GAIL (India) Limited

Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for: TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
GAIL (India) Limited
(A Government of India Undertaking)
A Maharatna Company
th
7 Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E), Mumbai-400 022.
BID DOCUMENT NO. GAIL/MU/C&P/O&M/14/C065
E-Tender no. 8000007811
BID DOCUMENT FOR
TWO YEAR RATE CONTRACT FOR CALIBRATION
OF TURBINE FLOW METERS
OPEN DOMESTIC COMPETITIVE BIDDING
Contact Details:
GAIL (India) Limited
7th Floor, ‘B’ Wing,
Priyadarshini Building,
Eastern Express Highway,
Sion (E), Mumbai- 400 022.
Phone No. 022-2404 5453/56 Ext-384/380
Contact Person:
DM (C&P)/CM (C&P)
E-mail [email protected]; [email protected];
Signature of Bidder:
1
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
GAIL (India) Limited
(A Govt. of India Undertaking)
NOTICE INVITING TENDER (NIT) ON OPEN DOMESTIC COMPETITIVE
BIDDING BASIS
Bids under e-tender two bid system are invited from eligible bidders as per following details:
Tender No.
Item Description
GAIL/MU/C&P/O&M/14/C065 (Etender No. 8000007811)
TWO YEAR RATE CONTRACT
FOR CALIBRATION OF TURBINE
FLOW METERS
Last date & time for
receipt of bids
01.05.2015
up to 14:00 Hrs.(IST)
For complete details of tender documents and other details, the bidders are requested to visit GAIL
e-tender
portal
https://etender.gail.co.in/irj/portal
and
tender
website
http://www.gailtenders.in/home.asp For any queries, please contact Dy. Manager (C&P) / Chief
Manager (C&P), GAIL, Mumbai Phone: 022-24045453/56, Ext: 384/380 E-mail:
[email protected]; [email protected]
GAIL reserves the right to reject any or all the Bids received at its discretion without assigning any
reason whatsoever.
Signature of Bidder:
2
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
CONTENTS
SECTION. NO.
DESCRIPTIONS
I.
INVITATION FOR BID (IFB)
II.
INSTRUCTIONS TO BIDDERS (ITB)
 ANNEXURE-I (ITB FOR E-PROCUREMENT)
 ANNEXURE-II (GENERAL ITB)
III.
FORMS & FORMATS
IV.
PERFORMANCE EVALUATION
V.
SPECIAL CONDITIONS OF CONTRACT & SCOPE OF WORK
VI.
GENERAL CONDITIONS OF CONTRACT – WORKS
(ATTACHED SEPARATELY AS PDF)
VII.
SCHEDULE OF RATES
(ATTACHED SEPARATELY AS MS EXCEL)
****
Signature of Bidder:
3
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – I
INVITATION FOR BID (IFB)
Signature of Bidder:
4
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
INVITATION FOR BID (IFB)
Ref.: GAIL/MU/C&P/O&M/14/C065
Date: 08.04.2015
To,
The Bidder,
SUBJECT: TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW
METERS
Dear Sir,
GAIL (India) Limited (A Govt. of India Undertaking – A Maharatna Company) invites e-Bid on
Open Domestic Competitive Bidding basis from eligible bidders who meet Bid Evaluation Criteria
as mentioned here-under for subject job under SINGLE STAGE TWO BID SYSTEM, as per
technical specification, scope of supply and other terms and conditions as enclosed with this
document and on following salient terms and conditions:
1.0
Salient Features of Tender Document:
Open Domestic Competitive Bidding
TYPE OF ENQUIRY
BIDDING DOCUMENT NO.
GAIL/MU/C&P/O&M/14/C065
(E-Tender No. 8000007811)
(To be referred in all future correspondence)
TENDER FEE
(Non Refundable)
Not applicable
BID SECURITY (EMD)
Rs. 58,600.00
As defined in SCC
PERIOD OF CONTRACT
At 11:00 hrs (IST) on 21.04.2015
PRE BID MEETING
LAST DATE AND TIME FOR
SUBMISSION OF BID
DATE AND TIME OF OPENING
OF UN-PRICED BIDS
VENUE FOR PRE BID AND
OPENING OF UN-PRICED BIDS
2.0
Up to 14:00 hrs. (IST) on 01.05.2015
At 15:00 hrs. (IST) on 01.05.2015
GAIL (India) Limited,
7 Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion ( E),
Mumbai– 400 022.
th
Complete Tender Document and Schedule of Rates (in MS Excel Form) are available on
GAIL’s/Govt. website and same can be downloaded from GAIL’s website
https://etender.gail.co.in/irj/portal (as a guest user) or http://gailtenders.in. Bidder is
requested to down load the same and quote their prices strictly as per the format without
altering the content of it.
Corrigendum(s)/Amendment(s) and Record Notes of pre-bid discussions, if any, shall also
be available on the referred web sites, and its bidder(s) responsibility to check website
regularly.
3.0
Tender fee not applicable for this tender.
Signature of Bidder:
5
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
4.0
Bid Document is non-transferable.
5.0
Bids complete in all respect should be uploaded on the GAIL’s portal online on or before
the bid due date and time.
6.0
PRE-BID MEETING (PBM)
a)
The Bidder(s) or his official representative, are invited to attend a pre-bid meeting on date,
time and venue specified above. The person should carry authorization letter and valid
Photo ID proof.
b)
The bidder is requested to submit clarifications/questions in the format (Format F3 refers)
provided herewith by e-mail/courier / fax so as to reach GAIL at least three (03) day before
the pre-bid meeting. These questions shall be replied during the pre-bid meeting.
c)
Corrigendum(s) and Record Notes of pre-bid discussions, if any, shall also be available on
the referred web sites and its bidder(s) responsibility to check website regularly for such
updates.
d)
This being an e-Tender process, a Session will also be arranged for bidders to
demonstrate the e-Tendering system to facilitate bidders to submit the Bid Online.
e)
Non-attendance of the pre-bid meeting will not be a cause for disqualification of a bidder.
7.0
SUBMISSION OF BIDS:
Any bidder who meets BEC, Techno-commercial requirement of tender document and
wishes to quote against this Tender may download the complete Tender Documents & its
Corrigendum/Addenda (if any) from GAIL's website http://gailtenders.in; or "e-Tendering"
portal at https://etender.gail.co.in/irj/portal (log in as guest user).
Bids are to be uploaded / submitted online in GAIL’s e-tendering System
(https://etender.gail.co.in) only. Bidder shall submit the Prices as well as the Un-Priced
Documents as mentioned hereunder through our e-tendering portal only.
Bids submitted in any other form, such as courier (containing documents in physical form)
/ post / in-person / fax / e-mail/telegram / telex/CD/DVD/documents in pen drive etc. shall
not be accepted against this Tender. The "Un-Priced Bid" and "Price Bid" shall contain the
documents in the manner specified below:
 PART-I: UN-PRICED/TECHNO-COMMERCIAL BID
[Refer clause no. 12 of General ITB of Tender Document]
To be submitted on Collaboration Folders of E-tendering system complete with all
technical details along with all other required documents as specified in bid document
including Schedule of Rates WITH PRICE BLANKED OUT.
No Hard copy of Bid document to be submitted.
The "Un-Priced Bid" must contain all technical and commercial details as mentioned in
tender document in relevant folder(s), other than the rate with the following:
 PART-II: PRICE BID /PRICE SCHEDULE
Signature of Bidder:
6
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
[Refer clause no. 12 of General ITB of Tender Document]
It should contain only the “Price Schedule” in exact format of tender document completely
filled with rates & all other required information, without any other terms and conditions or
document whatsoever. The "Price Bid" containing any new / fresh condition [not
mentioned in the "Un-Priced Bid"] shall be categorically ignored.
 PART-III: EARNEST MONEY DEPOSIT/BID SECURITY
[Refer clause no. 16 of General ITB of Tender Document]
The “copy of EMD/BG” and no terms and conditions and document(s), shall be uploaded
in folder name EMD. Original of Earnest Money Deposit (EMD), POA (Power of Attorney),
IP (Integrity Pact) etc. as per clause no. 11 of IFB must reach us on or before cut-off date
& time.
7.1.1
[BID EVALUATION CRITERIA(BEC)]
A) The bidders who intend to participate shall meet the minimum requirement as per the
following bid evaluation criteria:
The bidder must have successfully executed at least one single work for calibration of
turbine flow meters with value not less than Rs. 7.31 lakhs in the preceding 07 years
period.
For substantiating above criteria, bidder has to submit copy of work order establishing the
experience & copy of work execution / completion certificate establishing the value of the
work executed at actual against the work order along with date of completion.
The completion certificate must be issued by end user / owner (or their consultant who has
been duly authorized by them to issue such certificate) only after completion of work /
supply in all aspect. However, where the bidder is executing a rate / maintenance contract
where the bidder is still running and the contract value executed till one day prior to due
date of bid submission is equal to or more than the minimum prescribed value / quantity
mentioned in the BEC, such experience will also be taken into consideration provided that
the bidder has submitted satisfactory work / supply execution certificate issued by the end
user / owner / authorized consultant.
The work order & its completion certificate must be duly certified / attested by Notary
Public with legible stamp.
Bidder must have accreditation with National Accreditation Board for Testing & Calibration
Laboratories (NABL) in the field of calibration of gas flow meters which must be valid at the
time of bidding.
Copy of NABL accreditation certificate showing validity and scope of accreditation must be
duly certified / attested by Notary Public with legible stamp.
Jobs executed by subsidiary/fellow subsidiary/Holding company:
A job executed by a bidder for its own plant/projects cannot be considered as experience
for the purpose of meeting the requirements of BEC of the tender. However, jobs
executed for subsidiary/fellow subsidiary/Holding company will be considered as
experience for the purpose of meeting BEC subject to submission of tax paid invoice(s)
Signature of Bidder:
7
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
duly certified by Statutory Auditor of the bidder towards payment of statutory tax in support
of the job executed for subsidiary/fellow subsidiary/Holding company. Such bidders are
required to submit these documents in addition to the documents specified in the bidding
documents to meet BEC of the tender.
B. BID EVALUATION METHODOLOGY:
Techno-Commercially Qualified bids will be compared based on the total evaluated price
as quoted by the bidder for all the services in the Schedule of Rates inclusive all charges,
taxes & duties. The contract will be awarded to the overall lowest bidder.
C. DOCUMENTATION:
Bidder shall meet the Evaluation (BEC) criteria as stated above. Bidders shall furnish all
the necessary documentary evidence along with the bid to establish the Evaluation (BEC)
criteria including the technical and financial criteria as stated above.
In absence of requisite documents GAIL reserves the right to reject the Bid without making
any reference to bidders.
8.0
EARNEST MONEY DEPOSIT (EMD)/BID SECURITY:
The Earnest Money Deposit (EMD) for the amount as mentioned above shall be submitted
in the form of crossed Bank Demand Draft/Banker’s Cheque drawn on any
Nationalized/Scheduled bank in favour of GAIL (India) Limited, payable at Mumbai.
Alternatively, Earnest Money deposit may also be submitted through Bank Guarantee 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 the proforma attached
with the Tender Document. However, other than the Nationalized Indian Banks, the banks
whose BGs are furnished must be commercial banks having net worth in excess of Rs. 100
crores and a declaration to this effect should be made by such commercial bank either in the
bank guarantee itself or separately on a letter head.
Validity of EMD/BG shall be minimum 3 months beyond the validity of the offer. In event of
non-availability of copy of EMD in bid (Bid => Technical Document => EMD Folder), such
bids may not be considered/opened.
9.0
GAIL (India) Limited assumes no responsibility for inability of a bidder to submit bids through
GAIL's "e-Tendering" system on account of delay in submission at bidder's end. Bidder shall
ensure that they submit the bid well before the "Due Date & Time of Bid-Submission". GAIL
shall not be responsible if bidder is not able to submit the bid on account of failure in network
/ internet connection at bidder's end. Bidder shall obtain a "Digital Certificate [Class-3B]" on
their own and GAIL (India) Limited will be not at all responsible for a bidder not having
acquired the valid "Class-3 / 3B Digital Certificate". For necessary security setting in PC and
detailed instruction regarding e-tendering process, please refer to “Annexure-I
Instructions to Bidders (ITB) for participation in E-Procurement" of this tender document and
“Ready Reckoner and FAQs” (available on GAIL’s e-portal) for further details.
10.0
Clause deleted.
11.0
SUBMISSION OF TENDER FEE AND ORIGINAL CERTIFICATES/ DOCUMENTS:
11.1
Tender Fee: Not applicable.
11.2
Other Documents:
The following original document(s) (along with any other document(s) which are asked in
tender document for submission in original) must reach us on due date and time of bid
Signature of Bidder:
8
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
submission (or within 7 days from the “due date for bid submission” in exceptional cases)
as under, failing which bid may not be considered for further evaluation:
(i)
(ii)
(iii)
(iv)
Copy of Tender Fee – not applicable
EMD in form of DD/BG
Original Power of Attorney (Refer Article 3.6 of ITB Annexure-I and 2.1 of
Annexure-II of Section-II), as per Format - 5 [B].
Integrity Pact duly signed by Competent Person and witness – not applicable
The above document(s) must be sent in a sealed envelope super scribing as “Original
EMD & Documents against Tender Reference No. “GAIL/MU/C&P/O&M/14/C065 [ETender Bid Invitation No.- 8000007811]” so as to reach at following address:
Attn – Sh. K. Balakrishnan, DM (C&P)/ Sh. U V Jadhav, CM (C&P)
GAIL (India) Limited
7th Floor, ‘B’ Wing,
Priyadarshini Building,
Eastern Express Highway,
Sion (E), Mumbai- 400 022.
Bidder must ensure that these documents must reach GAIL on or before 7th day from the
final due date & time of bid opening (Part-I), failing which the bid will not be evaluated
further irrespective of their status/ranking in tender and notwithstanding the fact that a
copy of EMD was earlier uploaded by the bidder
Above Document(s)/Bid(s) received after stipulated last date and time, due to any reasons
what-so-ever, including postal delays will not be considered.
12.0
SCOPE OF SUPPLY & WORK
The bidder shall undertake full responsibility on overall basis for providing desired
Works/Job as described in the tender document & its corrigendum (if any).
For complete details refer attached document(s) of bid document.
13.0
ZERO DEVIATION:
Please note that this is a zero deviation tender. Bidders are advised to strictly confirm
compliance to tender conditions and not to stipulate any deviation / conditions in their
offer. Subsequent to bid submission, GAIL may not seek confirmations / clarifications from
the bidders. Bidders are also requested to submit the documents / confirmations strictly as
per requirement of tender document and its amendment(s), if any.
In addition to above, bid with any deviation/modification to critical clauses & Rejection
Criteria of bidding document shall be categorically rejected, without any clarification.
14.0
GAIL reserves the right to carry out capability assessment of the bidder including referral
to in-house information.
15.0
GAIL will not be responsible or liable for cost incurred in preparation & delivery of bids,
regardless of the conduct or outcome of the bidding process.
16.0
Bidder should not be under liquidation, court receivership or similar proceedings.
Further, Bidder should not be black listed with any PSU and should not be on holiday list
of GAIL and its PMC (i.e. EIL, MECON, Suez Tractebel, J P Kenny etc.).
Signature of Bidder:
9
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
17.0
Corrigendum/Addendum, if any, shall also be available on the referred Websites. Further,
bidder shall give an undertaking in Agreed Terms & conditions that the content of the
bidding document have not been altered or modified.
18.0
No extension in the bid due date/time shall be considered on account of delay in receipt of
any document.
19.0
GAIL will follow purchase preference policy as per prevailing guidelines of Government of
India.
All the bidders including those who are not willing to submit their bid against in this tender, are
required to submit format F-1 “Acknowledgement Cum Consent Letter” attached in the tender
along with reason(s) for non-participation (if applicable) within 7 days from receipt of tender
information.
GAIL reserves the right to accept or reject any or all offers without assigning any reason,
whatsoever or to place order for part quantity at the sole discretion of GAIL.
Thanking You,
Yours faithfully,
For GAIL (India) Limited
(K. BALAKRISHNAN)
Dy. Manager (C&P)
E-mail: [email protected];
Signature of Bidder:
10
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – II
INSTRUCTIONS TO BIDDERS (ITB)
Signature of Bidder:
11
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
ANNEXURE-I
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, resetting 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 Windows7 professional operating system and
Internet Explorer 8 or 9 for hassle free bidding. Bidder is essentially required to effect 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-Tender 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
Signature of Bidder:
12
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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 selfregistration 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-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 34 working days provided complete information has been furnished by the bidder in selfregistration 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.
Signature of Bidder:
13
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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.
(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:
Signature of Bidder:
14
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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
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
TENDERS?
ON-LINE
BIDS/OFFERS
ELECTRONICALLY
AGAINST
E-
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
Signature of Bidder:
15
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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.
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 etender 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:
Signature of Bidder:
16
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SUB-FOLDER IN
C-FOLDER
1. INDEX
2. TENDER DOC
3. B.E.C
4. UN-PRICED
COMMERCIAL
5. EMD / POA
6. FORMATS
7. TENDER FEE
/ I.P.
8. OTHERS
DOCUMENTS
Index
Tender Document, Corrigendum etc.
BEC documents (including order,
completion/
execution
certificate,
balance sheet, etc.)
Un-priced Commercial offer/bid
Scanned copy of EMD/POA
Formats of tender duly filed-in, signed
and stamped and other
Scanned copy of Tender fee/ Integrity
Pact (I.P.)
Any other document
PAGE NOS.
(FOR REF.)
1 to a
a+1 to b
b+1 to c
c+1 to d
d+1 to e
e+1 to f
f+1 to f
g+1 to n
The above shall ensure that there are no missing documents and traceability of relevant
section is ensured.
Note:
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.
i)
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 etender 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
During the pre-bid conference, GAIL shall also arrange demonstration for submission of
bids in e-tender portal for interested bidders.
Signature of Bidder:
17
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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. Dialup/Broad band internet connectivity without Proxy settings is another option.
Signature of Bidder:
18
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
ANNEXURE-II
GENERAL INSTRUCTIONS TO BIDDERS (GITB)
TABLE OF CONTENTS
A.
B.
C.
D.
E.
F.
General
1. Scope of Bid
2. Eligible Bidders
3. Bid Evaluation Criteria
4. Bids from Consortium / Joint Venture
5. One Bid per Bidder
6. Cost of Bidding
7. Site Visit
Bidding Documents
8. Content of Bidding Documents
9. Clarification of Bidding Documents
10. Amendment of Bidding Documents
Preparation of Bids
11. Language of Bid
12. Documents Comprising the Bid
13. Bid Prices
14. Bid Currencies
15. Bid Validity
16. Bid Security
17. Pre-Bid Meeting
18. Format and Signing of Bid
19. Zero Deviation
20. E-Payment
Submission of Bids
21. Marking of Bids
22. Deadline for Submission of Bids
23. Late Bids
24. Modification and Withdrawal of Bids
Bid Opening and Evaluation
25. Bid Opening
26. Process to be Confidential
27. Contacting the Employer
28. Examination of bids and Determination of Responsiveness
29. Correction of Errors
30. Evaluation and Comparison of Bids
Award of Contract
31. Award
32. Employer’s Right to Accept any bid and to Reject any or all Bids
33. Notification of Award
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
Signing of Agreement
Contract Performance Security
Corrupt or Fraudulent Practices
Waiver of the transfer of the agreement
Integrity Pact
AHR Items
Road Permit
Performance Rating and Evaluation
Public Procurement Policy for Micro and Small Enterprises
Settlement of Commercial Disputes Between Public Sector Enterprise(s) Inter-Se and Public Sector
Enterprise(s) And Government Department(s) Through Permanent Machinery of Arbitration (PMA) In
The Department of Public Enterprises
44. Compliance with labour industrial law
Signature of Bidder:
19
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
GENERAL INSTRUCTIONS TO BIDDERS (GITB)
A. General
1.
Scope of Bid
1.1
The Employer/GAIL/Purchaser/Owner, as defined in the
General Conditions of Contract, hereinafter “the Employer”,
wishes to receive bids for the Works/Services as described in
Section VI, Special Conditions of Contract, hereinafter referred
to as “the Works/services.”
1.2
The successful bidder will be required to provide the services
/complete the work within the period mentioned in SCC Section
VI of bidding document.
1.3
Throughout these bidding documents, the terms “bid” and
“tender” and their derivatives (“bidder/ tenderer”, “bid/
tendered”, “bidding/ tendering”, etc.) are synonymous, and day
means calendar day. Singular also means plural.
Bidders shall, as part of their bid, submit a written power of
attorney authorizing the signatory (for manual signature as well
as digital signature, refer enclosed Format) of the bid to bind the
bidder.
2.1
2.
Eligible Bidders
2.2
This invitation for bid is open to any bidder who meets Bid
Evaluation Criteria (BEC) and other requirement of tender
document.
2.3
(i)
A bidder shall not be affiliated with a firm or entity
that has provided consulting services related to the Works to the
Employer during the preparatory stages of the Works or of the
Project of which the Works form a part, or
That has been hired (or is proposed to be hired) by the Employer
as Engineer/ Consultant for the contract.
(ii)
3.
4.
5.
6.
Bid Evaluation
Criteria
Bids from Joint
Venture /
Consortium
One Bid per
Bidder
Cost of Bidding
7. Site Visit
Signature of Bidder:
2.4
The bidder shall not be under a declaration of ineligibility by
Employer for corrupt or fraudulent practices as defined in ITB.
2.5
The bidder is not put on holiday by GAIL or GAIL’s PMCs like
EIL, MECON, Suez Tractebel, J P Kenny etc. OR BANNED by
any Government Department / Public Sector.
Please refer clause no. 7.1.1 of IFB & clause no. 4 of ITB.
4.1
Not applicable
5.1
A bidder who submits more than one bid will cause all the bid(s)
which the bidder has submitted; to be disqualified.
The bidder shall bear all costs associated with the preparation
and submission of the bid, and GAIL will in no case, be
responsible or liable for these costs, regardless of the conduct or
outcome of the bidding process.
The bidder is advised to visit and examine the Site and its
20
6.1
7.1
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the bid and
entering into a contract. The costs of visiting the Site shall be at
the bidder’s own expense.
7.2
7.3
The bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands for
the purpose of such visit, but only upon the express condition that the
bidder, its personnel, and agents will release and indemnify the
Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
The Employer may conduct a Site visit concurrently with the pre-bid
meeting.
B. Bidding Documents
8.
Content of
Bidding
Document
8.1
The Bidding Documents/Tender Documents are those stated
below and should be read in conjunction with any addenda issued
in accordance with ITB Clause 9 & 10.
Section I
Section II
Section III
Section IV
Section V
Section VI
Section VII
8.2
9.
Clarification of
Bidding
Documents
Signature of Bidder:
9.1
Invitation for Bids (IFB)
Instructions to Bidders (ITB)
Forms and Formats
Special Conditions of Contract (SCC) &
Scope of Work (SOW)
Performance Evaluation
General Conditions of Contract (GCC)
Price Schedule / Schedule of Rates to be
uploaded in Note and Attachment Tab of etender portal
The bidder is expected to examine all instructions, forms, terms
and specifications in the bidding documents. The Invitation for
Bids (IFB) together with all its attachments thereto, shall be
considered to be read, understood and accepted by the bidders.
Failure to furnish all information required 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.
A prospective bidder requiring any clarification of the Bidding
Documents may notify GAIL in writing or by fax or e-mail at
GAIL’s mailing address indicated in the Invitation for Bids.
GAIL will respond in writing to any request for clarification of
the Bidding documents which it receives not later than 03 days
prior to the date of scheduled Pre-Bid Meeting. Written copies
of GAIL’s response (including an explanation of the query but
without identifying the source of the query) will be uploaded
on e-tendering website.
Any Clarification or information required by the bidder should
21
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
10. Amendment of
Bidding
Documents
10.1
reach Employer within 07 days prior to the bid due date,
thereafter no cognizance shall be given to such queries.
At any time prior to the bid due date, GAIL may, for any
reason, whether at its own initiative or in response to a
clarification requested by a prospective bidder, modify the
bidding documents.
10.2
Any addendum thus issued shall be part of the Bidding
Documents. The addendum will be hosted on the GAIL
websites
http://www.gailtenders.in
and
https://etender.gail.co.in/irj/portal. All the prospective
bidders who have attended the pre-bid meeting or who have
raised queries (in writing) against bidding document shall be
informed by e-mail/Fax about the addendum for their
reference. Bidders have to take into consideration of all the
addendum(s) / corrigendum (s) / clarifications issued/ web
hosted, before submitting the bid.
10.3
In order to afford prospective bidders, reasonable time in which
to take the amendment into account in preparing their bids,
GAIL may, at its discretion, extend the bid due date.
11. Language of Bid
11.1
12. Documents
Comprising the
Bid
12.1
The bid prepared by the bidder and all correspondence and
documents relating to the bid exchanged by bidder and GAIL
shall be written in English language.
Bid must be submitted online thru' GAIL's "e-Tendering"
system at https://etender.gail.co.in/irj/portal Bidder shall
submit both "Un-Priced Bid" and "Price Bid" through GAIL's
"e-Tendering" portal only. Please read “Rejection criteria” and
all other document/corrigendum of tender before submitting
bid.
C. Preparation of Bids
Detailed step-by-step instructions to upload bid is explained in
the “Ready Reckoner” which can be downloaded from GAIL’s
e-portal. Also, bidder can refer FAQs available on this portal.
12.2
The "Un-Priced Bid" and "Price Bid" shall contain the
documents in the manner specified below:
12.3
PART-I: UN-PRICED (TECHNO-COMMERCIAL BID):
(The following documents along-with any other document(s)
/confirmation(s) as required based on terms and conditions of
tender document must be uploaded under link “TECHNICAL
DOCUMENT” and not at “Step 3/ Notes and
Attachment/Price Bid Section”)
The "Un-Priced Bid" must be complete with the following:
(i) 'Covering Letter' on Bidder's 'Letter head'
Signature of Bidder:
22
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
(ii) Copy of Tender Fee
(iii) Copy of Original EMD / Bid Security
(iv) Documents against BEC (Refer clause no. 7.1 to IFB)
(v) Format from CA for financial capability (Format F-2A)
(vi) Copy of Power of attorney (as per clause no.- 2.1,
Annexure-II, GITB)
(vii) Format of AGREED TERMS & CONDITIONS &
CHECKLIST duly filled-in (Form F-10 & F-10A)
(viii) Copy of Integrity Pact F-11 duly signed by competent
person on plain paper.
(ix) All other applicable Forms/formats duly filled-up in all
respects (viz. F-2, F-2 (A), F-3 (A), F-4, F-5 (A&B), F-6, F-10
& F-10 (A) of Section - III of Tender Document)
(x) Copy of Price Schedule format without the prices/rates but
mentioned QUOTED/NOT QUOTED in all relevant boxes
towards proof of submission of prices strictly as per price
schedule in “Price Bid (Part-II)” of Bid.
(xi) All technical and commercial details other than the
rate/price.
(xii) Any other information/details required as per bidding
document including addendum /corrigendum to this bidding
document, if issued.
12.4
For easy download and access of document(s) submitted in the
bid, bidder are advised to upload document(s) in relevant
Folders namely Index, Tender Documents, BEC, Unpriced Commercial, EMD, POA, Formats, Tender Fee, Other etc.
only.
All the documents should be 'digitally signed' through a valid
"Class-3 / 3b Digital Certificate" (Please refer clause no. 3.6 of
ITB, Annexure – I, Section – II).
12.5
PART-II: PRICE BID [SCHEDULE OF RATE]
(Only Priced Bid in form of PDF/MS Excel duly filled rates
exactly in Format Provided in this tender must be uploaded
under link “Step 3 : Notes and Attachment” and not at link
“TECHNICAL DOCUMENT”)
Signature of Bidder:
12.6
Priced Bid shall contain only rates/prices filled-in strictly in the
“Price Schedule/Schedule of Rates” format of the tender
document (MS Excel OR PDF) and shall be uploaded as an
SRM attachment.
12.7
No stipulation, deviation, terms & conditions, presumption,
basis or any documents etc. shall be stipulated / submitted in
Priced bid. GAIL shall not take cognizance of any such
statement / document(s) /information and may at their
discretion reject such price bids.
23
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
12.8
Bidders are advised NOT to mention Rebate/Discount
separately, either in the Price Schedule 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” and indicate the
discounted unit rate(s) only.
If any bidder offers suo-moto discount after opening of unpriced bids but before opening of price bids, such reduction /
discounts shall not be considered for evaluation. However, if
the bidder happens to be the lowest evaluated bidder without
considering such discount then the benefit of discount will be
availed at the time of award of work. 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.
13. Bid Prices
13.1 The Contract shall be for complete scope of services as
described in Bidding Document, based on the unit rates and
prices submitted by the Bidder and accepted by the
EMPLOYER.
13.2 Prices must be filled in format for ‘Schedule of Rates’ available
as attachment in Note and Attachment TAB of e-tender portal. If
quoted in separate typed sheets and any variation in item
description, unit or quantity is noticed; the bid is liable to be
rejected.
13.3 Bidder shall quote rates only in Schedule of Rates after careful
analysis of cost involved for the performance of the completed
item considering all parts of the Bidding Document. In case any
activity though specifically not covered in description of item
under ‘Schedule of Rates’ but is required to complete the works
as per Scope of Work, Scope of supply, Specifications,
Standards, Drawings, General Conditions of Contract, Special
Condition of Contract or any other part of Bidding Document,
the prices quoted shall deemed to be inclusive of cost incurred
for such activity. Items against which no rate or price is entered
by the bidder will not be paid for by the Employer when
executed and shall be deemed covered by the rates for other
items and prices in the SOR.
13.4 All duties and taxes including Excise duty, Sales tax, VAT,
Entry tax, Custom duty, CVD, additional CVD, Work Contract
tax, Turnover Tax and other levies or any other statutory
Signature of Bidder:
24
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
payments payable under the Contract or for any other cause by
the Contractor except Service Tax and Cess shall be included in
the rates / in total bid price submitted by the bidder. Domestic
bidders are required to mention Service Tax extra in SOR.
13.5 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 except statutory variations in Service
Tax as mentioned below
13.6 Statutory variations in Service tax during the contract period
including it’s extension (if any), shall be to the Employer’s
account for which the Contractor will furnish documentary
evidence(s) in support of their claims to GAIL. However, any
increase in the rate of these taxes and duties beyond the
contractual completion period shall be to Contractor's account
and any decrease shall be passed on to GAIL.
13.7 Further, any new taxes & duties, if imposed by Govt. of India
after due date of bid submission but before the completion
period/contract completion period, shall be reimbursed to the
Contractor on submission of documentary evidence towards
proof of payment to Govt. authorities and after ascertaining it’s
applicability w.r.t. this contract.
13.8 Owner/GAIL will reimburse the service tax to the Contractor at
actuals against submission of CENVATABLE invoices issued in
accordance with service tax Rules to enable Owner/GAIL to
claim CENVAT credit of service tax paid. In case of any
variation in the executed quantities, the amount on which the
Service Tax is applicable shall be modified in same proportion.
Service Tax:
13.9 The bid rates should be inclusive of all taxes & duties applicable
during the contract period except Service Tax and Education
Cess thereon. Service Tax and Education Cess thereon to be
quoted separately in percentage as well as its total amount in
SOR and same shall be reimbursed wherever service provider is
liable to pay service tax on submission of documentary
evidence/invoice(s) as per Rule 4A of Service Tax Rule, 1994.
13.10 The applicable rate of Service Tax against the tender is 12.36%
which has been indicated in Schedule of Rates (SOR). However,
the bidder is free to quote any other rate of service Tax provided
the same must be in line with the provisions of Service Tax Law
in India. However, the bidder is requested to ensure applicability
of quoted Service Tax as per nature of job before submitting
their offer. Any difference payable on account of wrong Service
Signature of Bidder:
25
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
tax rate shall be on the scope of the bidder.
13.11 If bidder wants to quote rate of Service other than 12.36%, then
below mentioned provision will be applicable and the same has
to be confirmed by the bidder in Agreed Terms and Conditions.
(a)
(b)
In case a bidder indicate the rate & amount of service
tax in the SOR as “Extra at Actuals” their quoted price
shall be evaluated after loading of service tax at the rate
applicable at the time of bid opening without any
abatement (i. e. presently @ 12.36%), which will be
completely sole discretion of GAIL.
(c)
In case the bidder quotes any other rate which is less
than prevailing rate as per service tax rules by virtue of
any abatement/ exemption then the bidder shall make
note of such abatement/ exemption in SOR, else their
quoted price shall be evaluated after loading of service
tax at the rate applicable without any abatement (i. e.
presently @ 12.36%), at the time of bid opening instead
of lower rate of service tax as quoted by the bidder,
which will be completely sole discretion of GAIL.
However reimbursement of service tax will be restricted
to the rates as quoted by bidder in percentage as well as
its total amount in SOR, and contractor shall be liable to
pay differential service tax at its own to government
department. During the execution of the contract, GAIL
may ask for copy of challan to ensure the payment by
contractor of such differential service tax.
In case, rate of service tax quoted by bidder is higher
than maximum applicable rate as per prevailing service
tax rules, it shall be restricted to the prevailing
maximum rate (i. e. presently @ 12.36%), for
reimbursement purpose, and in the same line for
evaluation purpose also the prevailing maximum rate ( i.
e. presently @ 12.36%) shall only be considered. The
Higher rate of service tax quoted by bidder as stated
above in percentage as well as its total amount in SOR
shall be termed as void, and not be considered in any
case, which will be completely sole discretion of GAIL.
(d)
Signature of Bidder:
In case a bidder does not indicate the rate & amount of
service tax in the SOR or makes any other statement
(e.g. “NIL”, “Inclusive”, “Kept as Blank” etc.), their
quoted price shall be considered inclusive of service tax
at the rate applicable at the time of bid opening (i e
presently @ 12.36%) and the job shall be awarded
accordingly to the L-1 bidder after reduction of the
applicable service tax amount ascertained in this regard.
26
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
13.12 NOTE: “In case Service Tax department brings to the notice of
GAIL that a Contractor has not paid to the credit of the
Government the Service Tax collected from GAIL, then suitable
penal action against the Contractor will be initiated which will
include putting the contractor on holiday list”.
13.13 The bidder who is exempted to pay Service Tax and Education
Cess thereon due to annual turnover at the time of bid
submission and later on if it becomes applicable, evaluation shall
be made based on information available in their bid. Further,
after placement of order/contract, if Service Tax and Education
Cess thereon due to increase in annual turnover become leviable,
GAIL shall not reimburse Service Tax & Education Cess thereon
and contractor shall be liable to pay Service Tax & Education
Cess thereon to Government department during the execution of
the contract.
13.14 The bidder shall indicate in its bid the Service Tax Registration
no. and in case the Service Tax registration no. is not available,
the bidder will give confirmation for obtaining registration with
a copy of application for registration.
13.15 The Service Provider shall specifically mention the Service Tax
Registration No. in their Invoice(s). Further, the amount and rate
of Service Tax shall be separately and distinctly specified in the
Invoice(s). In addition to above invoice / bill shall be serially
numbered and should also specify following:
(i) The name, address and registration number of the service
provider
(ii) The name and address of the recipient of the taxable
service
(iii) Description, classification and value of taxable service
provided and
(iv) The service tax payable on such services
13.16 The above details are required to enable GAIL to avail
CENVAT credit for the service tax payments.
13.17 CENVAT CREDIT
(i) Bidders shall provide required documents for availing
CENVAT Credit applicable on Service Tax as per prevailing
rules.
(ii) “Bidders are advised to ensure timely submission of correct
invoice (s) with all required supporting document (s) within a
period specified in Contracts / LOA to enable GAIL to avail
CENVAT credit.
Signature of Bidder:
27
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
(iii) If CENVAT credit with respect to excise duty or service tax is
not available to GAIL for any reason which is not attributable
to GAIL, then GAIL shall not be obligated or liable to pay
reimburse excise duty or service tax charged in the invoice (s)
and shall be entitled to / deduct / setoff / recover the such
service tax or excise duty together with all penalties and
interest if any, against any amounts paid or payable by GAIL to
bidder.”
“Where GAIL has the obligation to discharge service tax
liability under reverse charge mechanism and GAIL has paid or
is / liable to pay service tax to the Government on which
interest or penalties becomes payable as per Point of Taxation
Rule, 2011 for any reason which is not attributable to GAIL or
CENVAT credit 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 bidder.”
13.18 Income Tax & other taxes :
(I)
Income tax deduction shall be made from all payments of
the contractor as per rules and regulation in force in
accordance with the income tax act prevailing from time to
time. Further, WCT if applicable shall be deducted.
(ii)
The bidder has to bear the withholding tax as applicable in
India in accordance with Income Tax Act on every
payments and withholding tax certificate would be issued
accordingly.
Bidders shall submit bid in Indian Rupees only.
14. Bid Currencies
15. Bid Validity
16. Bid Security
15.1
Bids shall be kept valid for three (03) months from the final bid
due date. 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 that the bidders
extend the period of validity for a specified additional period.
The request and the responses thereto shall be made in writing
or by fax / e-mail. A bidder may refuse the request without
forfeiture of his bid security. A bidder agreeing to the request
will not be permitted to modify his bid, but will be required to
extend the validity of its bid security for the period of the
extension and in accordance with Clause 16 in all respects.
The bidder shall furnish, as part of his bid, bid security in the
amount specified in the Invitation for Bids (IFB).
The bid security is required to protect GAIL against the risk of
bidder’s conduct which would warrant the security’s forfeiture,
16.1
16.2
Signature of Bidder:
28
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
16.3
pursuant to Clause-16.7
The bid security shall be in the form of a Bank Draft/ Banker’s
Cheque/ Bank Guarantee. GAIL shall not be liable to pay any
bank charges, commission or interest on the amount of Bid
Security.
In case Bid Security is in the form of 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 Nationalised
Indian banks, the bank must be commercial bank having net
worth in excess of Rs 100 crores and a declaration to this effect
should be made by such commercial bank either in the Bank
Guarantee itself or separately on its letterhead. Bid Security
shall be valid for 2 months beyond the validity of the Bid.
16.4
Any bid not secured in accordance with Clause-16.1 and 16.3
may be rejected by GAIL as non-responsive.
16.5
Unsuccessful bidder’s bid security will be discharged/returned
as promptly as possible, but not later than 30 days after the
expiration of the period of bid validity prescribed by GAIL,
pursuant to ITB Clause-15.
16.6
The successful bidder’s bid security will be discharged upon
the bidder’s accepting the award & signing the Agreement,
pursuant and furnishing the Contract Performance Security
pursuant.
16.7
The bid security may be forfeited:
a)
b)
If a bidder withdraws his bid during the period of bid
validity.
in the case of a successful bidder, if the bidder:
i)
ii)
iii)
iv)
16.8
Signature of Bidder:
fails to accept the Notification of Award/Fax of
Acceptance (FOA) or
fails to furnish Contract Performance Security in
accordance with Clause-35.
Fails to accept arithmetical corrections.
Provides false information and/or forged
document(s) in their bid.
The Bid security shall be submitted in the form of crossed Bank
Demand Draft drawn on any Nationalized/Scheduled bank in
favour of GAIL (India) Limited, payable at Mumbai. In case
Bid Security is in the form of Bank Guarantee, the same must
indicate the Tender Document reference no. and the name of
work/job for which the bidder is quoting. This is essential to
29
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
have proper co-relation at a later date. The Bid Security shall
be in the form provided at F-4 (Bank Guarantee).
16.9
Exemptions:
(i) Firm registered with NSIC are exempted from furnishing
Bid Security, provided the firms are registered for the
items, they intend to quote and subject to their enclosing
with their bid a copy of latest and current registration
certificate. Further, Public Sector Undertakings are also
exempted from furnishing Bid Security.
17. Pre-Bid Meeting
18. Format and
Signing of Bid
17.1
17.2
The bidder attending pre-bid meeting/conference should
carry authorization letter and valid Photo ID proof.
17.3
The purpose of the meeting will be to clarify issues and to
answer questions on any matter that may be raised at that stage.
17.4
Text of the questions raised and the responses given, together
with any responses prepared after the meeting, will be
transmitted without delay (without identifying the sources of
the question) to all purchasers of the bidding documents. Any
modification of the bidding documents listed in ITB SubClause 8.1 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 pursuant to Clause 10 and not
through the minutes of the pre-bid meeting.
17.5
Non-attendance of the pre-bid meeting will not be a cause
for disqualification of a bidder.
The bid document should be neatly filled and digitally-signed
by the person holding the power of attorney to sign the bid on
behalf of the bidder. The name and post held by the person
digitally-signing the bid must be typed or printed below the
signature
18.1
18.2
Signature of Bidder:
(ii) In case, bidder is a Micro or Small Enterprise under
the Micro, Small and Medium Enterprises
Development Act, 2006, is also exempted from
submission of EMD/Bid Security provided the firms
are registered for the items, they intend to quote and
subject to their enclosing with their bid & they have to
submit the sufficient documentary evidence as per
clause no. 30 of ITB.
The bidder(s) or his designated representatives are invited to
attend a pre-bid meeting at time & venue mentioned in IFB.
The bid shall contain no alterations, omissions, or additions,
unless such corrections are initialed by the person signing the
30
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
19. Zero Deviation
19.1
19.2
bid.
Bidders to note that this is a zero deviation tender. GAIL will
appreciate submission of offer based on the terms and
conditions in the enclosed General Conditions of Contract
(GCC), Special Conditions of Contract (SCC), Instructions to
Bidders (ITB), Scope of Work, technical specifications etc. to
avoid wastage of time and money in seeking clarifications on
technical/ commercial aspects of the offer. Bidder may note
that no technical and commercial clarifications will be sought
for after the receipt of the bids. Bids with any deviation to the
bid conditions shall be liable for rejection.
Notwithstanding to the above, bid with deviation(s) /
modifications(s) to the following bid conditions shall be
summarily rejected without any post bid reference to the
bidders:
(i) Not meeting BEC of Tender.
(ii) Non-submission of Tender fee & EMD.
(iii) Bids not submitted thru’ e-tendering portal.
(iv) Period of Validity of bid.
(v) Firm & Fixed Price.
(vi) Payment Terms.
(vii) Schedule of Rates/Price Bid.
(viii) Contract Period / Completion Schedule.
(ix) Price Reduction Schedule/Penalty for non-performance.
(x) Contract Performance Bank Guarantee.
(xi) DLP clause.
(xii) Arbitration.
(xiii) Force Majeure.
(xiv) Applicable Laws.
(xv) Special Conditions of Contract & Scope of Work.
(xvi) Integrity Pact.
(xvii) Any other condition specifically mentioned in the tender
document elsewhere that non-compliance of the clause
lead to rejection of the bid.
19.3
20. E-Payment
D. Submission of Bids
Signature of Bidder:
20.1
In case Bidder stipulate deviations, Owner have the right to
reject such bid at its absolute discretion without giving any
opportunity for such Bidders to make good such deficiency.
GAIL (India) Limited has initiated payments to suppliers and
contractors electronically and to facilitate the payments
electronically through RTGS & NEFT, the bidder should have
an account with any Bank so that the payment through ebanking be made to the bidder, in case work is awarded to him.
Further, the bidder should give the details of his bank account
in any bank to facilitate payment through e-banking in case of
award of work.
31
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
21. Marking of Bids
22. Deadline for
Submission of
Bids
Please refer IFB.
22.1
The Bid complete in all respect must be submitted on GAIL eportal within due date and time, as after the cut-off time system
will not allow to submit the bid.
22.2
GAIL may, in exceptional circumstances and at its discretion,
on giving reasonable notice by fax or any written
communication to all prospective bidders who have been
informed through e-mail for participation, extend the deadline
for submission of bids, in which case all rights and obligations
of GAIL and the bidders, previously subject to the original
deadline will thereafter be subject to the deadline as extended.
Further, intimation for extension of bid due date shall be hosted
on e-tender site.
System does not allow for submission / receipt of bids beyond
the deadline for bid submission.
The bidder may modify his bid after the bid submission but
before the deadline for bid submission.
23. Late Bids
23.1
24. Modification and
Withdrawal of
Bids
24.1
24.2
24.3
24.4
After error-free successful submission of bid, system will
generate/pop a message of status of successful submission of
bid. If bidder is changing/editing his bid and not able to resubmit the same, previous version of saved bid will be treated
as final. No bid shall be modified after the deadline for
submission of bids.
No bid shall be allowed to be withdrawn in the interval
between the deadline for submission of bids and the expiration
of the period of bid validity specified by the bidder on the Bid
Form. Withdrawal of a bid during this interval shall result in
the bidder’s forfeiture of his bid security pursuant to SubClause 16.7.
DEBARRING AN “ERRANT” BIDDER(S) FROM
TENDERING PROCESS:
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.
In case Service Tax department brings to the notice of GAIL that
a Party has not paid to the credit of the Government the Service
Tax collected from GAIL, then party will be put on holiday for a
Signature of Bidder:
32
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
period of six months after following the due procedure.
E. Bid Opening and Evaluation
25. Bid Opening
25.1
Un-priced Techno-Commercial Bid Opening :
25.1.1 GAIL will open un-priced part of bids including withdrawals
and modifications made pursuant to Clause 24 of ITB in the
presence of bidder’s designated representatives, at date and
time as stipulated in IFB at venue specified. The bidder’s
representatives who are present shall sign bid-opening
statement evidencing their attendance.
25.2
26. Process to be
Confidential
27. Contacting the
Employer
28. Examination of
bids and
Determination of
Responsiveness
Priced Bid Opening:
25.2.1 GAIL will open the price bids of those bidders who meet the
qualification requirement and whose bid 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 opening. The bidders’
representatives, who are present, shall sign a register
evidencing their attendance.
26.1 Information relating to the examination, clarification,
evaluation, and comparison of bids, and recommendations for
the award of a contract, shall not be disclosed to bidders or any
other persons officially not concerned with such process. Any
effort by a bidder to influence the Employer’s processing of
bids or award decisions may result in the rejection of the
bidder’s bid and GAIL may initiate action against such bidders
as deemed fit including putting them on “Holiday List”.
27.1 From the time of bid opening to the time of Contract award, if
any bidder wishes to contact the Employer on any matter
related to the bid, it should do so in writing.
27.2 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.
28.1 Prior to the detailed evaluation of bids, the Employer will
determine whether each bid
a.
b.
c.
d.
e.
28.2
Signature of Bidder:
meets the Bid Evaluation Criteria;
has been properly signed;
is accompanied by the required securities;
is substantially responsive to the requirements of the
bidding documents; and
provides any clarification and/or substantiation that the
Employer may require to determine responsiveness
Pursuant to Sub-Clause 28.2.
A substantially responsive bid is one which conforms to all the
33
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
terms, conditions and specifications of the bidding documents
without material deviations or reservations. A material
deviation or reservation is one
29. Correction of
Errors
30. Evaluation and
Comparison of
Bids
Signature of Bidder:
(a)
that affects in any substantial way the scope, quality, or
performance of the service;
(b)
that limits in any substantial way, inconsistent with the
bidding documents, the Employer’s rights or the
bidder’s obligations under the contract; or
(c)
Whose rectification would affect unfairly the
competitive position of other bidders presenting
substantially responsive bids.
28.3
If a bid is not substantially responsive, it will be rejected by the
Employer and may not subsequently be made responsive by
correction or withdrawal of the nonconforming deviation or
reservation.
28.4
Bidders, if so desire(s), may seek in writing the reasons for
rejection of their bid, to which GAIL shall respond quickly.
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 :
29.1
(a)
Where there is a discrepancy between the unit rate and the total
resulting from multiplying the unit rate by the quantity, the unit
rate as quoted will govern.
29.2
In case it is observed that any bidder has not quoted for any
item in the Schedule of Rates (such unquoted item not being in
large numbers), the quoted price for the purpose of evaluation
shall be considered as the maximum rate quoted by the
remaining bidders for such items. If after evaluation, such
bidder is found to be the lowest evaluated bidder, the rates for
the missing item shall be considered as included in quoted bid
price. If the estimated price impact of the unquoted items is
more that 10% of the bidder’s quoted price, the above
provision shall not be applicable and such bid shall be rejected.
29.3
The amount stated in the bid will be adjusted by the Employer
in accordance with the above procedure for the correction of
errors and, with the concurrence of the bidder, shall be
considered as binding upon the bidder. If the bidder does not
accept the corrected amount of bid, its bid will be rejected, and
the bid security shall be forfeited.
The evaluation and comparison of bids will be done as per
the provisions mentioned below:
30.1
34
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
30.1.1 Techno-Commercially Qualified bids will be compared based
on the total evaluated price as quoted by the bidder for all the
services in the Schedule of Rates inclusive all charges, taxes &
duties. The contract will be awarded to the overall lowest
bidder.
30.2
PURCHASE PREFERENCE TO MSEs:
Following provision has been incorporated in tender for MSEs,
in line with notification of Government of India, vide Gazette
of India No. 503 dated 26.03.2012 proclaiming the Public
Procurement Policy on procurement of goods and services
from Micro and Small Enterprises (MSEs) provided the firms
are registered for the items, they intend to quote and subject to
their enclosing with their bid.
30.2.1 Issue of Tender Documents (in case of Open Tenders) to MSEs
free of cost.
30.2.2 Exemption to MSEs from payment of EMD/Bid Security.
30.2.3 As tendered item is non-splitable or non-dividable, MSE
quoting price within price band L1 (other than MSE) + 15%,
may be awarded for full/complete value of supplies/contract
subject to matching of L1 price.
30.3
Clause Deleted
30.4
The MSE’s owned by SC/ST entrepreneurs shall mean:
(i)
(ii)
(iii)
In case of Proprietary MSE, Proprietor(s) shall be
SC/ST.
In case of Partnership MSE, the SC/ST partners shall be
holding at least 51% share in the unit.
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.
30.5
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:
(i)
Documentary evidence that the bidder is a Micro or
Small Enterprises registered with District Industries
Centers or Khadi and Village Industries Commission or
Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of
Handicrafts and Handloom or any other body specified
by Ministry of Micro, Small and Medium Enterprises.
(ii) If the MSE is owned by SC/ST Entrepreneurs, the bidder
shall furnish appropriate documentary evidence in this
Signature of Bidder:
35
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
regard.
The above documents submitted by the bidder shall be duly
certified by the Statutory Auditor of the bidder or a practicing
Chartered Accountant (not being an employee or a Director or
not having any interest in the bidder’s company/firm) where
audited accounts are not mandatory as per law.
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.
30.6
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.
F. Award of Contract
31.
Award
31.1
32.
Employer’s Right to
Accept Any Bid and to
Reject Any or All Bids
32.1
33.
Notification of Award
33.1
Signature of Bidder:
Subject to Clause 28, 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 as per
evaluation methodology described at clause 30,
is determined to be qualified to satisfactorily
perform the contract.
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.
Prior to the expiration of period of bid validity
GAIL will notify the successful bidder in
writing by fax, cable or telex to be confirmed
in writing, that his bid has been accepted. The
notification of award / Fax of Acceptance will
constitute the formation of the Contract.
36
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
33.2
The notification of award will constitute the
formation of a Contract, until the Contract has
been affected pursuant to signing of Contract as
per Clause 34 of ITB.
Upon the successful bidder’s furnishing of
contract performance security, pursuant to
Clause 35 of ITB, GAIL will promptly notify
each unsuccessful bidder and will discharge his
bid security, pursuant to Clause 16 of ITB.
34.
35.
Signing of Agreement
Contract Performance
Security
Signature of Bidder:
34.1
GAIL will award the Contract to the successful
bidder, who, within 15 days of receipt of the
same, shall sign and return the acceptance copy
to GAIL.
34.2
The successful bidder shall be required to
execute an AGREEMENT in the Performa
given in of this standard bidding document on
non-judicial paper of appropriate value (the
cost of stamp paper shall be borne by the
Contractor), within 15 days of the receipt by
him of the Notification of Acceptance of
Tender. In the event of failure on the part of the
successful bidder to sign the AGREEMENT
within the above stipulated period, the Bid
Security shall be forfeited and the acceptance
of the tender shall be considered as cancelled.
In such case, Employer may carry-out this job
on risk & cost of Contractor, as per provisions
of GCC.
The CONTRACTOR shall furnish to the
EMPLOYER, within 30 (thirty) days from the
date of notification of award, a security in the
sum of 7.5% of the Annualized contract /
order value (exclusive of Service Tax) of the
tender or the actual value of work to be done
whichever is applicable due to any additional
work or any other reasons, in the form of a
Bank draft/Banker’s Cheque or Bank
Guarantee or irrevocable Letter of credit (as
per proforma enclosed) as Contract
Performance Security with the EMPLOYER
which will be refunded after the expiry of
DEFECTS LIABILITY PERIOD. The SD will
be valid for the period of contract + 90 days
beyond the contract period/duration and
applicable
Warranty/Guarantee/Defect
Liability Period (if any).
35.1
37
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
36.
Corrupt or Fraudulent
Practices
35.2
The contract performance security shall be for
above mentioned amount excluding taxes and
duties towards faithful performance of the
contractual obligations and performance of
equipment. This Bank Guarantee/DD 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
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 stated in Article-24 of
General Conditions of The Contract.
35.3
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 bid security.
Definitions:
A
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.
Signature of Bidder:
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
38
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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/ iesand 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)
(b)
(c )
A.9
Signature of Bidder:
Whether the management is common;
Majority interest in the management is
held by the partners or directors of
banned/ suspended firm.
substantial or majority shares are owned
by banned/ suspended agency and by
virtue of this it has a controlling voice.
“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.
39
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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-inCharge (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)
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
Signature of Bidder:
40
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
executed by him shall be payable to the
contractor and this amount shall be
subject to 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) 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
Banning period shall be reckoned from the date
of banning order and shall be 3 years.
In exceptional cases where the act of vendor/
contractor is a threat to the National Security, the
banning shall be for indefinite period.
C
Signature of Bidder:
Effect of banning on other ongoing contracts/
41
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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/ misappropriation 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.
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)
Signature of Bidder:
Corporate Vigilance Department based on
the fact of the case gathered during
investigation by them recommend for
specific immediate action against the
agency.
42
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
D.2
(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.
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
The suspension order shall also be hosted on
GAIL’s intranet and a copy will be forwarded
to all OICs/ HODs by Corporate C&P
Department. 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
business
dealings
should
also
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.
of
be
The competent authority to approve the
Signature of Bidder:
43
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
suspension will be same as that for according
approval for banning.
D.2.6
The process for putting the agency on
suspension list shall be completed within 7
days from the date of receipt of such
intimation from Corporate Vigilance
Department for cases mentioned at sl. no. (i)
and (ii) of clause no. D.1 and within 30 days
from the date of recommendation by site
committee for cases mentioned at sl. no. (iii)
of clause no. D.1.
D3
Effect of Suspension of business:
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.
Signature of Bidder:
D.3.3
The existing contract (s)/ order (s) under
execution shall continue.
D.3.4
Tenders invited for procurement of goods,
44
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
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.
37.
Waiver or transfer of the
Agreement
38
39
Integrity Pact
AHR items :
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.
The successful bidder shall not waive the Agreement
or transfer it to third parties, whether in part or in
whole, nor waive any interest that is included in the
Agreement without the prior written permission of the
Owner.
NOT APPLICABLE
In items rate contract where the quoted rates for the
items exceed 50% of the estimated rates, such items
will be considered as Abnormally High Rated Items
(AHR) and payment of AHR items beyond the SOR
stipulated quantities shall be made at the least of the
following rates:
(I)
(II)
Signature of Bidder:
Rates as per SOR, quoted by the contractor.
Rate of the item, which shall be derived as
45
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
follows:
40
41
ROAD PERMIT:
PERFORMANCE
RATING
&
EVALUATION:
:
a)
Based on rates of machine and labor 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 labor plus 15 % to cover
contractor's
supervision
profit,
overhead & other expenses.
Not applicable
In case of successful bidder, performance of
Contractor/Supplier shall be evaluated with respect to
reliability on performance (viz., acceptance of Work
Order, timely submission of PBG & Agreement, test
certificate & other documents required during billing,
attending complaints/ after sales/ services/ response to
purchaser’s correspondence etc.) within specified
time limit, delivery/completion performance and
quality performance (viz., rejection/defects/quantity
failed/ deviation to specifications/scope of
supply/work etc.).
Based on evaluated index of Contractor/ Supplier,
GAIL may decide whether the Contractor/ Supplier is
to
be
considered
for
future
tendering
/blacklisting/holiday etc.
42
PUBLIC
PROCUREMENT
POLICY
FOR
MICRO & SMALL
ENTERPRISES
Signature of Bidder:
Detailed guidelines in this matter are available with
purchase officer. If required, bidder(s) may obtain the
same against written request.
Evaluation of offers of MSME bidders will be done as
per clause no. 30.2 of GITB. 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
Centre or Khadi and Village Industries Commission
or Khadi and Village Industries Board or Coir Board
or National Small Scale 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 and
46
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
43
44
SETTLEMENT
OF
COMMERCIAL
DISPUTES BETWEEN
PUBLIC
SECTOR
ENTERPRISE(S)
INTER-SE AND PUBLIC
SECTOR
ENTERPRISE(S) AND
GOVERNMENT
DEPARTMENT(S)
THROUGH
PERMANENT
MACHINERY
OF
ARBITRATION (PMA)
IN THE DEPARTMENT
OF
PUBLIC
ENTERPRISES
COMPLIANCE WITH
LABOUR/INDUSTRIAL
LAWS:
Signature of Bidder:
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.
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.
i) The Contractor shall obtain all necessary insurance
policies covering all risks such as accidents, injuries,
death caused to his employees or labourers or to third
person including loss to the properties of owner/GAIL
or to some other agency. The contractor shall submit
the proof that he has purchased an insurance policy as
mentioned above.
ii)The contractor has to ensure that persons engaged
for these services should have completed minimum
18 yrs of age.
iii)The contractor shall not employ or permit to be
employed any person suffering from any contagious,
loathsome or infectious disease. The contractor shall
get examined his employees/workers through a Govt.
doctor/ Registered Practitioner and produce the
fitness certificate before deployment.
iv)No employee or person of contractor (including
contractor) be allowed to consumer alcoholic drinks
or any narcotics within the plant premises. If found
under the influence of above, the contractor shall have
to change/replace him failing which GAIL may
terminate the contract.
v)The contractor hereby agrees to indemnify
47
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
owner/GAIL and harmless from all claims, demands,
actions, cost and charges etc., brought by any court,
competent authority/statutory authorities against any
act or acts of the contractor or his workers.
vi)The contractor should produce the police
verification of the character and antecedents of
workers to be deployed by him from the place of
present residence/ domicile and submit the same
certificate within 3 months of the award of contract.
In case any worker is found having criminal record,
he shall have to be immediately replaced immediately
without any reasons.
vii)No contractor shall sub let or assigns any work in
part or whole to any firm, individual, partnership
firm, pvt ltd. company, Proprietorship firm etc.,
without the prior written permission of GAIL. In case
the contractor sub lets or assigns the contract in part
or whole without the prior written permission of
GAIL and any claim preferred by any firm/individual
to GAIL that the main contractor has not paid his or
their dues / payments, in that circumstances. GAIL
shall without assigning any reasons, withhold from
the payments of contractor, the amount equivalent to
the
claim
amount
of
sub
contractor/individual/vendor(s) etc. The same shall be
released to the contractor after contractor and labour /
supplier / sub contractor jointly submits a joint
written settlement to GAIL.
viii)The contractor shall require to obtain labour
license if applicable from Assistant Labour
Commissioner (Central) Mumbai to start with the
work.
ix)The contractor shall pay the wages as per the
Minimum Wages Act as notified by the Regional
Labour Commissioner (Central), Mumbai from time
to time.
x) The contractor shall have a Provident Fund code
allotted to him by the Regional Provident Fund
Commissioner and has to submit a monthly challan
copy of PF deposit amount along with the list of
workers.
xi) The contractor shall require to deposit with PF
authorities the PF deductions of its labours well in
time and submit a copy of challan to owner / Engineer
In charge on monthly basis failing which owner will
deduct from his bills the amount equivalent to PF
deductions with penalty under the Act.
xii)The contractor shall strictly comply with the
various provisions of payment of Wages Act,
Signature of Bidder:
48
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
Workman Compensation Act, Minimum Wages Act;
Contract Labour (Regulation & Abolition) Act, 1970
etc., and various other labour legislations as in
existence at present in India and as amended from
time to time.
a)It shall be the sole liability of the contractor
(including the Contracting firm/company) to obtain
and to abide by all necessary licenses/permissions
from the concerned authorities as provided under the
various labour legislations including the labour
license obtained as per the provisions of the Contract
Labour (Regulation & Abolition) Act, 1970.
b)The contractor shall discharge obligations as
provided under various applicable statutory
enactments including Employees Provident Fund and
Miscellaneous Provisions Act, 1952, the employees
State Insurance Act 1948, the Contract Labour
(Regulation & Abolition) Act, 1970, the Inter state
Migrant Workmen (Regulation of employment &
conditions of service) Act, 1979 , the Minimum
Wages Act, 1948, the Payment of Wages Act, 1936,
the Workmen’s Compensation Act, 1923, and other
relevant Act rules and Regulations enforced from
time to time.
c)The contractor shall be responsible for required
contribution towards PF, pension ESI or any other
statutory payments to be made in respect of the
contract and the personnel employed for rendering
service to GAIL and shall deposit these amounts on or
before the prescribed dates. Every contractor shall
submit the proof of depositing the employees’ and
employer’s contributions. The contractor shall also be
responsible to pay any administrative / inspection
charges thereof, wherever applicable, in respect of the
personnel employed by him for the work of GAIL.
d)The contractor shall regularly submit all relevant
records/documents to GAIL representative (Engineer
In charge) for verification and upon such satisfaction
only; GAIL will allow reimbursement of the amounts
paid.
e)The contractor shall be solely responsible for the
payment of wages and other dues to the personnel
deployed by him latest by 7th of the subsequent
month. The contractor shall be directly responsible
and indemnify the Company against all charges, dues,
claims etc., arising out of the disputes relating to the
dues and employment of personnel deployed by him.
f)The contractor shall indemnify the Company against
all losses or damages, if any, caused to it on account
Signature of Bidder:
49
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
of acts of the personnel deployed by him.
g)The Contractor shall ensure regular and effective
supervision and control of the work and give suitable
direction for undertaking the contractual obligations.
h)The persons so deployed should be on the rolls of
the contractor.
i)The contractor should have workers compensation’s
Policy for the persons so deployed to carry out the
job.
Signature of Bidder:
50
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – III
FORMS & FORMATS
Signature of Bidder:
51
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
FORMS & FORMATS
SR.
NO.
FORM
NO.
DESCRIPTION
1.
F-1
ACKNOWLEDGEMENT CUM CONSENT LETTER
2.
F-2
BIDDER’S GENERAL INFORMATION
3.
F-2 (A)
4.
F-3
5.
F-3 (A)
6.
F-4
7.
F-5 (A)
LETTER OF AUTHORITY
8.
F-5 (B)
POWER OF ATTORNEY
9.
F-6
NO DEVIATION CONFIRMATION
10.
F-7
PROFORMA OF BANK GUARANTEE FOR EARNEST MONEY
DEPOSIT[EMD]/ BID SECURITY
DETAILS OF FINANCIAL CAPABILITY OF THE BIDDER
BIDDER'S QUERIES FOR PRE BID MEETING
DETAILS OF SIMILAR WORK/JOB/SERVICE DONE DURING PAST
SEVEN YEARS
BID FORM
INSTRUCTIONS FOR FURNISHING BID- GUARANTEE BANK
GUARANTEE
11.
12.
F-8
PROFORMA OF CONTRACT PERFORMANCE GUARANTEE
INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE
GUARANTEE
13.
14.
F-9
DELETED
15.
F-10
AGREED TERMS AND CONDITIONS
16.
F-10 (A)
17.
F- 11
CHECKLIST
INTEGRITY PACT – NOT APPLICABLE
NOTE: ABOVE FORMATS/FORMS DULY FILLED-IN ALONG WITH ITS ENCLOSURES MUST
BE ESSENTIALLY FURNISHED BY BIDDERS BEFORE/ALONG WITH BID FOR EVALUATION,
FAILING WHICH SUCH BID(S) MAY NOT BE CONSIDERED FOR FURTHER EVALUATION.
Signature of Bidder:
52
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
ACKNOWLEDGEMENT CUM CONSENT LETTER
F-1
(Within 7 days of receipt of bidding document, Bidder shall acknowledge the receipt and confirm their intention to Bid against this
tender through e-mail to [email protected] / [email protected] or FAX with duly filled-up this Format. In case of no reply or
No Offer, It will consider that bidder is not interested and No Further Tender will be issued in future).
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT: TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
Dear Sir,
We hereby acknowledge receipt of a complete set of bidding document along with enclosures for subject
item/work.
We undertake that the contents of the above bidding document shall be kept confidential and further that the
drawings, specifications and documents shall not be transferred and that the said documents are to be used only
for the purpose for which they are intended.
A)
We intend to bid as requested for the subject item/work and furnish following details with respect to our
quoting office:
(i) Postal Address
:
……………….
……………….
(ii) Telephone Number
:
………………
(iii) Fax Number
:
……………..
(iv) Contact Person
:
……………..
(v) E-mail Address
:
……………..
(vi) Website
:
……………..
B)
Details of Contact person:
(i) Postal Address
(ii) Telephone Number
(iii) Fax Number
(iv) Contact Person
(v) E-mail Address
(vi) Mobile No.-
:
:
:
:
:
:
……………….
………………
……………..
……………..
……………..
……………..
C)
We are unable to bid for the reasons given below and we are returning back the entire set of bidding
documents.
o
o
o
o
o
The item/service does not fall in our product/servicing range
o
Any other reason (please specify)
We do not meet BEC (Bid Evaluation Criteria) as specified in tender
We cannot meet the technical specifications as specified in tender
There is an order overbooking
We need some more time for submission of offer and hence request for extension of bid
Submission date
Agency’s Name
Date
Seal/Stamp
Signature of Bidder:
: ……………………..
: ……………………..
: ……………………..
Signature
Name
Designation
: ……………………..
: ……………………..
:…….………………..
53
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
BIDDER’S GENERAL INFORMATION
F-2
To,
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT: TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
1
2
3
4
Bidder Name (WO/Order will be issued in this name): __________________________
Number of Years in Operation: ___________________________________________
Status of Company at the time of incorporation
(Prop/Partnership/Pvt Ltd/Ltd etc.)
__________________________
Registered Address:
___________________________________________
___________________________________________
City________________
District ___________
State _______________
PIN/ZIP__________
Phone No. _______________
FAX ____________
Mobile No./Direct No.
_____________________
e-mail
_____________________
website
_____________________
5
Operation Address (if different from above):
___________________________________________
___________________________________________
City________________
District ___________
State _______________
PIN/ZIP__________
Phone No. _______________
FAX ____________
Mobile No./Direct No.
_____________________
6
In case of successful bidder, Order will be issued to address mentioned at Sl No. 4 [
5[
] above (please tick park in appropriate box).
7
Present Status of Firm/Bidder :
Sl No. Type of Firm
Yes/ No Name of Owner/ Partners /Director(s)
(i)
Proprietorship
(ii)
Partnership
(iii)
LLP
(iv)
Private Limited
(v)
Public Limited
(v)
(vi)
PSU/Govt Dept.
Any other
Signature of Bidder:
]/
Not Required
54
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
8
Bidder must submit relevant document in support of above viz. Copies of partnership
deeds (in case of partnership /LLP firm), Affidavit or self-declaration on letter head (in case
of Proprietorship firm), Memorandum and Articles of Association & certificate of
Incorporation (in case of Private /Public Limited company) and certification from competent
person on their letter head (in case of PSU/Govt. Dept.) etc.
Submitted Following document(s):
(i)
_________________
(ii)
_________________
(iii)
_________________
9
ISO Certification, if any (If yes, please furnish details along-with documentary evidence):
10
Details of Executed Order(s) for GAIL
11
Whether registered with MSME (SSI)
…Micro/Small/Medium
(if Yes, please furnish documentary evidence as per Clause No. 16.9 of ITB)
12
Whether NSIC registered
(if Yes, please furnish documentary evidence as per Clause No. 16.9 of ITB)
13
Bank Name and A/c Details
_____________________________________
14
Excise Registration number :
_____________________________________
15
Excise Range :
_____________________________________
16
Excise Division :
_____________________________________
17
Excise Collectorate :
_____________________________________
18
Service Tax Registration No. :
_____________________________________
19
CST/Local ST/VAT No. :
_____________________________________
20
PF Registration No. :
_____________________________________
District & State of PF Registration:
_____________________________________
PAN No. :
_____________________________________
21
Signature of Bidder:
_________________ (PO/Order Reference)
55
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FOR
“DETAILS OF FINANCIAL CAPABILITY OF THE BIDDER”
F-2 (A)
We have verified the Annual Accounts and other relevant records
M/s……………………………… (Name of the bidder) and certify the following.
A.
of
ANNUAL TURNOVER OF LAST 03 FINANCIAL YEARS:
Year
Amount (Currency)
Year 1:
Year 2:
Year 3:
B.
FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR:
Description
Year _____________
Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current Assets-Current
liabilities)
4. Net Worth (Paid up share capital and Free
Reserves & Surplus)
Name of Audit Firm:
Chartered Accountant
Date:
Seal:
[Signature of Authorized Signatory]
Name:
Designation:
Membership no.
Instructions:
1.
The financial year would be the same as one normally followed by the bidder for its Annual Report.
2.
The bidder shall provide the audited annual financial statements as required for this Tender document. Failure
3.
For the purpose of this Tender document, (i) Annual Turnover shall be “Sale value/ Operating Income” (ii)
to do so would result in the Proposal being considered as non-responsive.
Working Capital shall be “Current Assets less Current liabilities” and (iii) Net Worth shall be “Paid up share
capital and Free Reserves & Surplus”.
Signature of Bidder:
56
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
BIDDER'S QUERIES FOR PRE BID BIDDER'S QUERIES FOR PRE BID MEETING
F-3
To,
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT: TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
SL.
NO.
REFERENCE OF BIDDING DOCUMENT
Subject
Page
Clause
SEC. NO.
No.
No.
BIDDER'S
QUERY
GAIL'S REPLY
NOTE: THE PRE-BID QUERIES MAY BE SENT BY FAX TO FAX NUMBERS 91-11-26185941
EXT. 2434# OR BY E-MAIL TO [email protected] OR [email protected]
OR [email protected] BEFORE DUE DATE FOR RECEIPT OF BIDDER'S QUERIES.
SIGNATURE OF BIDDER:
___________________________
NAME OF BIDDER
___________________________
Signature of Bidder:
:
57
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
DETAILS OF SIMILAR WORK/JOB/SERVICE DONE DURING PAST SEVEN YEARS
F-3 (A)
To,
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT: TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
Sl.
No
Descrip
tion of
the
Services
LOA/
PO/W
O No.
and
date
(1)
(2)
(3)
Full Postal
Address of
Client.
Name,
designation and
address of
Engineer/
Officer-inCharge
(5)
Value of
Date of
Contract/ Commenc
Order
e-ment of
(Specify works/job/
Currency services
Amount)
(6)
(7)
SIGNATURE OF BIDDER:
___________________________
NAME OF BIDDER
___________________________
Signature of Bidder:
:
Scheduled Date of Reasons
Completio Actual
for
n Time Completio delay in
n
executio
n, if any
(8)
(9)
(10)
58
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
BID FORM
To,
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT:
F-4
TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
Dear Sir,
After examining/reviewing the Bidding Documents for --------------------including technical
specifications, drawings, General and Special Purchase Conditions, Special Conditions of Contract
& Scope of Work and schedule of rates etc. the receipt of which is hereby duly acknowledged, we,
the undersigned, pleased to offer to execute the whole of the Job of …………… , the said Bid
Documents, including Addenda Nos. ____________.
We confirm that this bid is valid for a period of Three (03) months from the date of opening of
Techno-Commercial Bid, and it shall remain binding upon us and may be accepted by any time
before the expiration of that period.
If our bid is accepted, we will provide the performance guarantee as per provision of bid document
for the due performance with in thirty days of such award, as per requirement of tender document.
Until a final Purchase Order/Agreement is prepared, the bid together with your written acceptance
thereof in your notification of award shall constitute a binding Agreement between us.
We understand that Bid Document is not exhaustive and any action and activity not mentioned in
Bid Documents but may be inferred to be included to meet the intend of the Bid Documents shall
be deemed to be mentioned in Bid 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.
SEAL AND SIGNATURE
DATE:
Signature of Bidder:
59
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
LETTER OF AUTHORITY
F-5 [A]
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING BID OPENING AND
SUBSEQUENT NEGOTIATIONS/CONFERENCES
Bidder Ref:
Date:
To,
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT:
TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
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]
[2]
Name & Designation :
________________________________________
Signature
:
________________________________________
Phone/Cell
:
________________________________________
Fax
:
________________________________________
E-mail
:
……………………….. @ …………………………….
Name & Designation :
________________________________________
Signature
:
________________________________________
Phone/Cell
:
________________________________________
Fax
:
________________________________________
E-mail
:
……………………….. @ …………………………….
We confirm that we shall be bound by all commitments made by aforementioned authorised
representative(s).
Yours faithfully,
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.
Signature of Bidder:
60
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
POWER OF ATTORNEY
F-5 [B]
(TO BE SUBMITTED ON THE LETTER-HEAD OF COMPANY)
To,
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT:
TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
“The undersigned ____________________(Name of LEGAL PERSON with designation i.e.
CEO/C&MD/Director/Company Secretary/any other authorized person) is lawfully authorized to
represent and act on behalf of the company M/s _______________________ (Name of bidder)
whose registered address is _____________________ and does hereby appoint Mr./Ms
__________________ (name
of authorized person signing the bid document)
_______________________ (Designation) of M/s _______________________________ (Name of
bidder) whose signature appears below to be the true and lawful attorney/(s) and authorize him/her
to sign the bid (both digitally and manually), conduct negotiation, sign contracts and execute all the
necessary matter related thereto, in the name and on behalf of the company in connection with the
tender
no.
__________________________________
for
supply
of
_______________________________.
The signature of the authorized person/(s) herein constitutes unconditional obligations of M/s
_______________________ (Name of bidder).
This Power of Attorney shall remain valid and in full force and effect before we withdrawal it in
writing (by fax, or mail or post). All the documents signed (within the period of validity of the Power
of Attorney) by the authorized person herein shall not be invalid because of such withdrawal.
SIGNATURE OF THE LEGAL PERSON
_____________________________
(Name of person with Company seal)
SIGNATURE OF THE AUTHORIZED PERSON/(S) WHO WILL SIGN BID
_____________________________
(Name of person)
E-mail id: …………………………
Signature of Bidder:
61
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
NO DEVIATION CONFIRMATION
Bidder Ref:
F-6
Date:
Dy. Manager (C&P) / Chief Manager (C&P)
GAIL (India) Ltd,
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway, Sion (E),
Mumbai – 400 022
SUBJECT:
TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No. - 8000007811]
Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We,
therefore, certify that we have not taken any exceptions/deviations anywhere in the bid against
subject tender and we agree that if any deviation/exception is mentioned or noticed, our bid may be
rejected.
(SEAL AND SIGNATURE OF BIDDER)
Signature of Bidder:
62
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY
F-7
(To be stamped in accordance with the Stamp Act)
Ref...............
Bank Guarantee No.........
Date......................
To
GAIL (INDIA) LIMITED
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway,
SION (E)
Mumbai – 400 022
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 upto ____________ [this date should be 2
months beyond validity of 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 authorised officer, has set its hand and stamp on this
___________day of ____________20 __at____________.
WITNESS:
(SIGNATURE)
(NAME)
(SIGNATURE)
(NAME)
Designation with Bank Stamp
(OFFICIAL ADDRESS)
Attorney as per
Power of Attorney No.________
Date:________________________
Signature of Bidder:
63
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
INSTRUCTIONS FOR FURNISHING BID-GUARANTEE
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 banks guarantee to be issued by its correspondent bank
in India on requisite non-judicial stamp paper.
2.
The expiry date as mentioned in bid document should be arrived at by adding 3 months to
the date of expiry of the bid validity unless otherwise specified in the Bid Documents.
3.
The bank guarantee by bidders will be given from bank as specified in ITB
4.
A letter from the issuing bank of the requisite Bank Guarantee confirming that 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/. 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/- (Rupees one hundred crore) or equivalent
in foreign currency along with a documentary evidence.
Signature of Bidder:
64
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
CONTRACT-CUM-EQUIPMENT PERFORMANCE BANK GUARANTEE
F-8
(PERFORMANCE SECURITY) – UNCONDITIONAL
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)
Bank Guarantee No.:
Date:
To
GAIL (INDIA) LIMITED
7th Floor, ‘B’ Wing, Priyadarshini Building,
Eastern Express Highway,
SION (E)
Mumbai – 400 022
M/s ____________________________________________________________ have been
awarded the work of ________________________________________________________
for GAIL ( INDIA) LTD. , MUMBAI, INDIA.
The Contracts conditions provide that the SELLER shall pay a sum of Rs._____________ (Rupees as
full Performance Guarantee in the form therein mentioned. The form of payment of Performance
Guarantee includes guarantee executed by Nationalised Bank, undertaking full responsibility to
indemnify GAIL (INDIA) LTD. , in case of default.
The said_______________________________________________ has approached us and at
their request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter mentioned.
1.
We ______________________________________________________________ hereby
undertake
and
agree
with
you
that
if
default
shall
be
made
by
M/s__________________________________ in performing any of the terms and conditions of the
tender or in payment of any money payable to GAIL ( INDIA) LTD. we shall on demand pay without
any recourse to the contractor to you in such manner as you may direct the said amount of Rupees
_____________________________ only or such portion thereof not exceeding the said sum as you
may from time to time require.
2.
You will have the full liberty without reference to us and without affecting this guarantee,
postpone for any time or from time to time the exercise of any of the powers and rights conferred on
you under the contract with the said _____________________________________ and to enforce or
to forbear from endorsing any powers or rights or by reason of time being given to the said
__________________________ which under law relating to the sureties would but for provision have
the effect of releasing us.
3.
Your right to recover the said sum of Rs.____________________________________
(Rupees_______________________________________) from us in manner aforesaid 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.
4.
The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said but shall in all respects and
for all purposes be binding and operative until payment of all money due to you in respect of such
liabilities is paid.
Signature of Bidder:
65
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
5.
This guarantee shall be irrevocable and shall remain valid upto______________ If any further
extension of this guarantee is required, the same shall be extended to such required period on
receiving instruction from M/s.___________________________________________________ on
whose behalf this guarantee is issued.
6.
The Bank Guarantee’s payment of an amount is payable on demand and in any case within
48 hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 18% per annum shall become payable
immediately and any dispute arsing out of or in relation to the said Bank Guarantee shall be subject
to the jurisdiction of Delhi Courts.
7.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney dated
___________ granted to him by the Bank.
Yours faithfully,
___________________________Bank
By its Constituted Attorney
(Signature of a person duly authorised to sign on behalf of the
Bank.)
INSTRUCTIONS FOR FURNISHING PERFORMANCE 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.
2.
The bank guarantee by bidders will be given from bank as specified in ITB.
3.
A letter from the issuing bank of the requisite Bank Guarantee confirming that said bank
guarantee and all future communication relating to the Bank Guarantee shall be forwarded to
Employer.
4.
If a bank guarantee is issued by a commercial bank, then a letter to Purchaser and copy
to Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred
crore). or its equivalent in foreign currency along with a documentary evidence.
Signature of Bidder:
66
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
F-9
DELETED
Signature of Bidder:
67
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
AGREED TERMS AND CONDITIONS
Sl.
1
2
3
4
5
6
7
8
9
10
11
12
DESCRIPTION
F-10
BIDDER'S CONFIRMATION /
ACCEPTANCE
Confirm that you have uploaded / submitted “Price Schedule”
format with rates blanked-out (i.e. price schedule format without
the prices/rates but mentioned Quoted / Not Quoted in all Yes [
relevant boxes / fields) for the entire scope of work as specified in
the tender document & its amendment / corrigendum (if any).
As per tender & nature of services applicable rate of Service Tax
Yes [
including Cess thereon is 12.36% for this tender.
In case the rate of service tax quoted is different from rate
indicated at (2) above, then kindly mention quoted rate of Service
Tax as per clause no. 13 of ITB, Annexure – II, Section – II of
tender).
Confirm passing of CENVAT benefit to GAIL equal to the quoted
Yes [
Service Tax at clause no. 2 above.
] / No [
]
] / No [
]
] / No [
]
PF
REGISTRATION
NO.:
We confirm that the indicated PF account is under operation and _________________________
shall be used for all PF related activities for the labour engaged
by us for the work / service (awarded to us).
DISTRICT
&
STATE
_________________________
If presently not covered, then confirm that PF details (including
supporting certificate / documents) will be provided before start of
work.
Confirm that quoted prices include Works Contract Tax (If
applicable). WCT (if applicable) at source will be deducted as
per statutory provisions and TDS certificate will be issued for the
same by Owner. Confirm acceptance.
Printed terms and conditions, if any, appearing in quotation,
shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and terms
& conditions mentioned elsewhere in the offer, the confirmation
given/confirmed herein above shall prevail.
Confirm acceptance to the Terms & Conditions of tender
document and its Corrigendum/Amendment in totality.
Confirm that the contents of the Tender Document have not been
modified or altered by Bidder. In case, it is found that the tender
document has been modified / altered by the bidder, the bid
submitted shall be liable for rejection at any stage.
Confirm that all Documents submitted in the bid, confirmations
and information provided in the bid by bidder are true and
genuine. In case, it is found that the document are forged, not
genuine and any information as provided in bid is incorrect, the
bid submitted shall be liable for rejection at any stage. Apart from
that GAIL may put name of such bidder on holiday/blacklist as
per its prevailing policy.
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Confirm that none of Bidder’s Directors is a relative of any
Director of Owner or the bidder is a firm in which none of Director Yes [
of Owner or his relative is a partner.
] / No [
]
Signature of Bidder:
68
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
Sl.
13
14
DESCRIPTION
BIDDER'S CONFIRMATION /
ACCEPTANCE
Confirm that you have not been banned or de-listed or Blacklisted
or put on Holiday list by any Government or Quasi-Government
agencies or Public Sector Undertakings/PMCs of GAIL. If you Yes [
have been banned or de-listed by any of above, please mention
details of the same.
Confirm that bidder is not under any 'liquidation', any 'court
receivership' or similar proceedings and 'bankruptcy'. If same is
Yes [
noticed/ found in future, the Bid submitted may be rejected /
terminated at any stage.
DISCLAIMER:
] / No [
]
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Yes [
] / No [
]
Before submission of bid, bidders should ensure that bidding
document is complete in all respects. In the event that the
bidding document or any part thereof is mutilated or missing, the
bidder shall notify Purchase Officer immediately.
15
16
17
18
19
20
In the event such written notice is not received at the
aforementioned office within seven (7) days from the date of
issue of the bidding document to the bidder, the bidding
documents received/downloaded by the bidder shall be deemed
to be complete in all respects. No extension of time shall be
granted under any circumstances to any bidder for submission of
its bid on the grounds that the bidder did not obtain a complete
set of the bidding document.
GAIL makes no representation or warranty, express or implied,
as to the accuracy, correctness and completeness of the
information contained in the bidding documents.
Confirm that “In case Service Tax department brings to the
notice of GAIL that a Contractor has not paid to the credit of the
Government the Service Tax collected from GAIL, then suitable
penal action against the Contractor will be initiated which will
include putting the contractor on holiday list”.
Confirm compliance of MSE clause(s) as per clause no. 30.3 of
ITB, Annexure – II, Section - II).
If bidder is a MSE bidder than confirm that bidder has furnished
documentary evidence inline with clause no. 30 of ITB of tender.
Mentioned name of Person authorized for digital signature (it
should commensurate with information provided in Power of
Attorney).
Confirm that No Deviation has been taken to the Clauses
mentioned under Rejection Criteria (refer Clause No. 19.2 of ITB).
E-Mail ID of contact person &
25
Contact information:
Mobile Number:
Landline Number:
Signature of Bidder:
69
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
CHECKLIST
Sl.
DESCRIPTION
F-10 [A]
BIDDER'S CONFIRMATION/
ACCEPTANCE
A
B
1
2
Tender Fee Details – not applicable
EMD/Bid Security Details
EMD Amount
B.G./D.D. No. & Date
3
Bank’s Name & Branch Address
5
Validity of B.G./D.D.
Date on which Original EMD submitted to GAIL (if sent by Courier
/ Speed Post, Please mentioned POD with Courier Company
Name & Tracking No.)
BID EVALUATION CRITERIA (BEC)
List of Documents submitted against Technical Criteria
Confirm that you have submitted documents (viz. single work
order of value as mentioned in Technical BEC along with its
execution / completion certificate duly mentioning details like Yes [
] / No [
]
reference no. of the work order, actual date of completion of job
and executed value etc. as per requirement of BEC).
Confirm documents submitted towards Technical BEC at above
are certified / attested by Chartered Engineer and notary public Yes [
] / No [
]
with Legible Stamp.
List of Documents submitted against Financial Criteria
Confirm you have submitted copy of audited annual financial
statements (i.e. Balance Sheets Profit & Loss Account) for last
Yes [
] / No [
]
three preceding financial years are duly certified / attested by
notary public with legible stamp.
Confirm that you have submitted format 2–A (i.e. “Details
Financial Capability of Bidder”) is duly signed / certified an Yes [
] / No [
]
stamped by Chartered Accountant.
SUBMISSION OF FOLLOWING ESSENTIAL ORIGINAL DOCUMENTS, REFER CL NO. 12 OF IFB
[WITHIN 7 DAYS FROM TENDER OPENING]
Copy of Tender Fee – not applicable
Yes [
] / No [
]
Original EMD/Bid Security
Yes [
] / No [
]
Original Power of Attorney (in format F 5B)
Yes [
] / No [
]
Original Integrity Pact (on plain paper, Format- F11) – not Yes [
] / No [
]
applicable
SUBMISSION OF FOLLOWING ESSENTIAL DOCUMENTS IN “PART-I : UN-PRICED BID”:
Bid Covering letter
Yes [
] / No [
]
Uploaded form F6 duly filled
Yes [
] / No [
]
Uploaded form F11 duly filled (Integrity Pact) – not applicable
Yes [
] / No [
]
6
C
1
1.1
1.2
2
2.1
2.2
D
1
2
3
4
E
1
2
3
Signature of Bidder:
70
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
INTEGRITY PACT
Signature of Bidder:
71
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
F-11
INTEGRITY PACT
NOT APPLICABLE
Signature of Bidder:
72
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – IV
PERFORMANCE EVALUATION
Signature of Bidder:
73
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
PERFORMANCE EVALUATION
1.1
GAIL follows a system of Performance Evaluation of vendors and contractors to
monitor and ensure the timely and smooth completion of supplies, execution of
contracts, and maintenance of quality standards. The basic objective is to recognize
and develop reliable vendors and contractors who consistently meet or exceed
expectations and requirements of GAIL with respect to timely receipt of supplies,
completion of work and services and the quality specifications, standards. Vendors
and contractors whose performance is not found satisfactory will be debarred from
future business with GAIL.
1.2
All the suppliers and contractors working with GAIL will be evaluated based on the
parameters defined in the performance Rating Data Sheet as per enclosed
Annexure –I of attachment - I.
1.3
The evaluated rating may be falling in any of the following category depending upon
the scoring of points in various parameters.
Very good
Good
Fair
Poor
1.4
In case, a vendor/contractor is not able to achieve a minimum scoring of 60% points
in the given parameters individually and collectively for all parameters i.e. with poor
rating shall be put on “HOLIDAY” for a period of 1 to 3 years depending upon the
nature of failure on their part in performance and such venders and contractors will
not be allowed to participate in business with GAIL for the Holiday period.
1.5
The vendors and contractors will be blacklisted for submitting forged documents in
respect of experience, turnover and any other requirements forming the basis for
pre-qualifying / eligibility criteria irrespective of their rating in the past. Such vendors
& Contractors will be debarred from having business with GAIL in future.
Signature of Bidder:
74
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
GAIL (India) Limited
Annexure - 1
PERFORMANCE RATING DATA SHEET
:
(i)
Location
(ii)
Order/Contract No. & Date
Brief description of Items
Works/Assignment
:
:
Order/Contract value (Rs.)
:
:
(v)
Name of Vendor / Contractor /
Consultant
Contracted delivery /
Completion Schedule
:
(vi)
Actual delivery/ Completion
date
:
(vii)
(iii)
(iv)
PERFORMANCE
PARAMETER
Maximum Marks
Marks Allocated (*)
DELIVERY /
QUALITY
RELIABILITY
COMPLETION
TOTAL
PERFORMANCE PERFORMANCE
PERFORMANCE
40
40
20
100
Remarks (if any)
PERFORMANCE RATING (**):
Note:
(*) Allocation of marks would be as per enclosed instructions
(**) performance rating shall be classified as under:
SL.
NO.
1.
2.
3.
4.
RANGE (MARKS)
60 & below
61-75
76-90
MORE THAN 90
RATING
POOR
FAIR
GOOD
VERY GOOD
SIGNATURE OF AUTHORISED SIGNATORY WITH NAME &
DESIGNATION
Signature of Bidder:
75
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
INSTRUCTIONS FOR ALLOCATION OF MARKS
Marks are to be allocated as under:
1.1 DELIVERY/COMPLETION PERFORMANCE : 40 MARKS
DELIVERY PERIOD / COMPLETION
SCHEDULE
a)
Up to 3 months
b)
Above 3 months
DELAY IN WEEKS
MARKS
Before CDD
Delay upto 4 weeks
Delay upto 8 weeks
Delay upto 10 weeks
Delay upto 12 weeks
Delay upto 16 weeks
More than 16 weeks
40
35
30
25
20
15
0
Before CDD
Delay upto 4 weeks
Delay upto 8 weeks
Delay upto 10 weeks
Delay upto 16 weeks
Delay upto 20 weeks
Delay upto 24 weeks
More than 24 weeks
40
35
30
25
20
15
10
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 prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality failure endangers the Failure of severe nature
system integration and safety of the - Moderate nature
system.
- low severe nature
iii) Number of deviations
1. No. deviation
2. No. of deviations <=2
10 Marks
0 marks
5 marks
10-25 marks
5 Marks
2 marks
0 marks
3. No. of deviations >2
1.3 RELIABILITY PERFORMANCE : 20 MARKS
A. FOR WORKS / CONTRACTS
i)
Submission of order acceptance, agreement, PBG,
Drawings and other documents within time
Signature of Bidder:
4 marks
76
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
ii) Mobilization of resources as per Contact and in time
iii) Liquidation of Check-list points
iv) Compliance to statutory and HS & E requirements
Or
Reliability of Estimates/Design/Drawing etc. in case of
Consultancy jobs
v) Timely submission of estimates and other documents for
Extra, Substituted & AHR items
4 marks
4 marks
4 marks
4 marks
B. FOR SUPPLIES
i)
Submission of order acceptance, PBG , Drawing and other
documents within time
ii) Attending complaints and requests for after Sales
service/warranty repairs and/or query/advice (upto the
evaluation period)
iii) Response to various correspondence and conformance to
standards like ISO
iv) Submission of all required documents including Test
Certificates at the time of supply
Signature of Bidder:
5 marks
5 marks
5 marks
5 marks
77
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – V
SPECIAL CONDITIONS OF CONTRACT &
SCOPE OF WORK
TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE
FLOW METERS
Signature of Bidder:
78
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
1. SCOPE OF WORK
NAME OF WORK:
CALIBRATION OF TURBINE FLOW METERS
GAIL (India) Limited, Maharashtra is supplying natural gas to medium/ large scale
industries in the state of Maharashtra through pressure reduction and metering skids /
stations installed in the premises of individual consumers. Turbine flow meters of different
sizes and types are being used for custody transfer metering purpose in these pressure
reducing and metering stations. Meters are of make Instromet, RMG, Actaris, i-Meter &
Rocwkin etc. Accuracy of the meters is (+/-) 0.5% from 0.2 Qmax to Qmax.
Meters have LF, HF-2 and/or HF-3 pulse sensors, output of which are transmitted to Flow
computers for calculation of gas flow rate. For meters which are having both HF2 and HF3
pulse sensors, calibration of both is required. For meters which are having HF2/HR3 and
LF sensors, only the HF2/HF3 pulse need to be calibrated. For meters which do not have
HF2/HF3 pusles, LF sensor needs to be calibrated.
Approximate number of meters that need calibration is indicated in SoR. However this
quantity is indicative only and an increase/ decrease of the quantity may be expected
during the execution of the contract.
The scope of work includes the following:
1.
To calibrate the meter in the specified range of each meter as per the technical
recommendations given in the forthcoming sheets.
2.
To provide calibration certificate for each meter. The minimum data to be included in
the calibration certificate is given in the technical recommendations.
3.
Copy of the Traceability certificate of the master meter and/or prover system
used for calibration of a specific meter should be submitted to GAIL along with its
calibration certificate.
Detailed scope of work covering the calibration requirements, preliminary checks required,
recommended prover systems and special conditions of contract is given below:
Signature of Bidder:
79
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
2. TECHNICAL RECOMMENDATIONS
1. CALIBRATION:
1.
Since the meters under calibration are used for measuring natural gas flow hence it
is preferable that the meters to be calibrated with natural gas with relative density
with respect to air as 0.66 at operating pressure (which shall be specified by GAIL).
2.
If calibration with natural gas at operating pressure is not possible then the meters
can also be calibrated with air. However the correction for variation in density is to
be incorporated in the calibration data.
3.
For each & every meter under calibration, calibration factor “K” (pulse per SCM) is to
be defined.
4.
Also for each meters, calibration curves as a function of the actual line flow for the
media of calibration is to be supplied.
2. CHECKS BEFORE CALIBRATION:
Following checks are to be conducted before calibrating each meter:
(A)
VISUAL INSPECTION:
The rotor should be inspected for missing blades, accumulation of solids, erosion, or
other damages that would affect the rotor balance and the blade configuration.
Meter internals should also be checked to insure there is no accumulation of debris,
particularly in flow passage ways, drains breather holes and lubrication system.
(B)
SPIN TIME TEST:
The spin time tests for each meter under calibration are to be conducted as per the
procedure laid in section 9 of AGA Report No. 7.
THE BIDDER MAY USE ANY ONE OF THE FOLLOWING METHODS FOR
CALIBRATING THE METERS WHICH ARE SUGGESTED BY AMERICAN GAS
ASSOCIATION (AGA) IN ITS REPORT NO. 7
1.
2.
3.
4.
5.
BELL PROVER
WEIGH TANK PROVER
TRANSFER PROVER (MASTER METER PROVER)
CRITICAL – FLOW – ORIFICE PROVER AND SONIC-NOZZLE PROVER
IN-LINE ORIFICE METERS
Irrespective of the calibration method that shall be used by bidder, their calibration
reference should have best measurement capability of at least +/- 0.25%. Vendor to
submit NABL accreditation scope of the facility in proof of this.
Signature of Bidder:
80
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
3. SPECIAL CONDITIONS OF CONTRACT
3.1
Intimation for requirement of calibration will be given to the contractor by GAIL in
advance. Simultaneously GAIL will arrange to bring the flow meters to the
calibration facility of the vendor at its own cost. As the date of calibration of each
meter comes in different months of the year, meters will be brought separately as
and when they fall due for calibration.
3.2
The contractor has to confirm the availability of possible dates on which the
calibration can be carried out. The possible dates should not in any case exceed 30
days from the date of intimation for requirement of calibration by GAIL.
3.3
All preliminary inspection as per technical recommendations given in scope of work
is to be carried out by the agency. In case if the meter fails in spin test or any other
abnormalities are found during preliminary inspection the same is to be recorded
and intimated to GAIL by the agency and further testing must be conducted only on
instruction by GAIL. The spin time of each meter brought for calibration must be
recorded and submitted to GAIL.
3.4
For meters that passes the spin test and other preliminary checks, calibration must
be performed using any of the methods as per the technical recommendations given
in Scope of Work.
3.5
In normal case, GAIL’s authorized representative will witness the calibration for
each meter. In case GAIL representative is unable to witness the calibration on
stipulated date due to some inconveniences and the calibration can be performed
as per schedule in his absence, the same will be intimated to the contractor in
advance.
3.6
In exceptional cases, GAIL’s consumer’s representative may also witness the
calibration. This shall be with prior intimation to the calibration laboratory.
3.7
Once the calibration is completed, the meters/ pulse sensors are to be sealed
properly using lab’s logo and sticker/ stamp to be put in the meter body indicating
the date of calibration etc.
3.8
After completion of work, the contractor must keep the meter packed and ready for
dispatch. The calibrated meters will either be carried back by GAIL in person or the
vendor can send back to GAIL by courier on “TO PAY” basis.
3.9
Calibration report with the following information to be submitted by vendor for each
meter.
- The error at Qv min. and at the following flow ranges 10%, 25%,
and at Qv max
50%, 75%,of Qv Max
- The name and location of the calibration faculty.
Signature of Bidder:
81
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
- The estimated uncertainty of the method.
- The nature and condition (Pressure and Temperature) of the test gas.
- Serial Number and brief specifications of Meter Under Test
- Serial Number of the Master meter/ Prover used.
-
K factor of the Meter Under Test
3.10
Payment shall be made to the contractor after the completion of calibration through
F&A Dept., GAIL Mumbai within 15 days of receipt of invoice and calibration report
ONLY through e-payment.
3.11
The NABL accreditation of laboratory must be valid throughout the period of
contract. In case if NABL does not renew the accreditation given to laboratory after
its present validity or terminates the accreditation in between the validity at any
moment of time during the tenure of the contract, GAIL shall have all rights to
terminate the contract.
4. CONTRACT PERIOD:
The contract shall be valid for an initial period of 02 years from the date of issue of the
work order.
5. TIME SCHEDULE:
Calibration of meters that pass preliminary inspection and spin test should be done
within 15 days of receipt of meter at vendor’s works. For delay in calibration from this
schedule, Rs. 500.00 per day shall be deducted from the calibration charges. This shall not
apply to meter that fail preliminary inspection and spin test.
*****
Signature of Bidder:
82
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – VI
GENERAL CONDITIONS OF CONTRACT
(GCC – WORKS)
[Note: GCC-Works is uploaded in appropriate section under link/path “Public => GCC/GPC”. The
same being essential part of tender document, bidder must download and read the same before
submission of their bid with it’s total compliance.]
Signature of Bidder:
83
Tender Document No : GAIL/MU/C&P/O&M/14/C065 [E-Tender Bid Invitation No.- 8000007811]
Tender for : TWO YEAR RATE CONTRACT FOR CALIBRATION OF TURBINE FLOW METERS
SECTION – VII
SCHEDULE OF RATES
[Note: Schedule of Rates in MS Excel to be downloaded from e-tender
portal under “Step 3: See Notes and Attachments  Attachments/SOR”].
****
Signature of Bidder:
84