locking device preventing

accidental closing due to wind gusts.

3.2 Fastening of the equipment

The shelter shall be internally designed for a rapid fastening of radio equipment by means of rails

anchored to the walls.

3.3 Openings

ROXTEC/Wallmax type cable entries in the floor/walls (Position to be defined later.)

4 Power Distribution System

4.1 Power distribution board

The distribution board is dimensioned and configured for the supply and the control of the various users

installed.

POWER SUPPLY CHARACTERISTICS:

Voltage: 220 VAC 1Ph+N Frequency: 50 Hz

The power supply circuits are protected against overloads and short‐circuit by automatic Thermo‐

magnetic circuit breakers MCBs (Miniature Circuit Breaker) with nominal current depending on cable

section and load, tripping characteristic C curve, minimum breaking Capacity. Where RCBOs (Residual

Current Circuit Breaker with over current Protection) are installed, they combine in a single device

protection against both earth‐fault currents and overloads or short‐circuit.

4.2 Lighting system & Sockets

The lighting system shall consist of internal light fixtures, each equipped with min 36 W flame proof

fluorescent lamps. The external lamp with crepuscular switch positioned closed to access door. The power

distribution system employs unipolar cables slipped through rigid PVC tubes and conduits. On shelter

walls AC sockets is installed

4.3 Earthing System

The shelter is equipped with ground copper collectors and copper strip along the walls.

The shelters are equipotential and all panels shall results as to be electrically connected one to the other

and to the mainframe. In addition, a copper strap ensures the electric connection of the door to the main

structure. The connection of the mainframe to the earth system is allowed by two external grounding

points

Page 151: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

151

5 Alarm System

The following alarm systems are provided:

• Open door (micro switch)

• Max. indoor temperature (adjustable thermostat)

• Smoke/fire (detector)

• Air conditioners failure

The relevant dry contacts to be available on a terminal strip in the power distribution board.

6 Accessories

Following accessories are provided if required:

• Cable tray

• Document pocket

• Tilting table

• Fixing kit

• General maintenance kit

7 Free cooling unit & free cooling system

Free cooling system (Flame proof) to be installed which can run on AC and shall remove hot air from the

cabin and provide proper circulation of air with auto cut feature. Wire mesh or 360 degree guarding to

be provided to rotating parts.

6. LCT

Laptops, which will be supplied by the vendor to meet the requirement of the tender, shall meet

but not limited to the following specifications:

Make – HP / Dell / Lenovo

Processor – Min 3rd Generation Intel® Core™ i5

RAM – 4 GB, 1600Mhz

Display – 15“ or higher LED Backlit Display

Video Card – 1 GB

Keyboard – Keyboard with Touchpad

Ports – Min. 2 USB /Ext. Monitor/ LAN etc.

HDD – 500 GB min., 5,400 rpm or higher

CD/DVD RW – read & write function

Ethernet – LAN interface – 10BASE- T/100BASE- TX Ethernet with RJ-45 interface

Operating System – Licensed Windows 7 or Windows 8 OS with documentation & CD

media/Recovery arrangements

Serial Port – 01 (One) In case the model offered is not having a serial port than vendor to

provide a USB to Serial convertor with corresponding software.

Antivirus – Mcafee / Norton / AVG 1 year licensed in CD & loaded on LCT

Accessories – Carry case, 240 V AC adapters with Cable

Battery – 6 cell or more Lithium Ion. The required Back up time shall be min. 6 hours.

Page 152: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

152

7. EQUIPMENT RACKS FOR TELECOM SYSTEM

Equipment shall conform to the similar housing standard. The telecom cabinets shall have the

following dimensions including Optical, EPABX, Power distribution panel, etc.:

Height: 1600 mm (1500 mm + 100 mm base plate)

Width: 600 mm

Depth: 600 mm

Color: Grey color (RAL 7035)

All cabinets shall be with lockable glass front and perforated rear doors with preferably top cable

entry and with gaskets and fittings to keep out moisture, corrosive, salts, dust & gases. As far as

possible, the cabinets shall be manufactured using standard modular design and standard

equipment.

All doors, trays and other weight supporting parts shall be fabricated of metal adequately reinforced

to limit vibration and ensure plane surfaces and shall be well-housed and tidy in appearance. All

fasteners including nuts, bolts, flat/lock washers and screws shall be of nickel plated MS.

Document pocket/ wallet shall be provided on the inner side of the front and rear door of each

cabinet.

Preferably all racks shall be of same size, color & make/model. Equipment racks shall be protected

against entry of rodents, insects, lizards etc. Each rack shall arrangement of natural cooling &

venting.

Racks for all the equipment of individual system, sub-system shall be as per international standards

and shall adhere to all the quality norms.

Equipment protection for racks shall be of IP-42 and shall of Make Rittal or equivalent.

8. SOLAR PANEL-300 W

SCOPE

Solar panel 300 Watt

- For powering of telecom system at remote consumer location, solar power with maintenance free

battery for backup of 48 hrs in case of no light with necessary charger for load, interconnecting

cable, glands and erection accessories as required. The load capacity shall of min 300 watt. Solar

panel shall have redundant charge controller and it shall switched to standby charge controller

automatically in case of failure of one charge controller without failure in operation. Solar panel

shall able to charge the battery with in time frame and same shall be demonstrated during FAT

and/or SAT. Solar panel system shall be equipped with feature of charging the battery by grid

supply with automatic switching over facility from solar to grid supply and vice versa.

Tenderer’s scope of work includes design, manufacture, testing, packing, storage, delivery to

Page 153: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

153

site, installation, earthing, testing & commissioning of the complete Solar system with solar

array, charge controllers, battery banks, chargers, DC-DC converters, Distribution boxes,

interconnecting cables etc. as per this specification, data sheets that meet the critical load

requirement.

- SPV modules manufactured using Mono Crystalline Silicon solar cells shall be used for power

generation. SPV modules should have excellent durability to withstand extreme temperature and

weather conditions. The photovoltaic solar array, charge controller shall be sized to meet through

battery back-up, load cycle requirement of connected load with availability of solar energy. SPV

array shall be connected in series-parallel combination to obtain required voltage and current

rating of a solar module. However the rating of solar system shall not be less than as specified in

SOR/MR.

- Equipments earthing- Cu plate type.

A charge controller is an important system component that regulates the power generated from

renewable energy system and charges the battery and simultaneously feed the load at specified

voltage level. It should protect specified type of batteries from being over/under charged and ensures

maximum battery life.

- Charger size shall be based on the maximum Array capacity.

- Automatic boosts and floats charging control

PROTECTIVE FEATURES (As per manufacturer’s standard however minimum are below)

- Maximum current limiting

- Over Temperature Trip

- Over charging Trip

- Boost charging and float charging current limiting with back up protection against overcharging

& deep discharge protection against transient/surge.

- Battery open circuit protection.

- Provision for charging of battery from grid supply through grid charger automatically when no

sun power is available or battery is deep discharged.

INDICATIONS (As per manufacturer’s standard)

- Indication for charging by solar panels or by Grid power.

METERS

- Input Voltage and current, Output voltage and current, Load voltage and current

- Battery current and voltage with indication of status - "in charge" or "discharge".

- Solar array Voltage and Current.

CHARGER

Grid charger charges the battery bank from grid supply when solar power is not available or

battery is deep discharged upto 70%. During the charging the charger will supply the load

simultaneously and should protect specified type of batteries from being over/under charged and

ensures maximum battery life. Grid charger turn on automatically when no sun power is available

or battery is deep discharged by interlocking between the solar charge controller and grid charger.

Grid charger shall be FCBC type. The charger rating shall be selected such that it can charge fully

discharge battery (Bidder shall submit the calculation)

The rating of rectifier / charger shall be not less than the value calculated as follows:

Page 154: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

154

For batteries = Load current + 0.2 Ah (5 hr. rating of battery)With transient and surge protection

circuit in input circuit for protection from surges and voltage Spikes, necessary smoothing reactor

and filters and Automatic boost and float charging control.

INDICATIONS-(As per manufacture’s standard)

- Battery charging by Grid charger or solar charger controller.

MONITORING Should provide 4-20 mA Analog Input signal for monitoring Battery Voltage. The same to be

terminated in RTU (in case RTU is present in the Solar installation location to moniter Battery

Voltage.

Overall dimensions of complete battery set shall be such that it can be accommodated in

minimum space available at customer site.

9. SOLAR PANEL-200 W

SCOPE

Solar panel 200 Watt

- For powering of telecom system at remote consumer location, solar power with maintenance free

battery for backup of 48 hrs in case of no light with necessary charger for load, interconnecting

cable, glands and erection accessories as required. The load capacity shall of min 200 watt. Solar

panel shall have redundant charge controller and it shall switched to standby charge controller

automatically in case of failure of one charge controller without failure in operation. Solar panel

shall able to charge the battery with in time frame and same shall be demonstrated during FAT

and/or SAT. Solar panel system shall be equipped with feature of charging the battery by grid

supply with automatic switching over facility from solar to grid supply and vice versa.

Tenderer’s scope of work includes design, manufacture, testing, packing, storage, delivery to

site, installation, earthing, testing & commissioning of the complete Solar system with solar

array, charge controllers, battery banks, chargers, DC-DC converters, Distribution boxes,

interconnecting cables etc. as per this specification, data sheets that meet the critical load

requirement.

- SPV modules manufactured using Mono Crystalline Silicon solar cells shall be used for power

generation. SPV modules should have excellent durability to withstand extreme temperature and

weather conditions. The photovoltaic solar array, charge controller shall be sized to meet through

battery back-up, load cycle requirement of connected load with availability of solar energy. SPV

array shall be connected in series-parallel combination to obtain required voltage and current

rating of a solar module. However the rating of solar system shall not be less than as specified in

SOR/MR.

- Equipments earthing- Cu plate type.

A charge controller is an important system component that regulates the power generated from

renewable energy system and charges the battery and simultaneously feed the load at specified

voltage level. It should protect specified type of batteries from being over/under charged and ensures

maximum battery life.

Page 155: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

155

- Charger size shall be based on the maximum Array capacity.

- Automatic boosts and floats charging control

PROTECTIVE FEATURES (As per manufacturer’s standard however minimum are below)

- Maximum current limiting

- Over Temperature Trip

- Over charging Trip

- Boost charging and float charging current limiting with back up protection against overcharging

& deep discharge protection against transient/surge.

- Battery open circuit protection.

- Provision for charging of battery from grid supply through grid charger automatically when no

sun power is available or battery is deep discharged.

INDICATIONS (As per manufacturer’s standard)

- Indication for charging by solar panels or by Grid power.

METERS

- Input Voltage and current, Output voltage and current, Load voltage and current

- Battery current and voltage with indication of status - "in charge" or "discharge".

- Solar array Voltage and Current.

CHARGER

Grid charger charges the battery bank from grid supply when solar power is not available or

battery is deep discharged upto 70%. During the charging the charger will supply the load

simultaneously and should protect specified type of batteries from being over/under charged and

ensures maximum battery life. Grid charger turn on automatically when no sun power is available

or battery is deep discharged by interlocking between the solar charge controller and grid charger.

Grid charger shall be FCBC type. The charger rating shall be selected such that it can charge fully

discharge battery (Bidder shall submit the calculation)

The rating of rectifier / charger shall be not less than the value calculated as follows:

For batteries = Load current + 0.2 Ah (5 hr. rating of battery)With transient and surge protection

circuit in input circuit for protection from surges and voltage Spikes, necessary smoothing reactor

and filters and Automatic boost and float charging control.

INDICATIONS-(As per manufacture’s standard)

- Battery charging by Grid charger or solar charger controller.

Overall dimensions of complete battery set shall be such that it can be accommodated in

minimum space available at customer site.

MONITORING Should provide 4-20 mA Analog Input signal for monitoring Battery Voltage . The same to be

terminated in RTU (in case RTU is present in the Solar installation location to moniter Battery

Voltage.

10. SOLAR PANEL-50 W

Page 156: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

156

SCOPE

Solar panel 50 Watt

- For powering of telecom system at remote consumer location, solar power with maintenance free

battery for backup of 48 hrs in case of no light with necessary charger for load, interconnecting

cable, glands, and erection accessories as required. The load capacity shall of min 50 watt. Solar

panel shall have redundant charge controller and it shall switched to standby charge controller

automatically in case of failure of one charge controller without failure in operation. There shall be

provision of charging the batteries through grid power shall also be provided. Solar panel shall able

to charge the battery with in time frame and same shall be demonstrated during FAT & SAT. Solar

panel system shall equip with feature of charging the battery by grid supply with automatic

switching over facility from solar to grid supply and vice versa. Tenderer’s scope of work

includes design, manufacture, testing, packing, storage, delivery to site, installation, earthing,

testing & commissioning of the complete Solar system with solar array, charge controllers,

battery banks, chargers, DC-DC converters, Distribution boxes, interconnecting cables etc as

per this specification, data sheets that meet the critical load requirement.

- SPV modules manufactured using Mono Crystalline Silicon solar cells shall be used for power

generation. SPV modules should have excellent durability to withstand extreme temperature and

weather conditions. The photovoltaic solar array, charge controller shall be sized to meet through

battery back-up, load cycle requirement of connected load with availability of solar energy. SPV

array shall be connected in series-parallel combination to obtain required voltage and current rating

of a solar module. However the rating of solar system shall not be less than as specified in

SOR/MR. Equipments earthing- Cu plate type.

A charge controller is an important system component that regulates the power generated from

renewable energy system and charges the battery and simultaneously feed the load at specified

voltage level. It should protect specified type of batteries from being over/under charged and ensures

maximum battery life.

- Charger size shall be based on the maximum Array capacity.

- Automatic boosts and floats charging control

PROTECTIVE FEATURES (As per manufacturer’s standard however minimum are below)

- Maximum current limiting

- Over Temperature Trip

- Over charging Trip

- Boost charging and float charging current limiting with back up protection against overcharging

& deep discharge protection against transient/surge.

- Battery open circuit protection.

- Provision for charging of battery from grid supply through grid charger automatically when no

sun power is available or battery is deep discharged.

INDICATIONS (As per manufacturer’s standard)

- Indication for charging by solar panels or by Grid power.

METERS

- Load voltage and current

- Battery current and voltage with indication of status - "in charge" or "discharge".

Page 157: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

157

- Solar array Voltage and Current.

CHARGER

Grid charger charges the battery bank from grid supply when solar power is not available or

battery is deep discharged upto 70%. During the charging the charger will supply the load

simultaneously and should protect specified type of batteries from being over/under charged and

ensures maximum battery life. Grid charger turn on automatically when no sun power is available

or battery is deep discharged by interlocking between the solar charge controller and grid charger.

Grid charger shall be FCBC type. The charger rating shall be selected such that it can charge fully

discharge battery (Bidder shall submit the calculation)

The rating of rectifier / charger shall be not less than the value calculated as follows:

For batteries = Load current + 0.2 Ah (5 hr. rating of battery)With transient and surge protection

circuit in input circuit for protection from surges and voltage Spikes, necessary smoothing reactor

and filters and Automatic boost and float charging control.

INDICATIONS-(As per manufacture’s standard)

- Battery charging by Grid charger or solar charger controller.

Overall dimensions of complete battery set shall be such that it can be accommodated in

minimum space available at customer site.

MONITORING Should provide 4-20 mA Analog Input signal for monitoring Battery Voltage . The same to be

terminated in RTU (in case RTU is present in the Solar installation location to moniter Battery

Voltage.

For Solar Systems mentioned in Clause No 8.9.10 in the scope of work, Charge Controller and battery to

be mounted in IP66 Panel (if ordered separately as part of this contract)

11. EXPLOSION PROOF TELEPHONE & WEATHER PROOF TELEPHONE

Explosion proof telephone and weatherproof telephone shall be of FRNSIG/SEIMENS make or

equivalent. Explosion proof telephone shall be intrinsically safe and shall be suitable for installation in

hazardous area of Zone I, Group IIA, IIB standards.

12. ACCOUSTIC HALF HOOD BOOTH

The acoustic booth shall house the explosion proof telephone set including all accessories for fixing to the

telephone set. Acoustic booth shall be made of glass fiber reinforced polyester. These should be

maintenance free, UV, fire and corrosion resistant. Vendor’s scope includes supply of all materials,

interfaces, cabling, power supply, trenching, and backfilling.

Acoustic booth shall provide noise reductions of minimum 8 db.

The booth shall be installed at a min height of 5 feet or as per the instructions of EIC based on site

conditions.

Page 158: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

158

Wiring, cable glands shall be included with telephone. All equipment shall be coated to ensure proper

corrosion protection. Galvanization thickness for steel pillar shall be 80 mircon. All metallic parts which

are not permanently protected against corrosion shall be protected with anti-corrosion painting.

13. ARMORED JELLY FILLED CABLE

Polythene insulated Jelly filled, Moisture barrier armored Telecommunication cable 10 pair to 20 pairs

conductor dia: 0.4 mm / 0.5 mm conforming to IEC and IS specification.

14. Signal Cables

14.1 6 Twisted Pair, 1.5 Sq. mm ( 12 Core ), Overall Aluminium Mylar Tape Shielded with drain wire

14.2 6 Twisted Pair, 0.50 Sq. mm ( 12 Core ) Individual Pair and Overall Aluminium Mylar Tape

Shielded with drain wire

14.3 6 Twisted Pair, 1.5 Sq. mm ( 24 Core ), Overall Aluminium Mylar Tape Shielded with drain wire

14.4 Signal Cable should be as per Detail Specification as per data sheet mentioned in Annexure I

15. Telemetry Interface Cabinet(TIC) As per Annexure H

16. TEST EQUIPMENTS

OTDR meter: -

Base Unit Requirements:

Test Equipment Configuration

The mainframe shall accept at least two modules simultaneously.

The Test Equipment shall be field upgradeable

The modules shall be field interchangeable

The Test Equipment shall be battery operated in any configurations.

Display

The size of the display shall be 10.4 inches minimum.

The Test Equipment shall have a LCD color display with high visibility for outside plant use. The

Test Equipment shall therefore be usable in direct sunlight.

Field operation

The Test Equipment shall be portable, battery operated and rugged for field operations.

The weight of the Mainframe shall not be higher than 5.5 kg with one function module.

OTDR Measurement Capabilities

Wavelengths: 1310 +/-20nm, 1550 +/-20nm

Page 159: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

159

Laser Safety: Class 1

Distance accuracy: +/- 1m +/-10-5x distance +/- sampling resolution (excluding group index

uncertainties).

Vertical linearity: +/- 0.05dB/dB

Distance sampling: minimum 4cm

Number of data points: minimum 128000 acquisition points

Real time sweep: 0.1 s

Test Functions and Features:

The OTDR must have a one button operation mode.

The OTDR must give an indication of the quality of the front connection

The OTDR shall display:

The Type of event

The Distance, the Loss and the Reflectance of each event

The Slope of the fiber

The fiber Total Loss and Optical Return Loss

The OTDR shall indicate ghost detections on the trace and in the table of events. This shall be

user-selectable.

Comments shall be available and linked to each event of the table

Part of the screen must be reserve to display the trace to locate the events.

The Event table must be linked to the trace.

The OTDR must have a function which positions automatically the cursor on the successive

events.

The OTDR must have a function to freeze the markers for repetitive acquisitions.

The OTDR shall overlay minimum 8 traces:

Overlay current trace versus saved traces.

Overlay multiple wavelengths.

It shall be possible to toggle from one trace to the other.

The OTDR must have the capability to process automatic bi-directional measurements.

The OTDR must check automatically fiber continuity

The measurement parameters from the main instrument must be transferred automatically to the

other instrument to avoid any operation error.

It must be possible to visualize the trace from one instrument, from the other instrument, or both

superposed and the results at the same time

OTDR Module for long haul testing

Event Dead Zone: (Measured at +/-1.5dB down from the peak of an unsaturated reflective event)

at 1310nm: 4m

at 1550nm: 4m

Attenuation Dead Zone: (Measured at +/- 0.5dB from the linear regression using an FC/APC type

reflectance)

at 1310nm: 15m

at 1550nm: 15m

Page 160: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

160

Dynamic Range: (The one way difference between the extrapolated backscattering level at the

start of the fiber and the RMS noise level)

at 1310nm: 42dB

at 1550nm: 40dB

The optical time domain reflectometers (at 1310nm/1550nm) should have a dynamic range >/=

25 Db, accuracy better than +/- 0.05% of length measured. Suitable printer shall be supplied with

OTDR.

17. LASER SOURCE & POWER METER (HAND HELD)

(i) Optical Laser Source:

Basic requirement of optical laser source:

The optical source will be applied for loss/attenuation measurements during installation,

operation and maintenance of fiber optic networks. It will be operating in conjunction with an

appropriate power meter.

The source has to simulate the system parameters, so laser sources are preferred operating at 1310

and 1550 nm, coupling the output power into a SM-fiber 9/125 µm.

The instrument has to withstand all practical environmental conditions like temperature, shock,

bumps etc. The instruments shall use standard AA batteries –dry cells and it should be easy to

replace the batteries in the field.

The optical ports shall have a universal optical adapter system which allows to change between

different connector types. For the optical ports a robust protection cap against dust and shock

should be included.

The output power of the lasers shall be adjustable between -7 and 0dBm.

Instrument specification

Parameter Type FP-laser

Wavelength Switch-able, one output port

Center wavelength 1310 ± 20 nm and 1550 ± 20 nm

FWHM spectral width < 5 nm / < 5 nm

Laser classification laser class 1 according to IEC 825

Operating Mode CW output level: 0 to -7 dBm

270 Hz, 1 kHz and 2 kHz

(for line identification

(Laser ON/OFF Duty cycle: 50%)

calibrated output level:-3 to 10 dBm)

Wavelength identifier AUTO-= automatic setting

with appropriate power meter

Automatic dual wavelength

transmission TWIN test = automatic dual testing with

appropriate power meter Optical interface universal interface,

physical contact FC/PC, SC/PC, LC, DIN, ST...

easy to clean, exchangeable Power supply 4-way powering Dry cells, NiCd, USB and AC-line

Page 161: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

161

Recharge capability Internal fast charging function (2 hours), via

AC-line adapter

Operating time (typ.) >45h

Battery save function Automatic shut off

Environmental

conditions Operating temperature -10...+55 C

Storage temperature -40...+70 C

Rel. humidity up to 90 %

Electromagnetic Compatibility CE-conformance

according to EN 50081-1 / EN 50082-1

(ii) Optical power meter:

The power meter shall be an easy operable, lightweight, rugged and water resistant handheld

instrument withstanding all practical environmental conditions like temperature, shock, bumps

etc. The instruments shall use standard AA batteries –dry cells.

The instrument must cover the whole wavelength range between 800 and 1700 nm. Automatic

wavelength detection must be there.

The instrument must have no warm up time and it must use auto zeroing with no need for manual

zeroing.

The optical port must have a universal optical adapter system which would allow changing

between different connector types. For the optical ports a robust protection cap should be

provided.

1 Temperature

Operate For all supplies 00 to + 480 C guaranteed and up to +550 C degraded.

Storage -100 C to +700 C

2 Humidity At any relative humidity up to 95% within the temperature range of

0.0C to 400 C

3 Altitude At any altitude up to 600m above sea level

4 Sand and Dust The housing to be supplied along with the

equipment should be in such a way that entry for dust, insect / rodent is

totally prohibited.

5 Tropicalisation Shall be fully tropicalised with all cards & confirmally coated with

lacquer.

6 Shock and vibration Shall withstand transportation and handling by air, sea and road under

packed conditions.

7 Salt, fog and mould Shall withstand continuous usages in marine growth environment.

8 Electromagnetic Shall meet the requirements as per IEC Compatibility-801.

Page 162: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

162

18. ANALOG PHONE

Direct 8 One-Touch Memory

140 Incoming Calls Memory

16 Outgoing Memory

12 Two Touch Memories

Back Lit LCD

Flash, Pause & Alarm Clock

Speakerphone with Programmable Volume setting

Speaker/ Ringer In Use Indication

Ringer High/ Medium/ Low Switch

Phone Book

Display of Incoming Numbers (CLIP), New Call, Total Calls & Repeat Calls.

8 Ring Melody Selectable

5 Step LCD Contrast Adjustable.

Tone (t) Pulse (p) Function through Switch

19. IP TELEPHONE

Power requirement: AC: 240VAC, DC: -48 VDC (+ve grounded)

Ethernet: 2 port switch VLAN IEEE 802.11p, Power over Ethernet support

User Interface:

2 x 24 character display

At least 4 Soft keys

Last calls (At least 100 entries)

Speed dialing, hands free dialing

Missed calls, taken calls

Call waiting indication

Clock

Caller-ID

Call blocking

At least 4 Programmable function keys

Option to increase programmable keys by just adding one module to the phone

Menu driven user interface

Selectable ringing melodies

Log in/Log out

Do not disturb

Speakerphone

Should support SIP protocol

Call features (Hold, Blind transfer, Attended transfer, Music on hold support, Divert, Call intrusion,

Call completion, etc.)

Web server (Embedded web server, Easy configuration of the phone, remote configuration,

Password protection, Diagnostics (tracing, logging), Static IP provisioning, DHCP, etc.)

Page 163: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

163

20. FXO/FXS Gateway

For extension of analog telephones to the remote locations via Ethernet / IP network, FXO type VoIP

gateways shall be provided at EPABX side and FXS type VoIP gateway shall be provided at remote

location to which analog phone shall be connected.

FXO VoIP gateway shall be installed at EPABX location with no. of ports suitable for as per the

requirement while 4 Port FXS VoIP and four additional ports gateways shall be installed at remote

location.

The FXO and FXS VoIP gateways shall be compact in design with different port options and shall

support transparent voice calls on all ports using a standard analog telephone.

VoIP gateways shall support industry standard SIP, H.323 and G.729, G.723 codecs.

WAN Interface : 1 x 10/100 Base-T (RJ-45 Port)

FXO Interface : 8 port as

FXS Interface : 4-Port

FXO Connectivity : 2-wire Loop start on RJ-11/12, Ring detection, tone detection, disconnect

supervision, Caller ID detection

FXS Connectivity : 2-wire Loop start on RJ-11/12, Ring & On-Hook Voltage, Caller ID

Voice Signaling : H.323, SIP, DTMF, All tones programmable (dial, ringing, busy)

Management : Web/HTTP, CLI with local console and remote Telnet

Electrical : 48 VDC input / 230 VAC input (as per requirement)

21. MANAGED ETHERNET SWITCH

As per Annexure - B

22. RTU

As per Annexure – A

23. MINI RTU

As per Annexure – F

24. Telemetry Interface Cabinet (TIC Panel)

As per Annexure – H

25. FIBER TERMINATION CLOSURE (FTC)

The FTC shall be wall-mounted/rack mounted type as suitable for the Optical Fiber cable used for this

project (24 fibers). The FTC shall have grounding arrangement for all the metallic layers of the cable. The

cable shall be spliced to pigtails on trays provided in the FTC. The connector side for the pigtails shall be

secured with suitable coupler/through adapter provided as integral part of the FTC itself.

Page 164: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

164

The FTC shall be of 24-fibre termination type. The FTC shall have trays suitable for splicing maximum

of 6 fibers per tray. The arrangement inside the FTC should be simple and in straight line. FTC should

have entry points for a minimum of 2 no. of Optical Fiber Cable (armoured /un-armoured)

of diameter up to 20 mm with cable clamps to avoid entry of rodents/ dust in general. It should have a

minimum of 2 nos. of outlets for taking out 24 nos. of pigtail. The outlets should have cable clamps.

Grounding arrangement should be provided with the FTC. It should include as a minimum 2 nos.

Grounding shield bonds with nut and bolts for fixing to the armour of the OFC and 2 nos. of grounding

cable of suitable length “& of green colour eight lugs clamped to its end for connecting the armour of

OFC with the grounding terminal of the FTC. Insertion loss of Coupler / Adaptor shall be maximum 0.25

dB per connector.

The FTCs shall be provided with Pigtails for all terminations.

The FTC shall be from one of the following recommended sub-vendors or equivalent:

1) Raychem 2) Corning 3) 3M 4) Siemens 5) Tyco

Specification For Single Mode Optical Fiber Pigtails, Patch chords & Connectors To Be Used In The FTC

This specification provides requirements for single mode fiber Pigtails and connectors. They should meet

the ITU-T recommendations G-652 & G-655. Both connectors and cables should be robust and should

withstand wear and tear due to frequent use, connection and disconnection. Normal expected life should

be 15 years or more.

Optical fiber cables, connectors & pigtails shall be fully compatible and matching to each other.

OPTICAL PIGTAILS

OPTICAL PARAMETERS: (In line with the cable specifications provided in this bid document)

CONSTRUCTION OF FIBER USED IN PIGTAILS

Primary coating Material : Silicone

Primary coating Diameter : 400 um nominal

Secondary coating Material : Nylon

Secondary Coating Diameter : 900 um nominal

PHYSICAL PARAMETERS OF CABLE

Pigtail Length : As required

Fiber Reinforcement : Kevlar/ Aramid

Outside dia. : 3 mm

Type of connector : +/- 10 % FC

OUTER SHEATH:

A circular sheath of not less 0.5mm thick of suitable material and color free from pinholes and scratches

and other defect etc. shall be provided. A low smoke, Halogen free, fire retardant material shall be used.

MECHANICAL PARAMETERS FOR PIGTAILS

Page 165: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

165

Performance Parameters of the completed Patch cord and pigtails shall meet requirements of IEC 794.

26. JOINT CLOSURE

Jointing closures shall be suitable for armored optical fibers and unarmored optical fiber cables of

all construction designs (slotted core, stranded tube, central tube). Jointing closures shall have 4

entry ports to allow entry/exit of one OFC from each port. The same shall have provision of

blocking/sealing of the ports, if not in use. Jointing closure should have provision to splice 24F

OFC Cable.

The fibers and their storage shall be managed with proper bend radius controls and protection.

There shall be no requirement of any kind of adhesive tape to keep the fibers in the tray. The fiber

organizer trays shall have provision of maximum 12 fibers per tray for future. The trays should be

hinged in such a manner that if moved about the hinge, the fibers are not strained, kinked or

stressed. Also, it should be possible to work on the fibers on one tray without disturbing the fibers

on the other trays.

For routing of fibers to the tray that are capable of moving about the hinge, proper transport tubes

shall be provided. These tubes shall be transparent and non-kinking.

The jointing closure shall enable the metal parts of the cable and the internal metal parts of the

closure to be maintained at earth potential. The sealing of the entry ports, shall provide adequate

sealing and shall be capable of withstanding an axial pull applied using 50kg freely suspended

weight of the cable, without using any additional clamps, etc.

Jointing closures should be Dust tight (No dust ingress) and Protected against immersion in water

(suitable for continuous immersion in saline water under 4 meter water-head) and should be

complete with all accessories including splice cassettes splice protection sleeves and all other

accessories including accessories for electrical continuity of metallic layers of optical fiber cable,

etc along-with instruction sheets. 25% spare splice protection sleeves shall be provided in each kit.

The jointing closures shall be from one of the following recommended sub-vendors or equivalent:

1) Raychem 2) Corning 3) 3M 4) Siemens 5) Tyco

27. IP CAMERA

General

Camera shall be Fixed Type IP based network color camera suitable for indoor & outdoor

application with following minimum features:

Electrical

Input Voltage PoE IEEE 802.3af, Class 1 (Power shall be made available only as 48 VDC so

camera must be supplied with suitable power convertors, if required)

Motion JPEG or MPEG-4 based hardware compression with built-in web server

Direct IP based (without external converters, cards, etc)

Zoom and auto focus

Local Storage

Page 166: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

166

Power over Ethernet

HDTV quality

Intelligent video capabilities

Camera shall be housed in weatherproof housing

Connections

Network: 10BaseT/100BaseTX Ethernet networks (RJ-45) for LAN/WAN

Video

Lens: Varifocal (3.0-8.0mm) DC-iris

Focus range: 0.3 m to infinity

Progressive scan CCD

Light sensitivity: 0.65 lux color

IR sensitive black/white video at night

Frame: 25fps or better

Functions

Built-in video motion detection

Scheduled and triggered event functionality with alarm notification

Pre and post alarm buffer

Digital time, date code embedded

Password protection for restricted camera access

Software

Win 2000, XP Operating condition

Environment Condition

Outdoor with temperature range of 0-50 C

Camera should be compatible and to be integrated with existing CCTV NVR server by the vendor.

28. MANDATORY SPARES OF SDH

10% mandatory spares (for SDH) shall be provided for all electronic cards, etc. (with rounded off

at the higher side with 02 cards minimum in case of total 03 cards or more . However, in case of

only 01 or 02 cards, only one spare card shall be provided. These spares shall be provided along

with respective equipment. Mandatory spares shall be considered based on card calculation for

single SDH equipment.

100 % spares shall be provided for consumables e.g. fuses, lamps, plugs, clamps etc. Spares shall

be provided from the same manufacturing facilities / location from where the respective

equipment, subsystems are offered. The spares shall be provided from the same manufacturing

facility /locations from where the respective equipment, subsystems are offered.

29. CONVERTERS

29.1. ETHERNET TO SERIAL

Page 167: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

167

As per Annexure – C

29.2. OPTICAL TO SERIAL

As per Annexure – D

29.3. RS 232 to RS 422/RS 485

As per Annexure – E

29.4. OPTICAL TO ETHERNET

As per Annexure – E

30. Outdoor equipment panel type-1 for active elements

Cabinet case H1450x W800 x D600

Equipment chamber : providing 20U, 19 inch equipment installation space

Ingress Protection : IP55

Two DC Fan 120x120x38

One Door switch

One Roxtec/Wallmax feeder window with provision of 4 cable entry

One DC power distribution box

30W LED lamp

Convert switch 230V, 32 A

220 V Industrial socket 220 V, 32 A

220 V industrial plug 220 V, 32 A

600 Watt Air conditioner door mounted type (assembled with door)

31. Outdoor equipment panel type-2 for active elements

Dual Cabinet (Separate Equipment case & Battery case)

Overall Cabinet case (H 1450 x W1200 x D600(mm)

Ingress Protection : IP55

Cabinet Compartment

Cabinet case (H 1450 x W 800 x D600 (mm)

Two DC Fan (120 x 120 x 38)

One Door switch

One Roxtec feeder window with provision of 4 cable entry

One DC power distribution box

30W LED lamp

Convert switch 230V, 32 A

220 V Industrial socket 220 V, 32 A

220 V industrial plug 220 V, 32 A

600 Watt Air conditioner door mounted type (assembled with door)

Battery Compartment:

Battery case (H 1450x W 400 x D600(mm))

Two DC fan ( 120x120x38)

One Roxtec feeder window with provision of 4 cable entry

Door switch

Page 168: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

168

30W LED lamp flame proof

32. FIELD MOUNTED IP 66 ENCLOSURE

Field mounted enclosures shall be of double door type. One portion shall be sufficient enough

to house FTC, Media converter, Ethernet switch. Solar Charge Controller etc. Suitable

provision to mount the equipments on DIN rail to be made in the IP66 enclosure. . All internal

wiring for powering the equipment and internal connectivity (LAN cable, OFC patch cable,

power cable) is in the vendor scope. Enclosures shall be double wall insulated to minimize

the heat inside and fitted with glands for cable etc. Enclosures shall be provided with proper

shades to protect from direct sun, rain, dust and water etc and shall be installed at raised

heights for workability.

Available in Size Min 18U - Max 36U

Mounting

Arrangement

Floor Type / Poll Mounted / Frame Mounted

Color RAL 7035

Ingress Protection IP 66

Cooling Solution Fan Filter arrangement

Fan 48V DC Axial Fans

Door Lock 3pt / 4pt Lock with provision of Pad Lock

Cable Entry Provision of Sufficient Cable Entry through Roxtec / Wallmax & Cable

Glands

Filter G3 / G4 Filter with Aluminum Frame for Dust Protection

Lightning Min 30 W LED light operated on 48V DC

Door Sealing Door Sealed with proper EPDM Gasket / PU Gasket

DCDB DCDB arrangement mounted on 19" Rail with terminal block and Earthing

Bus Bar

Earthing

(Equipment)

Provision of Equipment Earthing through Suitable Bus Bar and instrument

earthing through two Suitable Bus Bar. Instrument Earth bus bar should be

isolated from electrical & Panel Earthing.

Lifting

Arrangement

Provision of Lifting Hooks to lift the cabinet

Grouting

Arrangement on

Plinth

Anchor Fastener

Accessory Separate battery compartment (if required)

Design to be approved before start of manufacturing

Page 169: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

169

33. EARTHING SYSTEM

a) Standard: IS 3043-1966 or equivalent BIS & IEC standard

b) The earthing material to be used shall be Electrolytic Copper having the material

specifications confirming to the IS standards

c) The dimension of the Earthing strip, which shall be connected between Earth pit & the

equipment or the earthing distributor, shall not be less than 25 mm x 5 mm

d) The earthing pit should have water pouring facility

e) Earthing resistance should be less than 1 ohm or should be suitable for the equipment to

which the earthing is extended.

f) The extension of earthing to the respective panels is in the vendor’s scope.

34. Installation and commissioning of converter and interfacing of the same with flow computer

and integration with SCADA system

Converter is to be installed and mounted near flow computer and shall be interfaced with existing flow

computer. Vendor has to coordinate with flow computer vendor, Centralized SCADA vendor to extend

flow computer data to central SCADA system of GAIL through available media. Necessary configuration

changes in the existing / new RTU to be carried by the vendor through RTU OEM. Supply and Laying of

armored serial cable from Field Mounted Flowcomputer to Converter is in the vendor scope. Further

vendor to supply and lay armoured power cable (from available power source) to Converter for powering

up the converter.

35. Installation and commissioning of telecom system at each site

Telecom equipment is to be installed, erected and powered on each at site in complete respect.

36. Integration of SDH system with existing NMS

Vendor has to integrate the SDH equipment with existing NMS of ECI, Fibcom, Tejas, WRI,

NSN(Coriant) . Vendor has to submit the detail engineering plan and get the approval before execution of

works. Vendor has to carry seamless integration with existing pipeline network.

37. Testing of OFC and submission of reports

Vendor has to test the fiber and submit the reports for total 24 fibers. Vendor shall test the OFC through

their OTDR meter.

38. Installation and commissioning of solar panel

Solar array shall be grouted properly so that it is not affected by wind. Vendor has to submit the details

about foundation with engineering drawings for approval before carrying the complete installation and

commissioning works of solar panel.

39. Installation of outdoor panel type 1 & type 2

Page 170: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

170

Outdoor panel shall be installed at 1.5 ft above the ground on cement structure and shall be grouted firmly

to withstand the wind. Contractor has to construct the cement structure to erect the outdoor panel. As per

requirement at site if required the panel to be mounted on pole or frame which will be provided by the

contractor. Outdoor panel shall be protected with canopy type structure which shall be strong enough to

withstand rain and wind and shall protect the outdoor panel from direct exposure.

40. Laying of OFC through HDD method

Vendor shall submit route survey report and provide profile for HDD.OFC is to be laid though HDD

method by HDD machine. First HDPE duct shall be inserted through HDD method. After the laying of

HDPE duct OFC shall be blown inside the HDPE duct. Vendor shall supply 24 fiber armored OFC cable

and HDPE duct for this work. In case OFC is laid in gas pipeline ROU then vendor has to take utmost

precaution in locating the pipeline first so that existing gas pipeline is not damaged. For the same

necessary permissions are to be obtained.

41. Laying of OFC through direct trench method

Scope includes trenching of depth 1 meter and the laying of OFC cable in the HDPE duct at the bottom of

trench. OFC cable shall be laid by providing padding of sand of 100 mm and providing and laying of

warning mat. Vendor shall supply 24 fiber armored OFC cable and HDPE duct for this work. In case

OFC is laid in the ROU of an existing gas pipeline then vendor has to take utmost precaution in locating

the pipeline first so that existing pipeline is not damaged. For the same necessary permissions are to be

obtained.

Page 171: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

171

SCADA

Page 172: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

172

GENERAL DESCRIPTION

1. Integration of additional SCADA parameters in the Server/ existing nearby RTU’s in GAIL’s

various pipelines in the states of Himachal Pradesh, Punjab, Haryana, Uttar Pradesh, Rajasthan,

NCR, Uttarakhand etc to provide SCADA facilities to last mile consumers and integrating with

existing SCADA system. This shall be done using the following three scenarios which shall be

decided during detailed engineering.

2.

1. Addition of signals in nearby existing/new RTU through hardwired connections

2. Supply and installation of necessary convertors

3. Supply and installation of RTU

3. The make and models of the RTU presently installed in the states mentioned in the scope of

contract are as below:

1. Invensys – SCD 5200, SCD 2200

2. Synergy – Husky Series RTU- 6049-E70

3. CSE-Semaphore – T-Box

4. Yokogawa – Stardom

SCOPE OF SUPPLY

1. Vendor’s scope of supply and shall include ,but not limited to all the activities of project

management, design, engineering, manufacture, Procurement of material and bought out

components, assembly at shop, internal testing, FAT (if necessitated by GAIL), supply, installation,

field testing, commissioning, SAT, warranty, post warranty, test run, packaging, delivery,

forwarding, transportation (freight), insurance, port handling, custom clearance, inland transportation

etc. of the material, coordination/ providing necessary support/ assistance to GAIL for integration of

the installed material (supplied by vendor) with GAIL’s existing system, receipt & storage at site,

quality assurance and quality control of the equipment and documentation with the turnkey

responsibility and meet the requirements of the project, its objectives, functional & specific

requirements described in the specifications & taking care of other attachments etc.

2. System Proveness

The RTU/ Convertors/ equipment offered will be the extension of existing system and Vendor shall

responsible to meet the proveness as define in the existing system.

3. Certificate For Logistics Support

Vendor shall provide backup engineering, maintenance support and spare part supports for a period

of ten (10 years) for the system being supplied .Logistic support certificates as per format attached

with the bid document. Certificates from sub vendors for items such as RTUs/ Convertors/ Switches

etc, and vendor shall also furnish performance guarantee certificate as per the format attached with

the bid document.

4. Spares

Supply of Mandatory spares and Commissioning Spares of all supplied RTUs and other important

Equipment shall be provided as per the following:

Page 173: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

173

a) Mandatory Spares for RTU

10 % qty of Manufacture’s Recommended spares for operation and maintenance (with round off at

the higher side with minimum one no.) of electronic cards for each type of each system, sub - system

etc. of the RTU equipment shall be provided as mandatory spares. Mandatory spares shall be

calculated based on cards of single RTU.

100 % spares shall be provided for consumables e.g. fuses, lamps, plugs, clamps etc.

b) Commissioning Spares

The commissioning spares shall be arranged by the vendor to cater to the needs/ requirement during

installation, commissioning, site acceptance testing, trial run and warranty period. These spares will

be the part of the tender. These spares shall be readily available with the vendor. If the spares not

used they may be retained by the vendor for maintenance.

These commissioning spares are different from Mandatory spares and vendor shall not use

mandatory spares as commissioning spares, whatsoever.

5. Implementation Methodology

The Network design has to be approved by GAIL before actual manufacturing of the equipment.

GAIL shall carry out Factory Acceptance Test (FAT) for the offered equipment if necessitated by

Engineer-in-charge. Vendor shall make necessary arrangement for the testing of the same in presence

of Owner/ Owner’s representatives before the dispatch of materials to the sites.

The system and sub system shall be accepted and taken over upon successful completion of Site

Acceptance Tests (SAT) followed by Trial run (7 days). SAT plan shall be proposed by vendor

Details and methodology to be followed during FAT, SAT and Trial Runs have been indicated

below.

6. Factory Acceptance Test (FAT)

FAT shall be carried out at Vendor’s factory and include all materials and equipment delivered

and software pertaining to the RTUs, including the equipment, material and software supplied by

the vendor. Tests shall be performed as per the procedures described in the FAT document and

observations will be recorded and signed by representatives of Vendor as well as purchaser. The

tests shall be performed to represent working conditions as closely as possible.

These will comprise of two types:-

a) Routine Tests- these tests are to be carried out on all items of equipment and are to prove that

all components work, all wiring is correct and the functional requirements of the specifications

are complied with.

Page 174: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

174

b) Acceptance test – These tests are to prove that the design and quality of components are such

as to ensure the equipment will work over the full range of conditions. These tests need only

be carried out on one piece of equipment of each type.

In order to successfully conduct the FAT it is advisable that Vendor conducts a PRE FAT test to

ensure that the RTUs perform in compliance with the specifications requirements. These tests

shall enable the Vendor to detect and correct most design, integration and performance problems

before FAT. The signed and approved PRE-FAT reports shall be submitted to the purchaser

.Based on these reports the clearance for conducting FAT shall be given by the purchaser.

Vendor shall invite the purchaser well in advance with in minimum of 1 week notice of the date

on which the RTUs shall be ready for FAT.

Vendor shall functionally test all the hardware and software in the presence of the

purchaser/consultant’s inspector in order to ascertain compliance with the contract document and

approved drawings and documents.

The equipment shall be dispatched from factory only after the purchaser based on successful

completion of Factory Acceptance Tests issues dispatch instructions. Vendor shall provide to the

purchaser‘s representative with all reasonable facilities necessary to inspect the equipment as per

specification requirement.

Vendor shall provide all assistance, instruments, specialists, labour and materials as required for

conducting the tests.

Vendor to note that the acceptance of equipment or the exemption of inspection and testing shall

in no way absolve Vendor of responsibilities to deliver the equipment meeting all the

requirements specified in the specifications.

After successful completion of factory acceptance testing, equipments shall be sent to the site for

installation. Equipment without factory acceptance certificates shall not be acceptable at site.

Test Requirements

All the tests considered necessary for successful execution of the work shall be mutually agreed

upon and carried out at Vendor’s premises, testing laboratories and work sites of the purchaser.

Vendor shall submit to the purchaser a FAT Document detailing the test plans and procedures

well in advance of the test schedule for all factory tests which shall be mutually agreed upon and

approved by the purchaser.

To ensure a well engineered RTUs / system in compliance with this contract document, the

factory acceptance test shall be performed.

7. Site Acceptance Testing (SAT)

The SAT document shall be prepared and submit in advance for COMPANY review and

approval.

SAT shall involve integrated testing with GAIL’s SCADA system. Site Acceptance Testing will

be done based on the stipulations in the approved SAT document.

SAT for RTU’s shall be done in line with FAT, wherein simulated signals shall be replaced by

actual field signals and integration with Telecom system has been carried out. SAT shall be

conducted by the experienced engineering group of the vendor (earlier involved in system design,

engineering, integration & FAT phase of the project).

Site Acceptance testing shall be based on Factory Acceptance testing but with live SCADA data.

8. Warranty

Page 175: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

175

Vendor shall be responsible for the manufacturing in respect of proper design, quality,

workmanship & maintenance of all equipments, accessories etc. supplied by the Vendor including

all services, spares and consumables for the period as per commercial section.

During the warranty period, if required it shall be obligatory on the part of the Vendor to modify,

upgrade or replace any hardware /software supplied & installed, supply of required spares and

consumables and attend to the maintenance of the RTUs/ system, free of cost during startup and

on line operation & maintenance of the supply and services within their scope of work.

The system shall be guaranteed to for a period of 12 months (One year) from the date of

“provisional” acceptance of the system by the owner and any failure in the warranty period shall be

rectified by the vendor within the warranty period without any extra cost or financial implication to

GAIL. This warranty shall survive inspection of goods and acceptance of the system.

Contractor's engineers and technicians, capable of trouble shooting and looking after the health of the

system during the warranty period, shall be made available all through the period of 12 (twelve)

months.

9. Environmental Specification of Equipment To Be Supplied

The equipment shall operate satisfactorily under the following conditions:

Ambient Temperature –up to 55 degree Celsius; Humidity-5 to 95% RH

All enclosed equipment structures to be supplied shall be constructed to allow free airflow to

dissipate heat generated. Construction shall be such that ventilation grills will not be obstructed

when equipment is mounted in its installed position.

All equipment to be supplied shall withstand international standards of vibration for industrial

application.

Page 176: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

176

1 REMOTE TELEMETRY UNIT (RTU)

1.1 Vendor shall undertake full responsibility of supply of equipment and provide assistance to GAIL for

integration of RTU’s with GAIL’s centralized SCADA system with open architecture meeting the

objectives, functional and specific project requirements.

1.2 The material to be delivered and works performed shall be to meet the project requirements detailed

in this requisition.

1.3 The supplied RTU should be seamlessly integrated with GAIL’s Centralized SCADA system.

The proposed RTU should be compatible with GAIL SCADA System and certificate issued by

GAIL conforming compatibility of proposed RTUs with GAIL’s SCADA System shall be

submitted along with bid.

The following make and model of RTU are compatible with GAIL’s Centralized SCADA.

a) Yokogawa – Stardom

b) Semaphore – T-Box

c) Invensys – SCD5200

d) Synergy – Husky.

Refer Annexure-A for RTU specifications/ requirements.

1.4 Supply of all items/ equipments including cabinets, convertors (as required) etc, special tools & tests

equipments( if any), software, Installation materials, etc, required to integrate and execute the project

complete in all respects for achieving overall functional requirements. However if any additional

items are required to integrate the RTU with the GAIL’s centralized SCADA system for achieving

overall functional/ operational requirements, Vendor shall supply the same without any cost and time

implication.

1.5 Supply of loose Mandatory spare modules shall include at least 10% of all type of cards/

convertors/ power supply/ termination boards etc. Serial cards as part of mandatory spare should

have Min. Two (2) RS232 & Two (2) RS485 ports. Vendor to note that mandatory spares,

supplied to GAIL, shall not be available to them as part of commissioning spares.

1.6 Further the following services/ works shall be carried out by Vendor:

a) Development, testing and commissioning of necessary software for RTUs to interface with

flow computers (FCs)/ Gas Chromatographs(GC) at respective locations (as per attachment-I)

through serial link (RS485/232). Bidder to also refer serial link requirements specified in

Annexure-A. The FC/ GC make, model and protocol shall be provided by GAIL. Necessary

configuration/ development of software for writing GC analysis values to flow computers

(which are interfaced with RTUs installed at same or other different locations) will be in

vendor scope. It shall be possible to configure/write IED (local serial devices like Flow

computer, GC etc.) interface in RTU for which necessary software tools be supplied.

b) Configuration of RTU for all I/O points including calculation points & IED points.

c) Offline testing of field signals using PDT from RTU to field including IEDs signals as the

part of site services.

d) Powering on of RTUs and making it online with GAIL’s SCADA system as part of site

services.

e) Online testing of all field signals from GAIL’s SCADA system in association with GAIL’s

SCADA vendor as part of site services

f) Any other work as per instruction of GAIL

1.7 Performing all works required for RTUs designing, engineering, testing, supply, installation,

interfacing with the communication channel, IED’s and instrumentation & electrical/ CP system

etc., commissioning ( with sufficient supply of commissioning spares including consumables

Page 177: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

177

during installation & commissioning activities), site testing, test run and putting into commercial

operation of the RTUs complete in all respects.

1.8 Vendor shall furnish the following drawings/documents as a minimum for COMPANY review/

records. Prior to submitting the documents for COMPANY review/ records, the vendor shall

review, duly sign & stamp all the documents and ensure compliance to the requirements of the

contract. The language used in all correspondence, documentation, literature, drawings, markings

etc., shall be English. All the drawings and documents shall be verified by the vendor before

presenting the same for COMPANY review. All these documentation shall be furnished in hard

cover/ ring folders in A4 size (210mm x 297 mm). The contract document would be the Purchase

requisition (after award of contract) and the same shall have higher precedence than all approved

project documents. “SOFT COPY” of all documents shall also be supplied. Vendor shall take

care of the complete requirements of designing, and implementation of RTU’s for monitoring &

control, taking care of list of electrical parameters etc covering the requirements outlined in this

specification for project implementation

a) Functional Design Specifications (FDS) FDS shall be custom defined to include the implementation aspects of MR

requirements[Complete details of RTU’s ,their Interfacing, Integration and communication

aspects between various subsystems including with Telecom system, communication protocol

details, interfacing details with GC/ FC systems etc. with detailed technical catalogue of all

RTUs, other items ]

b) Engineering/ Construction drawings & documents

RTU cabinets general arrangement and overall dimension drawings (including foundation &

base frame details, weights and clearances required) etc. Assembly and installation diagrams,

installation & interconnection drawings, cabling schedule of RTUs (including for cables

between TIC/ metering panel & RTU) and final termination details(in GAIL format).

c) Factory Acceptance Test (FAT)

Plans and procedure documents FAT document for RTUs shall contain test sections to test all

the aspects of the RTUs as covered in PR, FDS and all other related drawings & documents.

d) Site Acceptance Test (SAT)

Plans and procedure documents SAT document for whole RTUs shall contain test sections to

test all the aspects of RTUs as covered in PR, FDS and all other related drawings &

documents, in addition to integrated testing with the GAIL’s SCADA System

e) Documentation

This shall cover engineering manuals, user manuals, installation, operation & maintenance

manuals for all software, hardware and equipments, handbook of inventory of all the

equipments supplied and installed.

1.9 Final as-built documents/ drawings [2 sets of binders/ folders] and 2 sets of CDs shall be

furnished prior to the commencement of warranty, after incorporating all modifications made at

site. Final as-built documents/ drawings of RTUs with RTU related manuals and location specific

cable termination details [one document per RTU location ‘RTU Station folder’ shall be made

available and kept in the RTU cabinet for ready reference].

1.10 Necessary software tools for configuring/writing IDE interface in RTU shall be also supplied.

1.11 Input/Output Requirement

Page 178: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

178

a) Each RTU must contain I/O cards to cater 16 AI points, 16 DI points & 8 DO cards, 4 Nos

RS232/RS4865 Serial Card as minimum. The RTU cards are to be supplied considering the

complete I/O requirements of RTU I/O count and 25% installed engineering spares (including

relays) over & above the I/O count specified. The RTUs shall be fully engineered considering

25% installed engineering spares including processor loading.

b) Each RTU should have additional 25% Spare slots of the total installed serial and I/O cards

slots. The spare slots to be covered with appropriate enclosure.

c) The Instrumentation FCs/ GCs (being procured by COMPANY separately) shall transfer

their respective signals to/ from GAIL’s SCADA system through serial communication

interface with the respective RTUs.

1.12 Panel Design Criteria

GAIL shall provide 1 feeder of 230 V AC / 24 V DC (either of one) UPS at the location for

powering the RTU. Vendor shall provide details of power consumption of each plug in unit, as

well as typical and maximum power consumption of a node.

The MCBs shall be suitably rated for the circuits they protect.

Vendor shall ensure that each of the equipment is supplied with reliable and rugged SMPS to

generate isolated and stable voltage levels required for equipment operation .All equipments shall

be designed with a built in safety to protect against the effects of induced high voltages and

lightning strikes. Card level transient suppressors shall be provided wherever necessary.

The power supply equipment shall be provided with protection against short circuit, over voltage,

under voltage, and transients. Power supply units shall not generate excessive vibration or

acoustic noise. The heat generated by the units shall be kept to be a minimum.

1.13 Surge/ Lightening Protection, Transient Suppressors, RFI Filters

RTUs shall be provided with surge/lightening protection for power supply and protection devices

to ground against the effects of lightning strikes and induced high voltages. Card level transient

suppressors shall be also provided wherever necessary.

RTU should have surge/lightening protection for power supply & communication channel. Surge

protector shall be provided for all input supply / communication apart from the inbuilt surge if available on RTU.

1.14 Earthing

Each RTU panel shall be provided with continuous copper earthing lugs/strips. All these

lugs/strips shall be properly secured to the AC mains earthing bus. All metal parts other than

those forming part of an electrical circuit shall be earthed by connecting to the earthed bar in an

approved manner and all earthing terminals and connections shall be of adequate dimensions.

When apparatus or instruments are accommodated on the panel (as applicable), cubicle doors or

swinging frames, flexible cables or braid shall be used for earthing these items; the door, hinges

will not be accepted as means of earthing this part of the equipment.

1.15 Safety Requirements

The manufacturer or supplier of the equipment or apparatus shall ensure that the operational

hazards are not there and total safety requirements are met. Vendor shall use sound engineering

judgments to complete an installation that will perform the required function without

compromising this aim. Provision shall be made to isolate various incoming signals to the

cabinet, before gaining access to various cabinet internals. Shrouded terminals with warning

labels shall be provided with these terminals being segregated from other incoming terminals.

1.16 Cabinets, Cubicles, Racks and Control Panels

Page 179: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

179

All the cabinets shall be free standing enclosed type of RITTAL or equivalent make, with bottom

entry for cable connections, fitted with concealed hinges with pull pins for door removal. All

devices of solid state type shall be mounted on plug in card in cubicles. The general design shall

subject to approval. Similar racks or cubicles shall, as far as possible, be employed for all

apparatus. Racks and cubicles shall be complete with all necessary tag blocks, terminal blocks,

cable glands and gland plates for small wiring and multi-core cables and earth bar strips with

earthing connections. These shall be located in easily accessible position and so arranged that the

terminals face the access direction for convenience during maintenance.

The RTU cabinets’ dimensions shall be [1600 mm height (1500 mm height + 100 mm base plate),

600 mm width & 600 mm depth] however the final cabinet size will be decided as per the site

requirement at the time of detail engineering. The panel shall conform to IP54.

All cabinets shall be with lockable front and rear doors and bottom cable entry and with gasket

and fittings to keep out moisture, corrosive, salts, dust & gases. All doors, drawers, trays and

other weight supporting parts shall be fabricated of metal adequately reinforced to limit vibration

and ensure plane surfaces and shall be well housed and tidy in appearance. All fasteners including

nuts, bolts, flat/ lock washers and screws shall be of SS. All doors shall have flush mounted

handles with key operated mechanical door locking arrangement.

All frame and steel work of the cabinets shall be degreased, and then phosphate treated or coated

with primer, followed by at least two undercoats and a final coat of matte finish enamel paint of

Grey color (RAL 7035). The finish of the equipment shall be of the finest quality and capable of

long and unattended service. The inside of the cabinets shall be Pale cream as per RAL 9002.

All the cabinets shall have documentation pockets located inside the front door & ‘Nameplates’

correlating with the type and location of the cabinet The nameplate shall have letter height 12

mm, letter width 8 mm, label height 30 mm with letters in white colour and engraving on black

background. Further all the equipments within cabinets shall be clearly identified with screw-on

labels. The cabinets shall be provided with lifting eyes.

Vendor shall calculate the heat dissipation and where the calculations prove the necessity, and the

air flow ventilation shall be assisted by integral low power silent running air extraction fans.

Each fan shall have separate dedicated assembly and shall be replaceable online without shutting

down the cabinet in part or in complete. Each fan shall have its own dedicated isolator with fuse

or circuit breaker. Each ventilation fan shall be fitted with a protection type finger guard. Inlet

ventilation grills shall be fitted with dust filters

All the equipments shall be properly mounted to facilitate ease of maintenance. All individual

equipment modules shall be easily accessible and removable. All internal wiring and cabling shall

be installed in wiring ducts.

Additional power sockets shall be provided to accommodate test & maintenance equipment.

When cabinets are delivered at site, the vendor shall ensure that the paint is ‘as new’ with all

marks removed and touched up.

The low power cabinet lights on front and rear side of the cabinet shall be provided, activated by

respective front & rear door opening. The internal illumination shall ensure adequate illumination

level for performing maintenance facilities.

1.17 Equipments, Components and Terminals Identification

All labels shall be clear, bold, concise and durable and fixed in a secure permanent manner

.Labeling on equipments shall be in accordance with good ergonomic principles so that warning

notices, controls, indications, test facilities, fuses, etc are sensibly placed and logically grouped to

facilitate correct and unambiguous identification.

1.18 Electromagnetic Compatibility

Page 180: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

180

All equipments shall be immune to electromagnetic interference generated by any nearby source.

Where it is necessary to take specific measures on site in order to achieve the required degree of

immunity (e.g. special earthing or screening arrangements), full details of these measures shall be

submitted for approval.

2 CABLES

2.1 All cables between TICs/ Instrumentation Control panel / Metering Panel and RTUs / Convertors

shall be PVC insulated, single pair (1.5 mm2)/ multi pair (0.5 mm2), twisted in pair individually

(individual pair shielded applicable for analog input and output signals only) and overall shielded

with aluminium mylar tape. Separate cables for analog and digital cables to be used. Each pair of

the multi-pair cable would be identified by the pair no. identification.

2.2 The LAN cable (CAT 6 Cable) from RTU to Telecom rack shall be minimum 15 meters long for

each communication link complete with connectors at both ends. The cable should be armoured

and properly glanded in RTU panel and Telecom panel.

2.3 Power cable for powering up of RTU shall be minimum 20 mtrs in the scope of vendor.

2.4 RS 232/ RS 485 Data communication cable between Flow computers and control room shall be

armoured type.Contractor to supply Armored Power cable to power up RTU.

Page 181: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

181

SCOPE OF INSTALLATION, TESTING AND COMMISSIONING

1.1 Vendor’s scope of supply and services shall include, but not limited to all the activities of project

management, design, engineering, installation, integrating with existing SCADA system,

commissioning, site testing, test run, insurance, forwarding, inland transportation etc. warranty,

quality assurance and quality control of the system and documentation with turnkey responsibility

and meet the requirements of the project, its objectives, functional & specific requirements

described in the specifications and taking care of complete requirements of I/Os, other

attachments etc.

1.2 Performing all works required for designing, engineering, testing, supply, installation, interfacing

with the communication channel, IED’s and instrumentation & electrical systems etc.

commissioning (with supply of commissioning spares including consumables), site testing, test

run and putting into commercial operation of the system complete in all respects.

1.3 Supply of all cables between respective equipments, telecom cables, power supply & power

distribution cables etc. covering the complete requirements as specified are also included in

Vendor’s scope. In addition supply of cables, glands, corresponding suitable cable connectors and

interconnection of cabling and accessories including cable routing between the following

cabinets/ equipments are also included in Vendor’s scope, and to be carried out by the Vendor.

The activities of signal identification at site, cable laying& routing, cable termination, ferruling,

glanding, dressing at TIC/ metering panel / Instrumentation Control panel / FC/ GC end, RTU

end, telecom rack end etc. are in Vendor’s scope.

a. Between RTUs & Telemetry interface cabinets/ Instrumentation Control panel / Metering

Panel

b. Between RTUs & Telecommunication equipments

c. Between RTUs and serial devices i.e. FC/GC (serial link interface)

Notes:

a) Distance between TIC/ Instrumentation Control panel / Metering Panel & RTU shall be

tentatively considered as 15 mtrs. However, these distances shall be firmed up during detailed

engineering or prior to FAT.

b) Distance between FC/GC and RTU shall be tentatively considered as 25 mtrs. However, these

distances shall be firmed up during detailed engineering or prior to FAT.

c) The LAN cable (CAT 6 Cable) from RTU to Telecom rack shall be minimum 15 meters long

for each communication link complete with connectors at both ends. However, these

distances shall be firmed up during detailed engineering or prior to FAT.

d) The interconnecting cables with rigid PVC conduit for straight runs of cable and Flexible

cable conduits for ends shall be provided over the interconnecting cables {to provide

mechanical strength and rodent protection} shall be included accordingly.

1.4 Performing all Configuration / Augmentation in existing / new RTUs, database updation/

preparation, graphics updation/ preparation, other modifications the supply and

installation of new cards as mentioned elsewhere in the document in the existing RTU if

required and further configuration of the RTU for getting the additional data in RTU and

further providing assistance to GAIL/SCADA Subvendor for integration of the additional

parameters in GAIL’s SCADA system.

1.5 Development, testing and commissioning of necessary software for RTUs to interface with flow

computers (FCs)/ Gas Chromatographs (GC) at respective locations through serial link

(RS485/232). The FC/GC make, model and protocol shall be provided by GAIL. Necessary

Page 182: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

182

configuration/development of software for writing GC analysis values to flow computers will be

in vendor scope

1.6 The total & spare I/Os /slots in the existing TIC/RTUs to be verified / assessed during site survey

by Vendor.

1.7 The modification of wiring / cabling drawings of existing RTUs on account of addition of I/O

signals for new facilities

1.8 In case of addition of signals to an existing RTU, the installation of necessary convertors at

specified location, wiring, termination of the additional signals from TIC/Instrumentation control

panel to RTU/Convertors along with supply & installing additional termination boards as required

for the same, configuration of existing & additional I/O signals (both hardwired & serial) in the

existing RTU, commissioning of existing RTU/ convertors (alongwith the additional signals) and

also providing necessary assistance to GAIL’s SCADA Vendor.

1.9 Prior to installation, all equipments shall be checked for completeness as per the specifications of

equipment required for a particular station. Installation shall be carried out in accordance with the

installation manuals and approved installation drawings in the best workmanship.

1.10 Vendor shall bring all installation tools, accessories, special tools, spares part etc. at his own cost as

required for the successful completion of the job.

1.11 If during installation and commissioning any repairs are undertaken, the maintenance spares supplied

with equipments shall not be used for the repair. Vendor shall arrange his own spare parts for such

activities till the Owner has finally accepted the system. A detailed report & log of all such repairs

shall be made available by the vendor to Owner/Engineer and shall include cause of faults and repair

details, within 2 weeks of fault occurrence.

A detailed time schedule for these activities shall be submitted by Vendor to Owner/Engineer to

enable their representatives to be associated with the job.

1.12 Vendor shall include all installation materials required for proper installation of the equipments.

These shall include but not be limited to, all connectors, inter-bay and inter equipment cables, power

supply cables and connectors, power distribution boxes, anchoring bolts, nuts, screws, washers, main

distribution frames, audio distribution frames, voice frequency cables, junction boxes etc.

1.13 The installation of equipments shall be done as to present neat and clean appearance in accordance

with approved installation document drawings. All inter bay, power supply and other cables shall be

routed through wall mounted cable trays. No cable shall be visible. All through wall openings,

trenches etc. shall be properly sealed to prevent the entry of rodents, insects and foreign materials.

Power supply cables shall be taken from DC bus or panel in the electrical room and DCDB shall be

provided in the Telecom room by the vendor.

Pre-Commissioning

1.14 On completion of installation of equipments, the Vendor on his own shall check the correctness and

completeness of the installation as per Manufacturer’s manual and approved installation documents.

1.15 A list of Pre-Commissioning test (same as approved by the Owner/Engineer for site acceptance

testing) and activities shall be prepared by vendor and the test shall be carried out by the vendor on

his own. After the tests have been conducted to the Vendor’s own satisfaction, the vendor shall

provide the test result for review by Owner/Engineer and then offer the system for Site Acceptance

Testing.

Page 183: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

183

1.16 During pre-commissioning, if any fault occurs to any equipment or system, vender shall identify the

same and provide report/history of all faults to the Owner.

1.17 During installation and pre-commissioning of the telecom system, vendor shall have enough number

of commissioning spares so that the installation is not held up because of non-availability of

commissioning spares.

1.18 Vendor shall ensure that the spares meant for operation and maintenance is not used during

installation and commissioning.

2. General Information for Project Execution

2.1 Vendor shall arrange sufficient manpower and material for installation and commissioning of the

network at all locations.

2.2 Vendor shall arrange for the temporary power supply during installation, testing and commissioning

of the network.

2.5 Vendor to coordinate/ support with GAIL’s centralized SCADA Vendor / GAIL during project

execution for successful project implementation and for meeting the MR specifications &

requirements :

a) Establishing communication between GAIL’s SCADA system and RTUs.

b) Providing the final indexing of all I/O points for each RTU to enable GAIL’s SCADA vendor

to configure the SCADA database.

c) Providing field I/O details (list of I/O points along with ranges, alarm limits, engineering

units, status corresponding to open/close contacts, indexing details in the RTU etc.) for

configuring in GAIL’s SCADA as per GAIL standard IO list format (format shall be

provided by GAIL). However corresponding details like instruments ranges, alarm limits,

engineering units shall be provided by GAIL.

2.6 Vendor to Coordinate with Instrumentation (metering) vendor/ serial devices vendor/ pipeline

laying contractor during project execution for successful project implementation and for meeting

the MR specifications & requirements.

2.7 The civil works associated with the installation of supplied equipments at the stations.

2.8 The electrical works associated with the installation and commissioning of the equipment

(RTU’s), earthing of equipments at all sites, powering of equipments at all sites, termination of

cables as required.

2.9 Coordination with electrical vendor/contractor during project execution for successful project

implementation and for meeting the MR specifications &requirements.

2.10 Installation Materials

All installation materials such as AC and DC power cables, instrument signal cables, telecom

cables, serial link cables, LAN cables, interconnecting cables between various equipments and

peripherals, earthing cables, data cables, cable trays, interposing relays, connectors, isolators,

switches, conduits, fuses, terminations, gland plates, mounting accessories and other items

required but not mentioned herein shall be provided by the vendor.

Page 184: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

184

Annexure A

REMOTE TELEMETRY UNITS (RTUs)

1. GENERAL

1.1. The RTUs shall be microprocessor based, programmable units with processor, memory, power

supply unit & communication cards and I/O cards complete in all respects. All RTUs shall be

modular and from the same model product line with identical capabilities. The RTUs main processor

shall employ minimum 32 bits word length for CPU processing. The RTU memory shall be adequate

to cover the complete requirements of RTUs I/O count including serial points & also taking care of

the RTU specifications.

1.2. The I/O cards shall not be combined for the functionalities i.e. each card shall perform dedicated

functionality wrt analog input, analog output, digital input, digital output, pulse input.

1.3. Vendor shall undertake full responsibility of supply of equipments and provide assistance to GAIL

for integration of RTU’s with GAIL’s centralized SCADA system with open architecture meeting

the objectives, functional and specific project requirements.

1.4. Cabinet light on the front and rear side of the RTU shall be provided (activated on the respective

door opening for case of maintenance). The lamps shall be low power consumption.

1.5. RTU SUBSYSTEMS

1.5.1. The RTUs shall comprise the following subsystems:

Central processor with system software

Analogue input

Contact (digital) input

Analogue output

Contact (digital) output

Communications

Serial ports

Power supply

Diagnostic (on-line from GAIL’s SCADA System and off-line diagnostics)

The RTUs shall be configured such that failure of any part of an RTU subsystem (module) shall not

directly affect the integrity of the unit, as a whole.

1.5.2. The RTU system software shall provide the overall management of the supervision, monitoring and

control function within the RTU. The common logic shall also manage the local PDT,

communications, comprehensive diagnostic facilities and RTU startup procedures.

1.5.3. DIGITAL INPUTS

Typical specification of Digital Input Modules to be supplied is as given below:

Input Type Min. 16 Volt free contacts (2 wire isolated)

Contact Wetting 2mA per input at 24V DC

Resistance recognized Not exceeding 1 Kilo Ohms as a closed contact

Resistance recognized Not less than 50 Kilo Ohms as an open contact

Isolation Using optocouplers

Insulation resistance 20M ohms at 500V DC inputs to logic

Debounce circuitry 10 m/sec

Page 185: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

185

Indicators Loop & state LEDs for each DI point

Voltage withstand 1.5 KV RMS

Capability

NO/NC contacts Mixing of NO/NC contacts to be possible in the same card

1.5.4. DIGITAL OUTPUTS

Typical specification of Digital Output Modules to be supplied is as given below:

Output Type Max. 16 relay contacts, individually isolated

Indicators LED indication for each DO point

Relay Type Miniature power relay, hermetically sealed

Contact arrangement 1 NO + 1 NC relay contacts configuration

Contact Rating Potential free contact rating of output interposing relay for each

DO point(Contact rating 48 V DC, 2A;230 V AC, 5A and relay

contact to be of noble metal) [Vendor to provide interposing

relays with LED indicator for each DO point]

Isolation 2KV RMS Contacts to Logic

DO command activation 2 sec. Pulse (Normally the NO potential free contact shall close for

2sec. duration). The pulse duration shall be user configurable. For

repeat DO output requirement, permanent DO shall be provided

Security Output contacts shall be short circuit proof and protected by

suitable mechanism like fuse with suitable visual fuse blown

indication provided.

1.5.5. ANALOG INPUTS

Typical specification of Analog Input (AI) Modules to be supplied is as given below:

Input Type Isolated Current Inputs with Min.16 points per AI card

Ranges 4 - 20 mA

Multiplexer Vendor standard

ADC Type 12 bit binary. [Each analog input card will have its dedicated A/D

converter].

Series Mode rejection Greater than 30 db at 50 Hz

Common Mode rejection Greater than 100 db at 50 Hz

Roll over error 1 bit

Temperature Coefficient 0.005% per degree C

Accuracy ± 0.1% of range including drop in resistor (the drop in resistor to be

high precision 0.02% or better)

1.5.6. ANALOG OUTPUTS

Specification of Analog Output Modules is as given below:

Output type Min. 4 completely Isolated current (4-20 mA) outputs. The external

isolator if required, for isolated O/P shall be included for each AO

point

Page 186: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

186

DAC Type 12 bit binary

DAC Span 10V or 5V

Output Range 4-20 mA DC

Isolation Each output shall be isolated from logic and the others to 500 Volts

Loading 1K ohm for Current outputs

Differential Linearity 1/2 L.S.B

Temperature coefficient 0.01% FSD per degree C

Accuracy ± 0.1% of range

Retentivity Set-point value to be held by AO card till updated by new set-point

value from GAIL’s SCADA System

1.5.7. COMMUNICATIONS

a) The RTU shall support both internal and external communications functions.

b) The communications network internal to the RTU shall be designed and implemented in such a

way that the passing of data and commands between modules shall not be prevented by the

failure of any module not directly involved in the communication exchange. In addition, the

internal network shall not become overloaded under the heaviest traffic possible in an RTU’s

configuration.

c) The LED indications shall be provided in the RTU to check the health of RTU communication.

d) RTU shall have dual Ethernet ports (with each port to be configurable independently) for TCP/IP

communication with GAIL’s SCADA system on multidropped environment (shared LAN). Also

no other ports in the card to be used for any purpose other than communication to GAIL’s

SCADA system and RTU configuration. Separate serial card(s) shall be used for interfacing

IED’s.

e) The RTUs shall have the provision to be polled for data by SCADA system, independently

and simultaneously on both communication ports.

RTU FEATURES

1.5.7.1. The RTU shall support the following:

a) Scanning of Input and Output.

b) Operator initiated discrete control action with check before execute and time out feature.

c) Operator initiated discrete control with sequencing and interlocking.

d) Derivation of calculated digital points based on logical functions AND, OR, NOT etc. from

digital and analog points.

e) Derivation of calculated analog points based on arithmetic functions +, -, /, *, sq. root etc. and

driving external hardware. Calculation shall be performed in RTU in engineering units with 16

bit floating point accuracy.

f) FC/GC systems (IEDs) interface for serial data.

g) RTU resident accumulator points driven by analog points.

h) RTU should have diagnostic feature for hardwired I/Os, DNP/IEC and IED communication.

i) All the field/IED parameters should be configurable at RTU end.

1.5.7.2. Automatic time synchronization of Remote telemetry units shall be implemented from GAIL’s

SCADA system.

Page 187: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

187

1.5.7.3. The RTUs shall have a self-diagnostic feature (without uploading/ downloading RTU configuration

to PC/ Laptop) and software watchdog timer devices to monitor & report the healthiness of CPU,

memory, power supply, comm. interfaces (both DNP/ IEC communication with GAIL’s SCADA

system & serial communication) and Input/ Output modules at the local level. Further the RTUs shall

support remote diagnostics from GAIL’s SCADA System so that all these status shall be transmitted

to GAIL’s SCADA System for displaying in the RTU status graphic.

1.5.7.4. It shall scan and acquire parameters from process as per programmed scan cycles.

1.5.7.5. RTUs shall be intelligent in support of the following:

a) It shall process the analog data for high-low limit violations as per stored limit tables and

communicate the same to GAIL’s SCADA System along with time stamping. The high and low

alarm limits settings for any process variable in RTU shall always remain synchronized with

SCADA downloaded database high and low limits settings.

b) Linear conversion to engineering units and input filtering.

c) To support download configuration to RTUs from the GAIL’s SCADA System online and off-

line.

d) Time stamping of all analog exception reports and digital state changes.

e) Conversion of raw data to normalized value (e.g. 0 to 1.0) for communication shall also be

acceptable.

1.5.7.6. The RTU shall have the following capability: -

a) RTU shall be capable of updating process parameters data and configuration data in its own

built-in memory. In the event of failure of GAIL’s SCADA System or break of communication

link, the RTU shall continue to scan all parameters and update its database.

b) RTU shall retain in its database the complete analog & digital information of the field till it is

completely and correctly read by GAIL’s SCADA System, in order to take care of no loss of

data, in case of failure of communication, SCADA server, communication via other location The

RTU shall scan the field and the memory buffer is to be sized to store all the changing data (i.e.

new exception report for the data every poll time) and GAIL’s SCADA System receive the same

without any loss of data and alarms in the GAIL’s SCADA system.

c) Further to take care of long term communication outage with GAIL’s SCADA System, the

RTUs shall be designed to also scan the field and store in the memory time-stamped 5000 analog

events and 1000 digital events during the period of communication outage for retrieval by

GAIL’s SCADA System subsequently. The RTU memory sizing shall be adequate for the same.

In case additional memory cards are required to meet this requirement, same shall be provided

by the vendor. RTUs buffer shall be circular buffer with new events replacing old events.

d) The RTU system shall have the facility to attach to each digital event signal a time tag generated

by the RTU local clock to enable the occurrence to be recorded and transferred to GAIL’s

SCADA System.

1.5.7.7. The selected RTUs shall be of fit-for-purpose type with very low power consumption and state-of-

art technology.

1.5.7.8. RTU shall be programmable using IEC 61131 programming languages. The RTU should be

completely configured for all the I/O points available in the RTU irrespective of the field

termination.

1.5.7.9. RTU shall support extended I/O capability and multiple communication ports.

1.5.7.10. It shall be possible to have highest priority for alarms, in order for the same to be sent to GAIL’s

SCADA System.

1.5.7.11. It shall provide ‘Check Before Execute' feature as part of RTU protocol before execution of

command.

Page 188: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

188

1.5.7.12. Every control associated with RTU shall report the status of the point after control execution. In

case the status has not changed within fixed specified time it shall report to GAIL’s SCADA

System for not having executed the control.

1.5.7.13. RTU shall not generate any false control signal due to CPU power supply on-off conditions.

1.5.7.14. RTU shall support communication protocol supporting report by exception to prevent unnecessary

data communication when the data is not changing and also support downloading of Exception

value dead band (each Analog input wise) from the GAIL’s SCADA System.

1.5.7.15. It shall provide error detection and control feature for data communication with GAIL’s SCADA

System to ensure data integrity.

1.5.7.16. It shall have dedicated RS232 / Ethernet port (this shall be in addition to the serial ports as

indicated in Attachment-I) for connecting a pluggable Programmable Diagnostic Test unit (PDT)

as diagnostic and programming aid to trouble shoot and configuration tool for RTU and I/O

boards.

It shall be possible to exercise all the functions of the RTU without disconnecting the RTU from

process. The configuration facility shall be password protected to prevent unauthorized access to

the configuration data

1.5.7.17. The RTU shall be able to store the configuration data and the process database upon power failure.

Upon restoration of the power, RTU shall resume the normal operation automatically. Low battery

indication in the RTU shall be able to be telemetered to GAIL’s SCADA System as diagnostic

data.

1.5.7.18. The failed RTU once put online shall initiate service request to GAIL’s SCADA System for re-

initialization and configuration data shall then be downloaded from GAIL’s SCADA System to

RTU.

1.5.7.19. Separate on/off power supply switch and fuse shall be supplied with each RTU. Vendor shall

indicate power consumption for all the RTUs. Adequate isolation of input, output and power

supply circuits shall be provided along with over voltage and short circuit protection. Terminations

for connections of power supply should be of standard industrial type.

1.5.7.20. The hardwired RTU signals as per Attachment-I shall be available from/to Metering panel/

Instrumentation control panel or Telemetry Interface Cabinets (TICs) (as applicable). FC signals

shall be interfaced with the RTU using RS-485 MODBUS serial interface. Vendor shall include all

necessary cables, glands and services to install the RTUs and interconnect the inputs/ outputs with

the FC (control room/ porta cabin mounted FC, field mounted FC, remote FC interfaced through

OFC) / TIC / Instrumentation Control panel/ Metering Panel along with interfacing with

Telecommunication system. The I/O point wires shall not be directly terminated on the RTU I/O

boards. Terminal blocks/ panel is to be provided in the RTU cabinet. RTU should be internally

wired between IO cards and terminal blocks for all the IO points in all the IO cards in the RTU

(irrespective of field termination). Terminals for all spare cable cores shall also be provided. In

addition 25% spare terminals shall be fitted to all rails per type with in the cabinet. The terminals

shall be suitable for secured connection of 1.5 mm2 cables. Vendor shall detail the wiring harness

between the RTU and the terminal block area. Vendor shall supply and install suitable ducting,

brackets and supports for all wiring and ensure in the layout to provide maximum separation

between groups of wiring carrying analog signals, digital signals and power supplies. Easy access

to cabinet wiring for maintenance purposes is to be ensured.

1.5.7.21. The electronics in the RTU cabinet shall consist of plug-in PCB's or units with Gold plated edge

connectors that utilize a wiping action for connection for PCB's to the back frame wiring. The

PCBs and RTU components shall be designed for high temp. rating and low power consumption

so that air exchange with the ambient environment will not be required. This is to ensure that RTU

performance is not affected due to its internal heat dissipation and the environmental conditions.

Page 189: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

189

1.5.7.22. The RTU equipment shall function continuously without requiring any preventive maintenance.

1.5.7.23. It shall be possible to output any AI & DI point value available in real time database at GAIL’s

SCADA System, as AO & DO to any RTU respectively. The wiring of AO & DO to the TIC/

Instrumentation control panel / Metering Panel shall be complete. The DO command contact

closure shall be configurable. However no separate program or logic will be acceptable at RTU

end for the same.

1.5.7.24. It shall be possible to configure DO contact duration open or close for the duration as required

corresponding to the DI status. In case permanent type of DO card is required in the RTU I/O

count, the DO status is maintained corresponding to the DI status for the repeat parameters. The

relay contact configuration shall be provided up to the RTU terminal block and thereafter up to the

TIC/ Instrumentation control panel / Metering Panel.

1.5.7.25. Vendor to ensure that open/ close status of valves (open state first wired and thereafter close state)

be wired consecutively in the RTUs.

1.5.7.26. Identification labels for RTUs, RTU card files, power distribution boards, terminations,

identifications of serial interfaces ports for FC, PDT connections; telecom channel interfacing etc

complete in all respects properly correlating with the drawings is to be ensured by the vendor.

1.5.7.27. In the RTU cabinet copper strips mounted on the insulated studs shall be included for system earth.

The copper strip mounted on the conductive studs shall be included for the cabinet earth. The earth

wiring shall be completed on the same basis within the RTU cabinet.

1.5.7.28. The incoming power can be upto 2C, 24 mm2. The terminations in the RTU should be suitable

accordingly. The cable sizes for the main power distribution within the RTU shall be 2.5 mm2, for

earth wiring 2.5 mm2, digital input/ digital output wiring 1.5 mm2 and analog input/ analog output

wiring 0.5 mm2 as a minimum.

1.5.7.29. Different colour codification shall be followed for various types of wiring. The suggested wiring

colour code is:

- 48V DC or 24V DC Yellow

0 V White

DI Blue

DO and Relay Orange

Analog Grey

Cabinet Earth Green

System Earth Green with yellow stripes

1.5.7.30. In addition to the internal DC distribution, the connectors with the switches and fuses for powering

plant simulator shall also be provided in the RTU cabinet at suitable location.)}. The field

instruments shall be powered from the RTUs with each field loop to be independently switched via

a dedicated fuse.

1.5.7.31. At the RTU, failure of a module in a subsystem shall be identified by an individual LED display.

1.5.7.32. Each I/O shall be protected against the reversal polarity of the power voltage to I/O.

1.5.7.33. The RTU time stamped analog & digital data shall be sent to GAIL’s SCADA System.

1.5.7.34. For Communication protocol between RTUs & GAIL’s SCADA system, RTUs should support

DNP 3.0(TCP/IP) protocol.

1.6. SCAN RATES

Page 190: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

190

The local scan rates for individual I/O modules shall be such that the time-tagging resolution and

system performance requirements are achieved.

The consideration of scan times shall include the acquisition of data, processing and updating of the

RTU database. The overall RTU local scan shall be defined as the time required to acquire field data

and to acquire FC data and update the RTU database and the same shall be much faster than RTU

poll time by GAIL’s SCADA System.

1.7. DIGITAL OUTPUT SUBSYSTEM

The contact output subsystem shall provide momentary 2 sec (user configurable) closure of potential

free contact relay output for the operation of pumps (if applicable) & valves.

It shall not be possible for the RTU to energize an output that has not been selected for control.

The duration of each contact closure shall be pre-selectable (normally 2 seconds contact closure) and

all contacts shall be voltage free. If repeat output is required permanent type DO card shall be

included. An RTU restart, following an RTU power failure, shall not reset the output circuits, shall

not generate false control signal and shall cancel any pending control selection.

1.8. SET-POINT CONTROLS

All analog output control functions shall utilize the select-check-operate control sequence associated

with set point control.

1.9. SERIAL LINK REQUIREMENT

The interconnecting RS485/ RS232 cables and connectors for each of the RTU location and for each

of the serial ports, with complete line drivers, software drivers & connectors at both ends and

interfacing requirements in built for communication with FCs (supplied by COMPANY) shall be

included in the vendor’s scope. Vendor shall develop, configure and establish the communication for

retrieval of data from the FCs, which support Modbus Protocol for serial link connectivity for all the

RTUs in the pipeline network. The RTU serial ports shall support different baud rates and it shall be

possible to vary the baud rate of each port in order to optimize the communications i.e. they should

be independently and individually configurable at all respect.

a) The serial links shall support transmission of all types of data and status bits including 16-bit, 32-bit,

signed, unsigned, integer and floating point data type. The Purchaser shall furnish the make & model

no. of FCs. Vendor shall assume full responsibility for obtaining the full protocol information,

memory map, details of connectors etc. from the FCs suppliers. Further necessary connectors

(ensuring compatibility), interconnection, interfacing, engineering required for retrieval of the data

from the FCs to make the link fully operational shall be in the vendor’s scope. It is the vendor‘s

responsibility to coordinate with the suppliers of FCs as intimated and establish the communication

for transfer of data & control with them to meet the complete functionality.

b) The RTU memory sizing shall be adequate for required nos. of serial points as per RTU I/O Count &

the no. of serial ports for each RTU.

c) The FCs data shall be scanned by the RTU much faster than RTU poll time by GAIL’s SCADA

System.

1.10. Minimum below mentioned ports to be available in the RTUs

• Two Ethernet (Electrical) ports for communication with GAIL’s SCADA System

• Two RS485 ports for interfacing with FC (Flow computer)

Page 191: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

191

• One RS232 / Ethernet port (Vendor to decide) for PDT interfacing

• One RS232 spare port

• Four RS485/RS 232 spare serial ports

• One Ethernet (Electrical) spare port

Page 192: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

192

Annexure B

Specification for Managed Industrial Switch

Make: Moxa / Advantech / Phoenix Contacts

Communications

Standards: IEEE802.3, IEEE802.3u, IEEE802.3z, IEEE802.3x, IEEE802.3ad, IEEE802.1d,

IEEE802.1w, IEEE802.1p, IEEE802.1Q, IEEE802.1x

LAN: 10/100Base-T(X),

Fiber Port: 100Base-FX (SC/ST connectors) using 1310/1550 nm, fully equipped.

Transmission Distance Ethernet : Up to 100m Single-mode Fiber: Upto 30km

Fiber: 9/125 Micro meter

Transmission Speed Up to 100Mbps

Interface

Connectors 8 x RJ-45 ports, 2 x SC/ST type fiber optic connectors

LED Indicators System: PWR, R.M., P-Fail10/100T(X): Link/Activity, Duplex/Collision

Console RS-232 (RJ-45)

Network Management

Configuration Web browser, Telnet, Serial console, TFTP, SNMPv1/v2c/v3, Port Speed/Duplex

Configuration

VLAN IEEE 802.1Q, GVRP, Port-based VLAN

Redundancy 802.1w/D RSTP/STP & any other ring protocol Support equal or less than <20ms

Security IP Access security, port security, DHCP Server, Port and IP Binding, 802.1X Port

Access Control

Traffic Control IGMP Snooping/Query for multicast group management Port Trunking,

Static/802.3ad LACP Rate limit and storm control IEEE 802.1p QoSCoS/TOS/DSCP priority

queuing IEEE 802.3x flow control

Diagnostics Port Mirroring, Real-time traffic statistic, MAC Address Table, SNTP, Syslog,

Email Alert, SNMP Trap, RMON

Mechanism

Enclosure IP30, metal shell with solid mounting kits

Mounting DIN-rail

Power

Power Consumption Max. 10 W

Power Input 230 VAC/ 24 VDC

Protection

Power Reverse

Overload Protection

MTBF

200,000 hrs

EX Approval:

ATEX / UL / IECEx

Page 193: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

193

Annexure C

Specification for Ethernet to Serial Convertor

Make : Moxa / Advantech / Phoenix Contacts

LAN

Ethernet 10/100 Mbps, RJ45, Auto MDI/MDIX

Protection Built-in 1.5 kV magnetic isolation

Serial Interface

Interface RS-232/422/485

No. of Ports 1 port

Connector Type DB9 (male)

Signals

RS-232 TxD, RxD, RTS, CTS, DTR, DSR, DCD, GND

RS-422 Tx+, Tx-, Rx+, Rx-, GND

RS-485 (2-wire) Data+, Data-, GND

RS-485 (4-wire) Tx+, Tx-, Rx+, Rx-, GND

Serial Line Protection 15 kV ESD for all signals with surge protection

Configuration Options Web Console, Serial Console, Telnet Console, Windows Utility

Serial Communication Parameters

Parity None, Even, Odd, Space, Mark

Data Bits 7, 8

Stop Bits 1, 2

Flow Control RTS/CTS, XON/XOFF

Transmission Speed 50 bps to 921.6 Kbps

Software Features

Operation Mode RTU Slave, RTU Master, ASCII Slave, ASCII Master

Multi-Masters and Multi-Request 16 simultaneous TCP masters, 32 simultaneous requests for each TCP

master

Power Requirements

Power Input 12 to 48 VDC

Power Connector Power jack

Power Consumption Approx 200 mA@12 VDC, Approx 60 mA@48 VDC

Environment

Operating Temperature 0 to 55°C (32 to 13 1°F), 5 to 95%RH

Storage Temperature -20 to 85°C (-4 to 185°F), 5 to 95% RH

Housing IP30 protection

MTBF More than 6,00,000 Hrs

Page 194: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

194

Annexure D

Standard Specifications for Serial RS232/RS485 to Optical Converter

Make :Moxa / Advantech / Phoenix Contact

• Optical Fiber Side

Fiber Connector 2 SC/ST Optical Ports

Wavelength Single-mode: 1310 nm

Cable Requirements Single-mode: 8.7/125, 9/125, 10/125 μm

Transmission Distance Single-mode: 40 km (in 1310nm)

Tx Output Single-mode: > -5 dBm

Rx Sensitivity Single-mode: -25 dBm

Point-to-Point Transmission Half-duplex or full-duplex

Ring Transmission Half-duplex

• RS-232/422/485 Side

Connector Terminal Block

RS-232 Signals Tx, Rx, GND

RS-422 Signals TxD+, TxD-, RxD+, RxD-, GND

RS-485-4w Signals TxD+, TxD-, RxD+, RxD-, GND

RS-485-2w Signals Data+, Data-, GND

Baudrate 50 bps to 115.2 Kbps

ESD Protection 15 KV for all signals

Distance RS232: 5-10 mts; RS485: 1000 mts

• Physical Characteristics

Weight Light-weight

Dimensions (H x W x D): Small size

• Environmental Limits

Operating Temperature Standard Models: 0 to 60°C (32 to 140°F)

Wide Temp. Models: -40 to 75°C (-40 to 167°F)

Storage Temperature -40 to 75°C (-40 to 167°F)

Ambient Relative Humidity 5 to 95% (non-condensing)

• Power Requirements

Input Voltage DC 9 to 48 VDC

AC External AC Power Adapter

Power Consumption 8 watts max

Power Line Protection 2 KV Burst (EFT), EN61000-4-4

2 KV Surge, EN61000-4-5

Voltage Reversal Protection Protects against V+/V- reversal

Over Current Protection 1.1 A (protects against two signals shorted together)

Page 195: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

195

• Standards and Certifications

Safety UL 60950-1

EMC CE, FCC

EMI FCC Part 15 Subpart B Class B, EN 55022 Class B

EMS EN 61000-4-2 (ESD) Level 3,

EN 61000-4-3 (RS) Level 2,

EN 61000-4-4 (EFT) Level 2,

EN 61000-4-5 (Surge) Level 2,

EN 61000-4-6 (CS) Level 2,

EN 61000-4-8 (SFMF) Level 1

Green Product RoHS, CRoHS, WEEE

• MTBF (mean time between failures)

Time Minimum 500,000 hrs

Page 196: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

196

Annexure E Industrial RS-232 to RS-422/485 converters

Make : Moxa / Advantech / Phoenix Contact

Interface

Serial Interface

RS-232 TxD, RxD, GND

RS-422 TxD+, TxD-, RxD+, RxD

RS-485 Data+, Data-

Cabling 2-wire Cabling/4-wire Cabling

Transfer Distance Max. 1,200 m for at speed 9.6 kbps; Max. 400 m at 115.2 kbps

Max. Devices Supported 256 (Without repeater)

Self-Tuner Asic Inside Yes

Speed 300 ~ 115200 bps

ESD Protection Yes

3000 VDC Isolated Voltage On RS-485 side

Connection

RS-232 9-Pin Female D-Sub

RS-422/485 Removable 10-Pin Terminal Block

LED Indicators

Power/Communication Yes

Power

Input Voltage Range +10 VDC ~ +30 VDC (Non-isolated)

Power Consumption Approx 1.2 W

Mechanical

Casing Plastic / Metal

Flammability Fire Retardant Materials (UL94-V0 Level)

Dimensions Small Size

Installation DIN-Rail

Environment

Operating Temperature -25 °C ~ +75 °C

Storage Temperature -30 °C ~ +75 °C

Humidity 10 ~ 90% RH, non-condensing

Page 197: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

197

Annexure-F

SPECIFICATION FOR MINI RTU

PURPOSE • The purpose of this specification is to define the minimum requirements of Mini RTUs

installed at consumer side

• This specification stipulates the requirements for the design including hardware & licensed

software, engineering, configuration, programming, documentation, manufacture, inspection

and testing, installation and commissioning of Mini RTU, start-up, performance test ,

documentation a n d training of complete system

• The Mini RTU shall be designed, tested, certified installed, commissioned and maintained in

accordance with the requirements.

• The requirements which have not been explicitly identified, but required for the completion and

satisfactory performance of the entire system are implied

SCOPE • This specification defines the minimum requirements of system design including hardware and

licensed software, engineering, configuration, programming, documentation, manufacture,

inspection and testing, supply, installation and commissioning of the System. This shall also

include building of all operator interface, screen displays, database, reports, and system

hardware and licensed software configuration.

• Job scope also covers design, engineering of individual loops specific for site including all input

elements including voting rights, output elements, and hardware, special cables, licensed

software, integration, glanding, terminations, loop checking etc. complete.

• Entire lot of cables (power, control, signal or any other type of special cables) required for

hooking input elements to Mini PLC cum RTU and from Mini RTU to output elements along

with junction boxes, terminals, connectors, terminations, hardware fixtures, cable tray with

covers etc. required for complete system is in scope of vendor and shall be part of the system.

DESIGN & CONSTRUCTION

• RTU shall be a 32-bit (min.) microprocessor based programmable unit. The Mini RTU shall

be used for implementation of Startup, safety shutdown and all critical process interlocks.

RTU shall be of modular design and shall be provided for implementation of interlocks &

sequencing of operations. The RTU shall communicate with other subsystems as required.

Page 198: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

198

The vendor shall provide documents for system availability of RTU.

• The Mini RTU shall have very high noise immunity (RFI/EMI) in order to ensure safe and

reliable operation when subjected to electrical radio frequency interference and

electromagnetic disturbances expected in the terminal. The surges withstand capacity for input

/output modules shall be as per IEC standard.

• The Mini RT U ’s shall be configured such that interdependence of function is minimized

and failure of any part of a RTU Module subsystem except the common logic subsystem

shall not directly affect the integrity of the unit, as a whole.

• The Mini RTU should have event logging and buffering feature The Mini RTU’s should

be able to store minimum 600 alarm/ events in case of communication failure till the time of

communication restoration and shall be able to transmit to master station on receiving the

poll request after restoration of link. The alarm/events shall be stored in the Mini RTU and

shall be retrievable on connection of external device (Laptop)

MINI RTU FEATURES

The Mini RTU shall support the following

a. Scanning of Input and Output points.

b. Fast scanning of selected I/O points

c. Field input initiated discrete control action

d. Derivation of calculated analog points based on arithmetic functions +, -, /, *, sq, root

etc. and driving external hardware. Calculation shall be performed in Mini RTU in

engineering units with 16 bit or higher floating-point accuracy in case engineering

conversion is being done at Mini RTU level.

e. All Mini RTU cards, serial ports, and communications channels health points are to be

configured in Mini RTU and DNP3.0 index of same are to be reflected in I/O list and all serial

ports should be independently configurable.

f. Mini RTU should have diagnostic feature for hardwired I/Os, DNP3.0 and IED (serial)

communication.

g. The Mini RTU shall have provision to give analog and digital data (available in the Mini

RTU) over Modbus protocol to third party systems (other than SCADA servers) through serial

port. The register addresses for AI and DI parameters shall be configurable.

h. IED (Flow computers, Gas Chromatographs) interfacing through Serial ports on MODBUS

protocol.

Page 199: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

199

Mini RTU shall support standard MODBUS (ASCII and RTU) protocol.

i. It shall be possible to do configure/ write IED interface in Mini RTU for which necessary

software tools shall be supplied.

j. For communication with IEDs through serial ports, the Mini RTU shall support 16-bit, 32-bit,

signed, unsigned, integer and floating point data type.

k. Indicate the operator that trip has initiated and has been successfully completed.

l. Monitor dangerous condition and take appropriate automatic shutdown action.

m. Respond to manual request for shutdown, reset and override from operator.

n. Record sequence of event record (SER) for all events, alarms and actions taken by system

o. Derivation of calculated digital points based on logical functions AND, OR, NOT etc.

from digital and analog points.

p. The Mini RTU shall scan and acquire parameters from field as per programmed (user

configurable) scan cycles

q. Mini RTU should have event logging and buffering feature.

r. Mini RTU should have surge/lightening protection for power supply.

s. The Mini RTU shall be able to store the configuration data and the process database upon power

failure. Upon restoration of power, Mini RTU shall resume the normal operation automatically.

t. Separate on/off power supply switch and fuse shall be supplied with each Mini RTU. Mini RTU

vendor shall indicate power consumption for all Mini RTUs. Adequate isolation of input,

output and power supply circuits shall be provided along with over voltage and short circuit

protection. Terminations for connections of power supply shall be of standard industrial type.

u. Mini RTU shall have error detection/control feature to ensure data integrity

v. The Mini RTU shall be immune to radi frequency interference generated by any nearby source

meeting the latest international standards in this regard

w. The Mini RTU should have provision for time stamping of all analog exception reports and

digital state changes. The Mini RTU time stamped analog & digital data shall be sent to

SCADA system.

x. The Mini RTU equipment shall function continuously without requiring any preventive

maintenance.

Page 200: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

200

y. Mini RTU shall support communication protocol supporting report by exception to prevent

unnecessary data communication when data is not changing and also support downloading of

exception value deadband (each analog input wise) from scada system.

z. The scan time of programmable controller shall be less than 100 milliseconds. Scan time of

RTU is defined as the cycle time taken by the system to read input, process input executing

logic and update control output for all the logics configured within the system. Other

activities like diagnostic routines, output/dump of data to peripherals, or any other activity

which consume processor time shall also be accounted for while computing scan time.

aa. The output module shall have the capacity to drive loads upto 24W at 24Vdc upto +60

degree C or as per requirement. This shall be for all channels simultaneously driven. The

digital output module shall feature stuck-on and stuck-off testing.

bb. The system shall have extensive set of self-diagnostics hardware for easy and fast

maintenance of Mini RTU. Routine checks should run automatically at frequent intervals

for identifying any fault in the hardware.

cc. Operation of the Mini RTU shall be completely unaffected by the momentary power loss up to the 20 milliseconds, unless otherwise specified.

dd. Input type shall be intrinsically safe with barriers for analog input modules. These barriers shall

be active type and certified b y statutory authority like BASEEFA, CENELEC, FM, and

PTB, CMRI etc. f or the use in Zone 1, Group II A, II B, and T3. The proper selection of the

safety barriers shall be bidder's total responsibility.

ee. Bidder shall configure the system in such a way that if the " Command is not given by

system and the valve status input is opposite to command then system shall generate alarm,

blinking of valve to alert the operator and log the event to indicate the override

action/abnormality.

ff. In Mini RTU provision shall be made to bypass interlocks. Bypass of interlocks shall be

User defined and password protected so only authorised person have access to operate the

same. When Event is occurs, alarm shall be generating in system and event shall be logged

in system with time & sate.

gg. Mini RTU system shall have facility to export all alarm and logs to other system.

hh. Mini RTU shall be capable of updating process parameters data and configuration data in its

own built-in memory. In the event of failure of SCADA communication break, the RTU shall

continue to scan all parameters and update its database.

ii. Mini RTU shall retain in its database the complete analog and digital information of the field

till it is completely and correctly read by the SCADA system, in order to take care of no loss of

data, in case of failure of communication, SCADA server, communication via other

location. The RTU shall scan the field and the memory buffer is to be sized to store all the

changing data (i.e. new exception report for the data every poll time) and SCADA system

Page 201: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

201

receive the same without and loss of data and alarms.

jj. Mini RTU system shall have the facility to attach to each digital event signal a time

tag generated by the RTU local clock to enable the occurrence to be recorded and

transferred to SCADA system.

kk. Should Support trip/close and Check before execute for DO Commands

OVERALL SYSTEM ARCHITECTURE

• SYSTEM I/O's should be segregated in to groups for effective operation.

• The system shall consist of following major sub systems

Input/ Output system

• I/O devices interface with RTU shall be at I/O racks/backplanes only.

• Each I/O shall be protected against reverse polarity of the signal. • Each input shall be provided with filters to filter out any noise in the input line or noise

because of input contact bouncing. • Output shall be able to drive solenoid valves and the contact rating shall be 1amps.

Each output shall be short circuit proof and protected by fuse. Visual indication for fuse down

must be provided for each output.

• Maintenance override switches (MOS) shall be provided in logic group wise so that the

instruments can be tested without initiating a shutdown. The logic will ensure that no more

than one MOS per logic group can be activated by means of soft keys from the PC based

operator station of system after entering the necessary security level password

PROCESSOR SYSTEM

• The processor shall have capability to implement all the control functions required to implement the

logic schemes.

• The size of the memory shall be sufficient for storage of the program instruction required by the

logic schemes. A minimum of 40% spare memory space shall be provided at the time of handover

of the system to client. Bidder to submit the memory capacity calculations.

• Memory shall be preferably non-volatile, however in case, volatile memory is provided, and

battery backup shall be provided for minimum 6 months to keep the stored program intact. A

battery drain indication shall be provided at least one week before the battery gets drained.

• Watchdog timer shall be a available. The healthiness of the processors shall be continuously

monitored by the watchdog timer. Any hardware or software problem in the processor subsystem

including CPU, memory, power supply, communication interface etc. shall cause the watch

dog timer to report processor failure.

Page 202: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

202

• In case of failure of complete processors, output shall take fail safe state

automatically unless otherwise specified.

• It shall be possible to generate the first out alarm output by RTU, in case a group of parameters trip

the system.

• Time stamping shall be done at processor/IO level.

• To allow for Sequence of Event Recording(SER) or communication failure at least last 100 events

shall be stored in RTU

COMMUNICATION SUBSYSTEM

a. Each Mini RTU shall recognize its own unique address and shall have the capability of being

assigned any address within a range of possible addresses. The LED indication shall be

provided in the Mini RTU to check the health of Mini RTU communication

b. The Mini RTU shall support DNP 3.0 protocol (both DNP 3.0 (Serial) and DNP 3.0

(TCP/IP)) for communicating with FEP SCADA servers c. The Mini RTU shall have the provision of being polled through its serial port as well as

Ethernet port simultaneously from SCADA server.

d. The Mini RTU shall have dual Ethernet ports (IEEE 802.3) for TCP/IP communication with

GAIL SCADA system in multi-dropped environment.

e. The Mini RTUs shall have the provision to be polled for data by GAIL SCADA system,

independently and simultaneously on both communication ports. Both the primary and

secondary ports (for SCADA server communication) shall have same data in their buffer at a

time.

f. Each communication port of Mini RTU shall be isolated and surge protected.

g. Communication subsystem shall be a digital communication bus/ or an integral

component of the system that provides reliable and high speed data transfer between

processor subsystem, I/O subsystem, and other external devices connected to Mini RTU. h. Communication system shall have continuous c h ec k s for any faults/ errors. i. System shall have a port to connect laptop computer for programming/configuration.

SELF DIAGONOSTICS

• The system shall have an extensive set of self-diagnostics routines which shall be able to

identify and provide information on the system failure at least up to the module level

including redundant component and power supplied through detailed display pages and report

printouts.

• Self-diagnostics shall be provided to detect faults (which makes the contacts permanently

open or close) in the input and output modules or input and output signal conditioning

modules. The system performance shall not degrade whenever testing feature is specified.

Page 203: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

203

• Testing software shall be capable of detecting faults in case of normally closed system as well as

normally open system.

• No internal self-diagnostics shall be capable of preventing or delaying normal system operation

and system availability. The self-diagnostic shall be carried out with the main purpose of reliability

and integrity as paramount aims.

• System shall have an Earth Leakage Detector (ELD) installed inside the system cabinet.

The potential free contact from the ELD will be wired to the RTU, this will ensure that IO

signals are not grounded.

• Minimum requirement for system diagnostics shall be as follows-

a) Configuration diagnostics - checking the compatibility and availability of selected I/O

hardware and software.

b) Memory diagnostics- checksum, parity check etc.

c) CPU/memory diagnostics

d) Processor executes a test control or arithmetic algorithm, and then compares results with pre stored

answer.

e) Power system diagnostics -monitor the availability of supply voltage

f) The RTU system shall be able to generate a common alarm (high priority) for RTU diagnostics, power

supply failure, and fan failure and battery life over etc.

• The operator shall be continuously informed of the system health status by means of the system

diagnostics communication. As a minimum, a common cabinet utility alarm per cabinet and

a common system alarm, both hardwired, shall be transmitted to the RTU for the attention of

the operator. This should include power supply failure, temperature high, fan failure, Earth

leak detection signal.

SYSTEM SOFTWARE AND DATA BASE BACKUP

• Any software supplied shall be licensed of latest version with long term support from software

vendor. It shall be responsibility of bidder to ensure software protocol compatibility to third

party systems and transfer of data between the same.

Page 204: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

204

• When fully tested, the configuration software shall be stored in a central point nonvolatile

memory. Logic program shall be recorded on the DVD or suitable media. All

database shall be field configurable and expandable without software redesign.

• The RTU programming language for implementation of the logic operation shall be based on

following representation conforming to IEC 1131:

a) FBD: following FBD shall be provided as min. • Basic Functions

• Manual loader

• Cascade (with set point tracking)

• High alarm

• High High alarm

• Low alarm

• Low Low alarm

• Rate of change alarm

b) Comparison

function

c) Arithmetic

function d) Linearization

function e) Dynamic

function f) Limiter and selector

function

g) Alarm priority shown at SER and/or

OIC

• I/O assignment should be grouped based on equipment's System software for the report

generation for report likely hourly demand per shift daily and weekly report shall be

provided in the user defined format.

• Loss of data communication in the engineering workstation shall not result in trip or status

changes of the SIS communication points Recovery of communication shall be automatic.

The vendor shall indicate the type of output (hardwired) that can be made available, to permit

(back up) annunciation of communication failure at the operator interface console (OIC).

• The system shall have an automatic and on demand data protection scheme for

the preservation of all data during a planned/ unplanned outage. The entire control software

shall be backed up including vendor software control database, user built programs, source

code and data files.

• Backup copies produced on bulk devices shall be removable for remote storage. Online

Page 205: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

205

backup shall not degrade system performance.

• To correct from an outage, any component of the system must be able to reload from

the bulk.

The vendor shall quote the maximum time required to reload the entire system for

backup bulk storage.

• The following signals (as a minimum) are required to be logged

a) Trip alarm

b) Input status ( i.e. line or loop monitoring)

c) Output status (i.e. line or loop monitoring)

d) Each individual system and utility alarm

e) Operator action (such as bypassing the interlock) f) Valve actions and failures etc.

• If any interlock is bypassed it shall be logged in SER and on associated graphic page,

it shall be clearly indicated clearly with warning colour to associated tag no.

SEQUENCE OF EVENT RECORDING (SER)

• The system supplied shall have a sequence of event recording facility. A separate PC shall

be provided if the SOE software cannot be accommodated in engg workstation. All the

events shall be recorded, time stamped and stored in memory. The events shall then be

transferred to the SER printer automatically. The system shall be capable of providing

recording to a resolution of 200 milliseconds or better. The SER shall be capable of

storing 5000 time stamped events in a file. Any software supplied shall be licensed of latest

version with long term support from software vendor.

TIME SYNCHRONISATION

• The system shall accept time synchronization signals from an external source, if required.

Bidder shall develop the best proposal for the same.

SYSTEM INTERFACES

• For all system interfaces, the supply, installation and termination of all type of cables is in

vendor scope.

Page 206: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

206

MINI RTU G

EN

ER

AL

1. Tag No. *

2. Quantity * 3. Area / Unit Terminal 4. Location To be decided during detailed engg 5. Make As per Suggested vendor list 6. Model No. * 7. Ordering Code * 8. Power Consumption * 9. Operating temp -10 – 70 Deg C 10. Humidity Upto 95% non condensing 11. Electrostatic Discharge Meets IEC EN 60001-4-2, EN 61326 12. Installation Suitable for use in hazardous area Class

I Div. 2/ Zone I Gr. IIB/C, flame proof

to IS 2148 and Weather Proof IP65 As

per IS 13947

13. Performance exceptional performance and low

power consumption

14. Processor Min. 32-bit processor, higher frequency CPUs (for scan time < 100ms) with watchdog timer

SP

EC

IFIC

AT

ION

15. SRAM Min 2MBS RAM memory preferably non-volatile,

however in case, volatile memory is provided,

battery backup shall be provided for minimum 6

months to keep the stored program intact

16. Flash Memory Min 8 MB Flash for Program source, historical

Archive , Events and Audit storage

17. Operating Voltage Nominal- 24 VDC, Range- Min 20-26 VDC with facility of surge suppression

18. I/Os Following I/Os shall be provided as a

min. 1. Digital Input (DI) – 6 Nos. 2. Digital Output (DO) with interposing Relays – 4 Nos. 3. Analog Input (AI) – 4 Nos.

19. Serial Interface Min 2 Nos. RS-485 Serial Ports to be provided

20. Ethernet Interface Min 2 Nos. 10/100 (or 10/100/1000) Ethernet

Ports (configurable independently ) to be provided

Page 207: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

207

SP

EC

IFIC

AT

ION

21. Additional Features 1. Battery voltage monitor

2. Power-fail detection and recovery

sequencer

3. Reverse voltage protection

4. Support DNP 3 Protocol

5. Transorb between signal and ground

6. Failure status Indications

7. visual fuse blown indication

8. Output contacts shall be short circuit proof and

protected by suitable mechanism

9. Should Support trip/close and Check before

execute for DO Commands

10. DIN rail mounting

11. Storage of Minimum 600 alarms/ events

NOTES : 1.* Vendor to furnish 2. Certification for hazardous area installation to be furnished by vendor for offered model. 3. If any feature is not indicated in the datasheet, but indicated in the specification of Mini RTU , the same has to be considered in Mini RTU

Page 208: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

208

Annexure-G SCHEME FOR DATA COMMUNICATION AT REMOTE CONSUMER:

At the consumer end it is proposed to install Mini PLC cum RTU (Data Concentrator Unit -DCU)

and Telecom unit (Compact Managed IP/MPLS transport device) for remote monitoring of

consumer locations.

It is desired that bidder shall provide the complete solution for SDH and IP/MPLS transport device management through SDH NMS only. If the proposed SDH meeting the requirements then considered same while offering SDH NMS. Bidder shall clearly indicate the same in the bid submission what solution they have considered - IP/MPLS device management with SDH NMS or independent NMS for IP/MPLS device. The IP/MPLS transport devices shall be installed at consumers locations and and NMS at specified

locations. The location / power / consumer/ station list will be as per Annexure – XIV.

The scope of the Telecom vendor at consumer end will be:

1. Supply of IP/MPLS transport device (size not more than appx 25mm x 25mm x 15mm) DIN Rail mounted as per specification

2. Erection of IP/MPLS transport device at consumer locations (For installation, the DIN rail, exp junction boxes with post provided by other contractor)

3. Connectivity of laid OFC from FTC to device and device to Mini RTU equipment 4. Providing Cable, connector, tray/ conduit for cables from FTC to telecom device with

necessary Exp gland.

The scope of other contractor at consumer end will be: (For information; refer enclosed schematics

– Annexure – XII); all the scope of RTU vendor except Supply & installation of IP/MPLS and

interfacing, communication cables, cable laying, splicing, Zero Db connector with FTC which is

Telecom vendor scope.

1. Supply and installation of Exp Junction boxes (appx 800 mm x 600 mm x 250 mm). 2. Providing DIN rail for installation of IP/MPLS, Mini PLC cum RTU and MCBs) 3. All cabling, glands from field device to JBs except IP/MPLS.

The IP/MPLS transport device shall meet the requirements of LAN & LAN B extensions of Mini RTU

And transparency / redundancy over SDH equipment for smooth management as suggested at

Annexure – XV. The minimum specification of Compact Managed IP/MPLS transport device and

NMS is as:

Compact Managed IP/MPLS transport device:

1

Compact Managed IP/MPLS transport device shall support IP Functionality • IPv4 and IPv6 support • Routing protocols • Static

2 IP ECMP 3 Security

· Authentication/Authorization/Accounting (AAA)

· Local

· Radius

Page 209: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

209

1. Services

Ethernet interfaces 10/100/1000 Mbps Protection and restoration MSTP, G.8032 Ethernet Ring Protection (ERP), Link

aggregation (LAG), MPLS-TP, FRR, Dual FRR, 1:1

Linear protection,

PW Redundancy 2. System Capacities

Packet capacity and throughput 2-3 Gb MAC bridging (IEEE802.1d) 32K Classes of Service (IEEE802.1p) 8

Two-rate, three-color policers (CIR/CBS, EIR/EBS)

2K

Number of services (VSIs) 1K

Max. Ethernet 2 x 10/100/1000BaseT with PoE+

Operation Administration & Maintenance (OAM)

IEEE 802.3ah, IEEE 802.1ag (CFM), Fast BFD for LSP and section, Y.1731 (PM)

Pluggable SFP support Electrical Colored C/DWDM, non-colored and bidirectional SFPs

Other Specifications Power over Ethernet (PoE+) Up to 30W

Power input 24 V DC

Power dissipation (Typical) 30 W (W/O PoE) Operating temperature range -25°C to +70°C

-13°F to 158°F Operating RH range 5% to 95%

· TACACS+

· Access Filters

· Encryption

· IP Sec

· Group encryption capable of encrypting all service types in a single group with centralized key management. Site to site encrypted VPNs

· Other security features

· Event logging

· MD5 authentication (OSPF, RSVP-TE)

· SSH

· SNMPv3

· 802.1x authentication

· Access control (log-in control, strong password)

· EAL Certification

4 Chassis Physical Features

POE support on atleast 4 ethernet ports Optical port 2 nos. (Tx & Rx) External alarm port ( 2 input / 2 output)

Page 210: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

210

Environmental standards IEEE 1613 (electric utility substations) IEC

61850-3 (electric utility substations) ETS 300

019-1-3 Class 3.3, EN55022

Safety EN 60950/2000, according to LVD Directive

72/23/EEC EN 60825-1&2 EMC EN 300 386-2, 1TR9

Security RADIUS (client authentication), SSH 2.0, SW

integrity checking (SHA-2), SFTP, ACL

Management End-to-end management of

all layers and services

NMS to Manage Compact Managed IP/MPLS transport device:

The NMS of Compact managed IP/MPLS transport device shall be intelligently managed packet

transport demarcation device to be support an extensive range of Ethernet/ MPLS-TP

MEF-based services. A carrier-class packet transport system shall including sub-50 m sec

switchover, DC dual-power feed, and extended temperature range, with extensive OAM over all

links and in-band management, allowing service differentiation a n d SLA enforcement across

the telecom network. Support of legacy TDM over Ethernet/MPLS via CES enables operators

to preserve revenues from existing TDM services over managed Carrier Ethernet transport

networks.

NMS shall mange active alarms, email notifications, Support for multiple root causes from active

alarms, Perspectives customizations Problems such as sorting, filtering, customizations

NMS Shall be fully managed MPLS-TP and Ethernet demarcation unit via local and in-band remote management provisions. Shall have Flexible architecture over multilayer control, monitoring, line testing, and loopback for remote fault isolation Network management system for switches should be built on industry standards including open standards such as SOAP and XML, the Java and J2EE framework, multi-tier layering, and web service interfaces. A NMS system should have a readily adaptable, modular structure that incorporates a relational data model and employs distributed processing. NMS architecture should support user GUI client graphical interface for network operators. The client GUI shall allow operators to provision manage and monitor services over the network. It should be possible to extend NMS GUI client to any location over GAIL private WAN network. Communication between the main servers, GUI & OSS clients should be secured using standard encryption protocols. The NMS client should be supported on Windows (Windows Vista Business/Enterprise Edition, Windows 7 Professional, Windows Server 2008 R2, Windows Server 2012), and Linux (Red Hat Enterprise Linux 6, Server Edition x86). Security management is controlled by the network administrator and allows restricted operator access to specific applications and functions based on user group profiles and assignment of operators to these one of these groups. The client is common to all users who are potentially assigned profiles of operators reducing their access to certain functions.

Page 211: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

211

NMS Security & detailed topology for IP/MPLS based transport device

NMS Security

A distributed NMS system requires security at the session and other communication layers. A GUI or OSS client must provide user credentials for access to the NMS. You can protect the session credentials and messages using mechanisms and protocols that include the following:

1. HTTPS as the application-layer transport for OSS clients.

2. Telnet, SSH, SCP, and SNMPv3 with USM at the application layer for communication between a main

server and the managed network.

3. SSL at the presentation layer, between a main server and the GUI clients, OSS clients and between the primary and standby main servers in a redundant deployment.

4. The ability to traverse a firewall between the NMS Client and NMS Server and network

5. NAT at the network layer, between the following:

• Main server and single-user GUI client or client delegate server

• Main server and OSS client

• Main server and managed network

6. IP validation, at the network layer, between a main server and database

Process:

1. Session management

All client sessions require authentication. The client GUI sessions are secured by the session username and password. Effective session management requires authentication, authorization, and accounting or AAA. Authentication is the verification of user credentials. Authorization is the assignment of access privileges to users. Accounting is the recording of user actions.

An operator can configure AAA functions using the local security mechanisms, a third-party server, or both. Local authentication is performed using a local database of users and a local security scheme. Third-party authentication servers are RADIUS, TACACS+, which run on separate platforms, and have

separate user lists and administration processes.

A user accounts consist of a user name, password, and an associated user group, scope of command, and span of control. User groups define user authorization levels and control the level of access to objects such as equipment, customers, services, and alarms. A system administrator can limit the type of user access per managed NE; for example, allowing FTP access but denying console, Telnet, or SNMP access.

2. Network transport security

Transport-layer security is available to the network protocols that carry messages between NMS components.

Page 212: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

212

Main server and clients Communication between a main server and clients is performed using XML/SOAP, EJB, or JMS messages. OSS clients use HTTPS to send XML/SOAP messages , which is secured using SSL . GUI clients use the EJB interface, which is secured using SSL. JMS, which is used by GUI and OSS clients, is secured using SSL.

Servers and managed NEs A managed NE communicates with a main server using SNMP, FTP, or SCP. SNMPv3 is used for communication between sever and managed NE , an SHA or MD5 authentication

key is included in each message and checked against the shared encryption key. SNMPv3 message authentication and authorization are handled by the USM and VACM mechanisms, which define the user authorization permissions.

SSH provides the security for a CLI session between a NMS GUI client and a managed NE.

Firewall support The NMS shall support firewalls on all server interfaces; for example, between a main server and GUI or OSS clients and the managed network.

Page 213: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

213

Annexure H

DATA SHEET

TELEMETRY INTERFACE CABINET

Page 214: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

NOTES:

l) Information filled-in by Consultant/Owner specifies the minimum system requirements. Vendor shall check the same with respect to the special requirements as per this package.

2) Vendor shall provide unambiguous information against all items

marked as 11*" in the data sheets.

3) Vendor shall complete information against all items marked as"**" in the data

sheets.

4) Note that infot'mati011 provided against all items marked as"**" and H*" must be such that system performance is not degraded.

5) Vendor shall categorically confirm all items marked as"#" in the

data sheets. In case no specific confirmation is indicated, it shall be considered as vendor's unconditional compliance.

Page 215: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

215

Page 216: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

216

Page 217: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

217

Page 218: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

218

Page 219: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

219

Page 220: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

220

Page 221: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

221

Page 222: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

222

ANENXURE I

DATASHEET OF SIGNAL CABLE

Page 223: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

223

Page 224: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

224

Page 225: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

225

Page 226: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

226

Annexure-J

Specifications for Optical to Ethernet Converter

Make: Moxa / Advantech / Phoenix Contacts Optical Fiber Side

Fiber Connector 2 SC/ST Optical Ports Wavelength Single-mode: 1310 nm Transmission Distance Single-mode: 40 km (in 1310nm) Tx Output Single-mode: 0 to -5 dBm Rx Sensitivity Single-mode:-3 to -25 dBm Point-to-Point Transmission Half-duplex or full-duplex LAN Ethernet 10/100 BaseT (X), RJ45 Power Requirements

Power Input 12 to 48 VDC Power Connector Removable 3-contact terminal block Power Consumption Approx 200 mA@12 VDC, Approx 265 mA@48 VDC Voltage Reversal Protection Protects against V+/V- reversal Over Current Protection 1.1 A

Physical Characteristics

Weight Light-weight Dimensions (H x W x D): Small size Environmental Limits

Operating Temperature Standard Models: -10° to 60°C (14 to 140°F), 5 to 95%RH Wide Temp. Models: -40 to 75°C (-40 to 167°F)

Storage Temperature -40 to 75°C (-40 to 167°F) Ambient Relative Humidity 5 to 95% (non-condensing) Standards and Certifications Safety UL 60950-1 EMC EN 55022/24 EMI CISPR 22, FCC Part 15B Class A EMS

EN 61000-4-2 (ESD)

EN 61000-4-3 (RS)

EN 61000-4-4 (EFT) Level 2,

EN 61000-4-5 (Surge) Level 2,

EN 61000-4-6 (CS) Level 2,

EN 61000-4-8 (SFMF) Level 1

Green Product RoHS, CRoHS, WEEE MTBF (mean time between failures)

Time Minimum 3,53,000 hrs

Page 227: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

227

Annexure- I Technical Checklists

Name of Bidder : Bidder / Vendor works & address : Name of Sub Vendor (as applicable) :

S. No. Checklist Point Yes/No

Have you filled up the following formats, which form a part of technical checklist

1 Submit Un-priced SOR with indicated “Quoted” in price part

2 Annexure – II (Technical Questionnaire)

3 Annexure – III (Certificate of Logistics Support)

4 Annexure – IV (Performance Guarantee Certificate)

5 Annexure – V (Project Management Responsibility) (PMR)

6 Annexure – VI (Deviation Form)

S. No. Compliance to Noted (Yes / No)

1 Special Condition of Contract (SCC)

2 Time Schedule.

3 Tender MR requirements and scope as per Job Specification

4 Payment Terms as per tender

Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date

Page 228: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

228

ANNEXURE-II

TECHNICAL QUESTIONAIRE Name of Bidder : Bidder / Vendor works & address : Name of Sub Vendor (as applicable) : This questionnaire shall be dully filled in and submitted along with un-priced sets of offers to avoid further queries and to ensure proper evaluation of your offer in time. If this is not complied with your offer is liable to be rejected.

S. No.

DESCRIPTION BIDDER’S RESPONSE.

1 Have you furnished the necessary documents for the BEC qualification?

2 Have you filled up ‘NO DEVIATION FORM’ and submitted the same?

3 Have you provided list of 1 year spares for operation and maintenance along with unit rates?

4 Have you provided list of commissioning spares?

5 Have you provided list of mandatory spares along with detailed basis of quantities arrived at?

6 Have you enclosed the catalogs/literature in ENGLISH language including model decoding details, drawing etc necessary for evaluation of your offer?

7 Have you confirmed that documents required as per vendor data requirement will be supplied after placement of order?

8 Have you furnished ‘LOGISTIC SUPPORT CERTIFICATE’

9 Have you furnished and ‘PERFORMANCE GUARENTEE CERTIFICATE’?

10 Have you furnished ‘PROJECT MANAGEMENT RESPONSIBILITY’ FORM

11 You quoted as OEM or System Integrator

12 You have 24 hr service support for O&M

13 You quoted DM rate for the services required after handing over of work by client

Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date

Page 229: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

229

ANNEXURE-III

CERTIFICATE FOR LOGISTICS SUPPORT

1.0 LOGISTIC SUPPORT CERTIFICATE

1.1 Vendor must furnish Certificate for providing necessary support services

in favour of the Owner (M/s GAIL) for Telecommunication System committing them to provide logistic to purchaser in the format furnished along with.

1.2 In case of bought-out items, this certificate must be furnished for each item clearly indicating type, model no. etc.

1.3 The Certificate must be signed with seal by the official signatory on the company’s letterhead.

Page 230: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

230

CERTIFICATE FOR LOGISTICS SUPPORT

(To be signed by Bidder's corporate level signatory on company's letterhead)

I, on behalf of M/s_______________________________________ confirm that our

RTU/SDH_______________________________ Model No.___________________

quoted by M/s__________________________________ for M/s GAIL against Bid Doc

No.____________________________________________ against the respective

Particular Job Specification shall continue to be supported by us for a period of minimum

10 years. The quoted system shall not be withdrawn from Indian market as a matter of

our corporate policy.

I further confirm that in case of placement of order by GAIL on us, we shall continue to

support GAIL by spare part support for a period of 10 years from the date of placement

of order.

Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date Signature of the RTU/SDH OEM authorized signatory Name of the RTU/SDH OEM authorized signatory Stamp and Date

Page 231: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

231

ANNEXURE-IV

PERFORMANCE GUARANTEE CERTIFICATE FORM

(To be signed by Corporate level signatory on company's letterhead) I, ____________________on behalf of M/s. ____________________________, certify that in the event of placement of order for Telecommunication system by GAIL on us.

a) The telecommunication system complete with its performance certificate shall be Supplied by us.

b) M/s. _______________________ shall stand guarantee for the performance of

the telecommunication system and associated items at site. c) Our involvement shall be ensured during system engineering, testing and factory

Acceptance testing, site commissioning and site acceptance testing. d) With the methodology proposed herein, we M/s ___________________ shall

stand guarantee for the complete telecommunication system as per the specified Performance specification.

Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date

Page 232: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

232

ANNEXURE-V

PROJECT MANAGEMENT AND RESPONSIBILITY (PMR) FORM

Name of Bidder: Bidder / Vendor works & address: Name of Sub Vendor (as applicable): The bidder shall be entirely and exclusively responsible for all works under this bid document. Bidder to fill up blank spaces (marked (x)), of this form; Legend: NA – Not applicable

S. No.

Description Performed by (name) Bidder/Sub vendor

Place of execution of the activity

1 Single source responsibility including Design, Engineering, Supply of total Telecommunication system including all related goods and providing all related services including installation, testing, integration, trial run, commissioning & warranty for the successful completion of the project.

Bidder (x) NA

2 System design, Engineering for: a. OFC based SDH

communication system b. RTU

(x) (x)

(x)

(x)

3 Documentation Bidder (x) NA

4 Factory testing: a. OFC based SDH

communication system b. RTU

Bidder along with manufacturing representative

Integration Centre of Bidder for SDH, RTU equipments.

5 Installation, site testing and commissioning

(x) (x)

SITE SITE

Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date

Page 233: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

233

ANNEXURE-VI

DEVIATION FORM

Name of Bidder : Schedule of Deviation : 1. Bidder may given here a consolidated list of deviations/ clarifications/ comments of

all sections of the bid package, which for an appropriate offer are considered unavoidable by him.

2. Deviations/ clarifications mentioned elsewhere in the offer shall not be bidding on

the Client /Consultant and any such deviations if indicated elsewhere other than this form will render the offer non-responsive and shall liable to be rejected.

3. Bidder shall state the reasons for the deviations in the ‘Remark’ column. 4. All other clauses of the bid package shall be deemed and has to be fully complied by

the Bidder. 5. Only the deviations listed herein, in conjunction with the Bid package, shall

constitute the contract requirements for the award of job to the Bidder.

S. No.

Page No Clause No.

Requirement Deviations as per Bid package

Clarification/Comments by Bidder

Remarks

1

2

3

4

5

6

Signature of the Bidder authorized signatory Name of the Bidder authorized signatory Stamp and Date

Page 234: (DOMESTIC COMPETITIVE BIDDING) (E-TENDER)gailtenders.in/gailtenders/writereaddata/Tender/tender_document... · against this Tender Document, may download the complete Tender Document

------------------------------------------------------------------------------------------------------------------------------------------

234

SECTION-VII

SCHEDULE OF RATES (SOR)/

PRICE SCHEDULE

(Attached Separately in Notes and Attachment)