a096_5785_1233_enq_rev0

286
Click on the Document Title to go to that section of the document Table of Contents Document Number Rev. Document Title Page Number A096-000-KA-MR- 5785-1233-RFQ A ENQUIRY DOCUMENT 3 PRICE SCHEDULE A PRICE SCHEDULE FORMATS (GLOBAL) 11 A096-S_C_C 3 SPECIAL CONDITIONS OF CONTRACT 19 A096-SIB 6 INSTRUCTIONS TO BIDDERS 33 A096-000-KA-MR- 5785 A ROTARY BLOWER (LOBE TYPE) ELECTRIC MOTOR DRIVEN 91 A096-000-16-45-SI- 5785 A Special instructions to bidder 103 A096-000-16-45- TCL-5785 A Technical compliance statement 105 A096-000-16-45-DF- 5785 A DEVIATION FORMAT 106 A096-000-16-45-CL- 5785 A Check list for Scope of Supply- Compressor Rotary Lobe Type (Air Service) Package (Electric Motor driven), Item No. 142-KA-01 108 A096-000-16-45-SL- 5785 A List of Mandatory Spare Parts- Compressor Rotary Screw (Process Service) Package (Electric Motor driven). 112 A096-000-16-45-SU- 5785 A Site & Utility Data- Compressor Rotary Lobe Type Package (Electric Motor driven). 114 A096-000-16-45-SP- 5785 A Job Specification for Compressor Rotary Lobe Type Package (Electric Motor driven) 119 Piping Material Specification - A1A CLASS A Piping Material Specification - A1A CLASS 127 A096-04-41-142- 1112-VRU A Piping and Instrumentation diagram 133 A096-142-04-DS- 1501 A Compressor ¿ Process Datasheet 134 A096-000-16-45-DS- 5785 A Compressor Rotary Lobe Type (Air Service) Package, (Item No.# 142-KA-01) ¿ Mechanical Datasheet 136 A096-000-16-45- VDR-5785 A VENDOR DATA REQUIREMENTS FOR LOBE TYPE BLOWER 143 A096-000-16-45-ER- 5785 A Experience record proforma 147 A096-000-16-50-LL- 5785 A CHECKLIST 151 A096-000-16-50-DS- 5785 A M.V. MOTOR 152 A096-000-16-50-VR- 5785 A VENDOR DATA REQUIREMENTS 154 6-51-0032 4 Specification for medium voltage induction motors. 157 6-81-1032 2 ITP for MV motors 171 6-81-2026 2 ITP for pressure relief valves. 177 A096-000-16-51-SP- 011 0 JOB SPECIFICATIONS 182 A096-000-16-51-MD- 011 0 MISCELLANEOUS 194 A096-000-00-CF-011 0 COMPLIANCE STATEMENT 195 A096-000-16-51- VDR-011 0 VENDOR DATA REQUIREMENTS 198 6-52-0026 3 Std. specification for pressure relief valves. 202 6-78-0003 0 Specification for Documentation Requirement from Suppliers 210 6-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 222 A096-GCC_GOODS 0 GCC - GOODS 231 A096-PMS_IMP 0 PACKING MARKING SHIPPING INSTRUCTIONS - IMP 256 A096-PMS_IND 0 PACKING MARKING SHIPPING INSTRUCTIONS - IND 267 Page 1 of 286

Upload: leekiangyen

Post on 11-Feb-2016

21 views

Category:

Documents


1 download

DESCRIPTION

files

TRANSCRIPT

Page 1: A096_5785_1233_ENQ_REV0

Click on the Document Title to go to that section of the document

Table of ContentsDocument Number Rev. Document Title Page

NumberA096-000-KA-MR-5785-1233-RFQ

A ENQUIRY DOCUMENT 3

PRICE SCHEDULE A PRICE SCHEDULE FORMATS (GLOBAL) 11A096-S_C_C 3 SPECIAL CONDITIONS OF CONTRACT 19A096-SIB 6 INSTRUCTIONS TO BIDDERS 33A096-000-KA-MR-5785

A ROTARY BLOWER (LOBE TYPE) ELECTRIC MOTOR DRIVEN 91

A096-000-16-45-SI-5785

A Special instructions to bidder 103

A096-000-16-45-TCL-5785

A Technical compliance statement 105

A096-000-16-45-DF-5785

A DEVIATION FORMAT 106

A096-000-16-45-CL-5785

A Check list for Scope of Supply- Compressor Rotary Lobe Type (AirService) Package (Electric Motor driven), Item No. 142-KA-01

108

A096-000-16-45-SL-5785

A List of Mandatory Spare Parts- Compressor Rotary Screw(Process Service) Package (Electric Motor driven).

112

A096-000-16-45-SU-5785

A Site & Utility Data- Compressor Rotary Lobe Type Package(Electric Motor driven).

114

A096-000-16-45-SP-5785

A Job Specification for Compressor Rotary Lobe Type Package(Electric Motor driven)

119

Piping MaterialSpecification - A1ACLASS

A Piping Material Specification - A1A CLASS 127

A096-04-41-142-1112-VRU

A Piping and Instrumentation diagram 133

A096-142-04-DS-1501

A Compressor ¿ Process Datasheet 134

A096-000-16-45-DS-5785

A Compressor Rotary Lobe Type (Air Service) Package, (Item No.#142-KA-01) ¿ Mechanical Datasheet

136

A096-000-16-45-VDR-5785

A VENDOR DATA REQUIREMENTS FOR LOBE TYPE BLOWER 143

A096-000-16-45-ER-5785

A Experience record proforma 147

A096-000-16-50-LL-5785

A CHECKLIST 151

A096-000-16-50-DS-5785

A M.V. MOTOR 152

A096-000-16-50-VR-5785

A VENDOR DATA REQUIREMENTS 154

6-51-0032 4 Specification for medium voltage induction motors. 1576-81-1032 2 ITP for MV motors 1716-81-2026 2 ITP for pressure relief valves. 177A096-000-16-51-SP-011

0 JOB SPECIFICATIONS 182

A096-000-16-51-MD-011

0 MISCELLANEOUS 194

A096-000-00-CF-011 0 COMPLIANCE STATEMENT 195A096-000-16-51-VDR-011

0 VENDOR DATA REQUIREMENTS 198

6-52-0026 3 Std. specification for pressure relief valves. 2026-78-0003 0 Specification for Documentation Requirement from Suppliers 2106-78-0001 0 Specification for Quality Mgt. System Requirements from Bidders 222A096-GCC_GOODS 0 GCC - GOODS 231A096-PMS_IMP 0 PACKING MARKING SHIPPING INSTRUCTIONS - IMP 256A096-PMS_IND 0 PACKING MARKING SHIPPING INSTRUCTIONS - IND 267

Page 1 of 286

Page 2: A096_5785_1233_ENQ_REV0

Table of ContentsDocument Number Rev. Document Title Page

NumberA096-VEND_PER_EVA

0 VENDOR PERFORMANCE EVALUATION 274

Page 2 of 286

Page 3: A096_5785_1233_ENQ_REV0

Regd. Office: Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi - 110 066, India.

TEL: NO. : 00 91 11 26762121: FAX NO. : 00 91 11 26167664 / 26191714

REQUEST FOR QUOTATION (RFQ)

RFQ No.: SM/A096-000-KA-MR-5785/1233 Date: 16.10.2013 The invitation of bid is open only to suppliers to whom this RFQ is issued.

Client : GAIL (India) Limited

Project: Petrochemical Complex II at PATA, U.P

MR No. A096-000-KA-MR-5785 REV.A

Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date: Up to 1400 hrs. (IST) on 08.11.2013

PRE-BID MEETING: NOT REQUIRED

BID SECURITY: Not Applicable

BIDDING DOCUMENT FEE: Not Applicable UNPRICED BID OPENING: PUBLIC OPENING AT 1500 hrs. (IST) on 08.11.2013. at Engineers India Ltd.,1, Bhikaiji Cama Place, RK

Puram, New Delhi- 110066 PRICED BID OPENING : PUBLIC OPENING : DATE, TIME AND VENUE SHALL BE INTIMATED LATER

Gentlemen,

1. Bids in hard copy are requested on behalf of our client M/s. GAIL (India) Limited, for the captioned item in total compliance to technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all respect and must contain confirmation/compliance to all points of enclosed commercial Agreed Terms & Conditions without any deviations i.e. ZERO DEVIATION OFFER, failing which your offer will be liable for rejection. Please note that issuance of technical and commercial queries is not envisaged and your offer may be evaluated based on input given therein. Hence pre-bid clarifications, if required may be sought from us immediately on receipt of this RFQ.

2. Bidder can download the RFQ Documents from EIL’s website http://engineersindia.com . However, bidders have to submit their bids only in hard copy as specified hereunder.

Bids should be submitted separately in three parts, in sealed envelopes pasted with corresponding cut-out slips enclosed.

Part-I: 05 (Five) Sets (1 Original + 4 Copies) of UNPRICED BID; complete with technical & commercial details including unpriced copy of price schedule (i.e. identical to Part-II with prices blanked out and replaced by ‘Quoted or ‘Not Quoted’). Each of these five unpriced bids shall be completely identical in all respect. All Unpriced copies should be submitted in a sealed envelope and pasted with the corresponding cut-out slip.

Part II: 02 (Two) Sets (1 Original + 1 Copy) of PRICED BID, containing price schedule only. All priced copies should be submitted in a sealed envelope and pasted with corresponding cut-out slip.

Part III: Bidder is required to submit Power of Attorney. Original Power of Attorney should be submitted in a sealed envelope and pasted with corresponding cut-out slip,

The three envelopes containing Part I ,II & III of bids respectively should be enclosed in a common large envelope duly sealed and pasted with the corresponding CUT-OUT slip.

Also bidder shall ensure that the envelopes used are strong enough to withstand the weight and enroute handling by Postal Departments, Courier Service etc.

In view of submission mode in Hard copies, all comments/instructions regarding submission of Bids through E-tendering mentioned in the commercial documents are NOT APPLICABLE for this RFQ.

The word “e-bids” wherever appearing in the commercial document stands replaced with the words “Bids in hard copy”

3. Bids complete in all respects should reach our office (Engineers India Limited, EI Bhawan, New Delhi as per the address mentioned on cut-out slip) , on or before the BID-DUE DATE & TIME. Bids sent through Fax/E-mail will not be accepted.

Page 3 of 286

Page 4: A096_5785_1233_ENQ_REV0

4. Bids should be submitted in accordance with Clause 10 of the ITB except that integrity pact is not required to be submitted in case of order value less than Rs.1 crore.

5. Bid Security: Not Applicable

6. The bidders are required to confirm whether the enterprise is a Micro/ Small/ Medium enterprises along with documents from the appropriate authority. Accordingly bidder to furnish the confirmation as per attachment enclosed along with RFQ documents from appropriate authority.

7. Delivery/Completion Period for Supply:

Indian Bidders: Within 03 MONTHS on FOT Dispatch point basis from the date of Fax of Acceptance. The date of LR/GR shall be the date of delivery.

Foreign Bidders: Within 02 MONTHS on FOB International Seaport of exit basis from the date of Fax of Acceptance. The date of clear bill of lading shall be the date of delivery.

8. Payment Terms:

Indian bidders: The payment to Indian bidders shall be made in accordance with S.No. 1.1.1.2 a) for supply and 1.1.5 for Transportation, of Annexure-I to Special Conditions of Contract (SCC). The payment for Supervision of Erection, Testing & Commissioning to Indian bidders shall be made in accordance with S. No. 1.1.4 as per Annexure-I to Special Conditions of Contract (SCC).

Foreign bidders: The payment to Indian bidders shall be made in accordance with S.No. 1.2.1.2 a) of Annexure-I to Special Conditions of Contract (SCC). The payment for Supervision of Erection, Testing & Commissioning to Foreign bidders shall be made in accordance with S. No. 1.2.4 as per Annexure-I to Special Conditions of Contract (SCC).

9. THE OFFER SHOULD BE VALID FOR Three (3) MONTHS FROM FINAL BID DUE DATE.

10. Contact person for this RFQ : Ms. Vivek Dixit, Sr. Engineer (C & P), Phone no. +91-(0)11-26762095

E-mail ID: [email protected] Ms. Sunita Mitra, AGM (C & P), Phone no. +91-(0)11-26762079

E-mail ID: [email protected]

11. Bidder to carefully read and understand the Addendum to ITB for etendering, Ready Reckoner for Bidders before uploading their bids in the GAIL’s eTendering website.

12. Bids submitted by consortium shall not be acceptable.

13. GAIL/EIL reserves the right to carry out capability assessment of the bidder including referral to in-house information.

14. GAIL/EIL will not be responsible or liable for cost incurred in preparation & delivery of bids, regardless of the conduct or outcome of the bidding process.

15. In case the bidder is put on Holiday / Blacklisted by GAIL or Project management consultant (PMC) of GAIL or Black listed by any government department / Public sector on due date of submission of bid, the bid of such bidder shall not be considered for evaluation. If the documents were issued inadvertently / downloaded from website, offers issued by such bidders shall not be considered for opening / evaluation / award of work.

16. We reserve the right to make any changes in the terms and conditions of purchase and/or to reject any or all the bids.

17. Net worth of the bidder should be positive as per the immediate preceding year’s audited financial results. However, Public Sector Undertakings / Enterprises are exempted from this requirement. If the bidder is not meeting the above criteria their bid shall not be evaluated further. Bidders are therefore requested to furnish the Audited Financial Statement for the immediate preceding year including Profit & Loss Account.

18. No claim Certificate is Annexed as Annexure – I(c) to this RFQ document. Seller is required to furnish the same along with the final invoice/bill. Payment against final bill shall be released only after seller’s furnishing this certificate duly filled in signed and stamped.

19. Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro and Small Enterprises (MSEs) order 2012 as per attached Annexure-I(D) to this RFQ document. Accordingly, the quantities against the items may be split, as applicable, to enable the splitting of item

Page 4 of 286

Page 5: A096_5785_1233_ENQ_REV0

in terms of 20% and 80% between the MSEs and non-MSEs respectively. In that case, the quoted prices against various items shall remain valid in case of splitting of quantities of the items as above.

This shall be in addition to the methodology for evaluation and award, stipulated elsewhere in the document.

*Please specify RFQ No. SM/A096-000-KA-MR-5785/1233 in all correspondence THIS IS NOT AN ORDER

Very truly yours,

For & on behalf of Client (SUNITA MITRA)

AGM (C & P) Engineers India Limited

Enclosures: I - COMMERCIAL SECTION (SOFT COPY)

a. REQUEST FOR QUOTATION (RFQ) along with Acknowledgement letter, Proforma of Letter of Authority for attending Pre-bid Meeting/Bid Opening, Format for No claim certificate / PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP), 2012/Cut-out slip

b. Addendum to ITB for etendering c. Ready Reckoner for Bidders d. Instructions to Bidders (ITB), Forms & Formats e. Integrity Pact (to be submitted by bidder along with offer duly filled, signed and stamped) f. Special Conditions of Contract & Annexure g. General Conditions of Contract (Goods) h. Packing, Marking, Shipping & Documentation & Special Packaging Requirements i. Vendor performance evaluation criteria. j. Price Schedule Formats

II - TECHNICAL SECTION (soft copy)

a. Material Requisition No.: A096-000-KA-MR-5785 REV.A

Page 5 of 286

Page 6: A096_5785_1233_ENQ_REV0

ANNEXURE-I(A) (Proforma of Letter of Authority for attending Pre-Bid Meet/Bid Opening)

LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING PRE-BID MEETING /UNPRICED/PRICED BIDS AND SUBSEQUENT NEGOTIATIONS/CONFERENCES

No. Date:

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

RFQ No. : SM/A096-000-KA-MR-5785/1233

Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)

Project : PETROCHEMICAL COMPLEX II AT PATA, U.P

We _____________________________________ hereby authorize following representative(s) to attend Pre-bid meeting, Un-priced bid opening and Price bid opening and for any other correspondence and communication against above Bidding Document: Name & Designation _______________________ Signature _________________

Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

NOTES:

A. This letter of authority should be on the letterhead of the bidder and should be signed by a person competent and having the power of attorney to bind the bidder.

B. Not more than two persons are permitted to attend techno –commercial un-priced and price bid opening.

C. Bidder’s authorized executive is required to carry a copy of this authority letter while attending the un-priced bid opening and price bid opening and submit the same to GAIL/EIL

Page 6 of 286

Page 7: A096_5785_1233_ENQ_REV0

ANNEXURE-I(B)

NO CLAIM CERTIFICATE We, ____________________, a company incorporated under the laws of ______________, having its

registered office at _____________________ and carrying on business under the name and style M/s

____________________ were awarded the contract / Purchase Order by GAIL (India) Ltd. In reference

to Tender No. /PO No. _________________________ dated __________.

After completion of the above said Work under the contract/PO, we have scrutinized all our claims,

contentions, disputes, issues with the project officials and we hereby confirm that after adjusting all

payments received by us against our RA. Bills, our balance entitlement under the contract/order is to a

sum of (Currency _________).____________________ as per our Final Bill __________dated

_________________ towards full and final settlement of all our claims, dues, issues and contentions

from GAIL (India) Ltd.

We confirm and declare that with the receipt of aforesaid monies, all our claims dues, disputes,

differences between M/s ______________________ and GAIL (india) Ltd. Under and with reference to

above said contract stands fully and finally settled.

We further confirm absolve GAIL (India) Ltd. from all liabilities present or future arising directly or

indirectly out of the contract.

We further confirm that the present settlement has been arrived at after mutual negotiations and is

freely and fairly entered into between the parties. There is no economic duress or any other

compulsion on us in entering into this settlement.

Signature with Seal of contractor/seller Dated:

Page 7 of 286

Page 8: A096_5785_1233_ENQ_REV0

ANNEXURE-I(C)

PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP), 2012

i) In Tender, participating Micro and Small Enterprises quoting price within price brand of L1+15% shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply up to 20% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity). Further, out of above 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to other MSEs in case of non-availability of MSEs owned by SC/ST entrepreneurs.

ii) The quoted prices against various items shall remain valid in case of splitting of quantities of the items as

above. iii) In case bidder is a micro or Small Enterprise under the Micro, Small and Medium Enterprises

Development Act, 2006, the bidder shall submit the following: a) Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries

Centers or Khadi and Village Industries 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.

b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence

in this regard. c) 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.

iv) If the bidder does not provide the above confirmation or appropriate document or any evidence at the time of bid submission, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP), 2012.

v) Being NSIC registrant, bidder shall not be exempted from submission of Contract Performance Bank Guarantee (CPBG), as per Govt. guidelines published through Public Procurement Policy (PPP), 2012. Any other provisions / exemptions available based on bidder being NSIC registrant indicated elsewhere in the RFQ documents, shall stands replaced / modified to the extent of above provisions.

Page 8 of 286

Page 9: A096_5785_1233_ENQ_REV0

UNPRICED OFFER

Client : GAIL (INDIA) LIMITED Project : PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No. : SM/A096-000-KA-MR-5785/1233

Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time : Up to 1400 Hours (IST) on 08.11.2013

From : To : SUNITA MITRA – AGM (C&P)

Engineers India Limited, EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, R.K. Puram New Delhi – 110066, India

(To be pasted on the outer envelope containing UNPRICED OFFER)- Part I

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

PRICE BID – NOT TO BE OPENED

Client : GAIL (INDIA) LIMITED Project : PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No. : SM/A096-000-KA-MR-5785/1233

Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time : Up to 1400 Hours (IST) on 08.11.2013

From : To : SUNITA MITRA – AGM (C&P)

Engineers India Limited, EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, R.K. Puram New Delhi – 110066, India

(To be pasted on the outer envelope containing PRICED OFFER) (PART II)

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

Page 9 of 286

Page 10: A096_5785_1233_ENQ_REV0

POWER OF ATTORNEY Client : GAIL (INDIA) LIMITED Project : PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No. : SM/A096-000-KA-MR-5785/1233

Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time : Up to 1400 Hours (IST) on 08.11.2013

From : To : SUNITA MITRA – AGM (C&P)

Engineers India Limited, EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, R.K. Puram New Delhi – 110066, India

[To be pasted on the outer envelope containing Power of Attorney ) (PART III)

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

DO NOT OPEN - THIS IS A QUOTATION

Client : GAIL (INDIA) LIMITED Project : PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No. : SM/A096-000-KA-MR-5785/1233

Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time : Up to 1400 Hours (IST) on 08.11.2013

From : To : SUNITA MITRA – AGM (C&P)

Engineers India Limited, EI Annexe, 2nd Floor, 1, Bhikaiji Cama Place, R.K. Puram New Delhi – 110066, India

(To be pasted on the envelope containing POWER OF ATTORNEY, PRICED & UNPRICED OFFER )

Page 10 of 286

Page 11: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 1 of 8

PRICE SCHEDULE FORMAT - A (APPLICABLE FOR INDIAN BIDDERS)

Sr. No. Tag No. Item Description Qty

FOT Despatch Point Price Road Freight upto Project site

(INR) Currency

Total Amount Total Amount 01.00 AS PER MATERIAL REQUISITION

01.01 142-KA-01 SUPPLY OF VENT BLOWER AS PER MR SL NO. 01.01

01 NOS.

02.00 SUPPLY OF MANDATORY SPARES AS PER MR

02.01 SUPPLY OF MANDATORY SPARES FOR S.No. 04.01 AS PER MR

01LOT PRICE INCLUDED IN S NO. 1 ABOVE

03 Supply of two year operation and maintenance spares as per vendor recommendation..

LOT PRICE TO BE FURNISHED SEPARATELY AS PER FORMAT-D1

04 Supervision of erection, testing and commissioning for S.No.01.01 as per enclosed instruction to vendor as per MR.

PER DIEM RATES TO BE FURNISHED AS PER FORMAT-C

NOTES:

1. The complete bid is without alterations, interlineations or erasures, except as may be necessary to correct errors made by the bidder. In which case such corrections are rewritten and initiated by the person or persons signing the bid.

2. Quoted prices are strictly in accordance with the terms and conditions as specified in Bidding Document. Bidder shall indicate Cenvatable + Ed. Cess, Cenvatable Sevice Tax, UPVAT payable in the state of Uttar Pradesh and Central Sales Tax in Annexure – I to Agreed Terms & Conditions.

3. Quoted prices for Supply are inclusive of commissioning spares, & Special Tools and tackles as required as per Material Requisition. 4. The quoted prices are inclusive for all documentation, inspection and testing requirements, as specified in the Material Requisition. 5. Prices are quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the “Price Schedule Format”. 6. Firm values for built- in CIF imported components and raw materials, if any, are indicated against each quoted item. Details of built- in CIF component have

been furnished as per Annexure III to Agreed Terms & Conditions (for Indian bidders).

Page 11 of 286

Page 12: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 2 of 8

INSTRUCTIONS:

1. Evaluation shall be done item-wise basis considering Price of blower, Price of Corresponding Mandatory Spares and 10 man days for supervision for each blower, in-line with bidding document.

2. Road Freight quoted in this Price Schedule Format – A shall govern. 3. Spare Parts for 2 years normal operation shall not be considered for comparison of prices. 4. Bidder shall indicate “Q” (for quoted) / “NQ” (for Not Quoted) and ‘NA’ (for Not applicable) against respective item in all un-priced copies of the Price

Schedule.

Page 12 of 286

Page 13: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 3 of 8

PRICE SCHEDULE FORMAT-B (APPLICABLE FOR FOREIGN BIDDERS)

Sr. No. Tag No. Item Description Qty

FOB SEAPORT OF EXIT PRICE Sea Freight

(_____________) Currency

Total Amount Total Amount 01.00 AS PER MATERIAL REQUISITION

01.01 142-KA-01 SUPPLY OF VENT BLOWER AS PER MR SL NO. 01.01

01 NOS.

02.00 SUPPLY OF MANDATORY SPARES AS PER MR

02.01 SUPPLY OF MANDATORY SPARES FOR S.No. 04.01 AS PER MR

01LOT PRICE INCLUDED IN S NO. 1 ABOVE

03 Supply of two year operation and maintenance spares as per vendor recommendation..

LOT PRICE TO BE FURNISHED SEPARATELY AS PER FORMAT-D2

04 Supervision of erection, testing and commissioning for S.No.01.01 as per enclosed instruction to vendor as per MR.

PER DIEM RATES TO BE FURNISHED AS PER FORMAT-C

NOTES:

1. The complete bid is without alterations, interlineations or erasures, except as may be necessary to correct errors made by the bidder. In which case such corrections are rewritten and initiated by the person or persons signing the bid.

2. Quoted prices for Supply are inclusive of commissioning spares, & Special Tools and tackles as applicable as per Material Requisition. 3. The quoted prices are inclusive for all documentation, inspection and testing requirements, as specified in the Material Requisition. 4. Prices are quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the “Price Schedule Format”.

Page 13 of 286

Page 14: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 4 of 8

INSTRUCTIONS: 1. Evaluation shall be done item-wise basis considering Price of blower, Price of Corresponding Mandatory Spares and 10 man days for

supervision for each compressor, in-line with bidding document. 2. Sea Freight quoted in this Price Schedule Format – B shall govern. 3. Spare Parts for 2 years normal operation shall not be considered for comparison of prices. 4. Bidder shall indicate “Q” (for quoted) / “NQ” (for Not Quoted) and ‘NA’ (for Not applicable) against respective item in all un-priced copies of the Price

Schedule. 5. In case a Foreign bidder sources supplies from India, the details of such supplies shall be furnished in their bid along with details of Indian Company(s)

from where the same has been sourced. The prices for the same shall be quoted under Price Schedule Format-A, along with Agreed Terms & Conditions for India Bidders (which shall be applicable for Indian sourced components), in addition to prices quoted under Format-B. In such a case Format-A shall be marked with heading “Additional supplies / Services”. The same shall be considered as part of their equipment price as per Terms & Conditions specified in the Instructions to Bidders.

Page 14 of 286

Page 15: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 5 of 8

FORMAT-C

TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING

1) a. Bidder shall quote only one per-diem rate applicable for days as specified in the bidding document,

irrespective of deployment of supervisors of different discipline. 1) b. In case bidder intends to deploy both Indian (Resident) and Foreign (Expatriate) supervisors, the bidder

shall quote separate per-diem rate, one each for Indian (Resident) supervisor and Foreign (Expatriate) supervisor. Also, the bidder shall specify the no. of man days required per package/train, separately for Indian (Resident) & Foreign supervisors.

1) c. Supervision charges for total man days as specified in bidding document will be taken for evaluation.

However, the same shall be payable extra at actuals based on no. of consumed man days duly certified by site-in-charge.

1) d. Per-diem rate for Indian (Resident) Supervisor shall be quoted in Indian Rupees or in US$ / Euro and for

Foreign Supervisor it shall be quoted in Home Currency/US$/EURO, subject to maximum of two currencies in pursuant to clause no. 12 of ITB.

1) e. Bidder shall quote per diem charges which shall include lodging, boarding, medical, all insurances

including Bidder’s personnel and third party insurance, income/corporate tax (as may be applicable) and all other incidental charges but excluding service tax and to and fro Air/Rail fare. The Service Tax shall be borne by owner and Local Travel shall be provided by owner.

2) a. For Foreign (Expatriate)Supervisors : To & fro air fare by economy class through most economical

route preferably by Air India and by AC 2 Tier by Train/ by Air (Economy Class) within India upto GAIL site, will be reimbursed at actuals.

2) b. For Indian (Resident) Supervisors: To and fro Train fare by AC 2 tier/ by Air (Economy Class) for travel

to GAIL Site will be reimbursed at actuals. 3) Per diem charges shall be payable from the day bidder’s person reaches site upto the day he leaves the

site. No payment will be made for travel days/period. 4) Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Service

Tax for their personnel deputed for the supervision job). Tax(s) as per Government policy, shall be deducted at source by Purchaser while making payments against each invoice.

5) Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as

applicable to Purchaser’s site personnel shall apply. 6) Vendor’s supervisory personnel shall observe/abide by site working conditions prevailing at the existing

site, safety codes, Indian laws and local laws. 7) A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of

erection, testing & commissioning. 8) (i) Service rendered on Holiday shall be payable at the quoted per diem rate.

(ii) Overtime Charges shall be payable on pro-rata basis.

9) Per-diem rate/rates quoted by the bidder shall be valid for the period of ONE YEAR after the DATE OF ACTUAL DELIVERY.

10) Per Diem rates for Supervision shall be filled in “Annexure-I to Format-C” attached herewith:

Page 15 of 286

Page 16: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 6 of 8

Annexure_I to Format-C

RATES FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING

S. No. Description Unit For Indian (Resident) Supervisor

Unit For Foreign (Expatriate) Supervisor

1.0

Number of supervisory personnel required per item / package

Nos.

Nos.

2.0

Per diem charges (per person) for 8 hours work on normal working days. (Please specify currency )

Currency ________

Currency ________

3.0

Estimated time (number of days) for deployment of supervisor.

Nos.

Nos.

4.0 Cenvatable Service Tax (Foreign bidders refer Note-2 below)

__________%

____________%

Note:

1. In case a bidder quotes more than one rate of supervision charges for discipline wise for Foreign & Indian supervisors, the maximum rate quoted shall be considered for evaluation for the days specified in the bidding document. However, payments shall be made based on actual man days consumed for respective discipline for Indian & Foreign supervisors.

2. For Foreign bidders only-

Bidder to clarify whether the bidder have establishment in India or not: ______

In case a foreign bidder has a establishment in India, bidder to furnish the rate of applicable service tax.

Non Cenvatable Service tax, if any, are included in quoted prices.

Any errors of interpretation of applicability of taxes / duties by the Bidder shall be to Bidder’s account.

In case a foreign bidder with no establishment in India, the service tax, as applicable, at the time of evaluation, shall be added for price evaluation.

Page 16 of 286

Page 17: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 7 of 8

FORMAT-D1

(For 2 Years Spares of normal operation & maintenance) (APPLICABLE FOR INDIAN BIDDERS)

S.No Description Quantity

(No.)

Unit Price on

FOT dispatch

point basis

(__________)

Total Price on

FOT dispatch

point basis

(__________)

Road

Freight (%)

1 Two years operation and maintenance spares as per manufacturer recommendation.

-----------%

NOTES:

i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT dispatch point basis as per this format only. Supplier shall quote freight charges upto Project site. The prices for these spares shall be valid for 2 months over and above validity of the offer.

ii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner

reserves the right to select and order these spares.

Page 17 of 286

Page 18: A096_5785_1233_ENQ_REV0

RFQ No. SM/A096-000-KA-MR-5785/1233

Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________

Signature of Vendor Name / Seal of Vendor : Page 8 of 8

FORMAT-D2

(For 2 Years Spares of normal operation & maintenance) (APPLICABLE FOR FOREIGN BIDDERS)

S.No Description Quantity

(No.)

Unit Price on

FOB port of

exit basis

(__________)

Total Price on

FOT FOB port

of exit basis

(__________)

Ocean

Freight (%)

1 Two years operation and maintenance spares as per manufacturer recommendation.

-----------%

NOTES:

i. Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT dispatch point basis as per this format only. Supplier shall quote freight charges upto Project site. The prices for these spares shall be valid for 2 months over and above validity of the offer.

ii. The price for spares for 2 year normal operation shall not be considered for evaluation and owner

reserves the right to select and order these spares.

Page 18 of 286

Page 19: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 1 of 14

SPECIAL CONDITIONS OF CONTRACT (SCC)

Page 19 of 286

Page 20: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 2 of 14

1. DEFINITIONS

1.1. In addition to meaning ascribed to certain capitalized terms in “GCC - GOODS” and “GCC – WORKS”, following initial capitalized terms shall have the meaning as ascribed to such term hereunder. In case any term defined hereunder is also defined in “GCC - GOODS” and / or “GCC – WORKS”, the meaning ascribed to such term hereunder shall prevail:

1.1.1. Definitions

Bidding / RFQ Documents shall mean documents issued to the bidder for submission of their bid.

Effective Date shall mean the date on which Contractor / Supplier‟s obligations will commence and that will be date of Fax of Acceptance (FOA).

Warehouse / Dump yard / Dump site shall mean a place hired/owned by Owner for the purpose of storing the material at Project site.

1.2. Interpretations

1.2.1. Where any portion of the “GCC – Goods” and / or “GCC – WORKS” is repugnant to or at variance with any provisions of the SCC then, unless a different intention appears, the provisions of the SCC shall be deemed to govern the provisions of the “GCC – Goods” and / or “GCC – WORKS. SCC provisions shall prevail to the extent of such repugnancy, or variations exist.

1.2.2. In Contract Documents unless otherwise stated specifically, the singular shall include the plural and vice versa wherever the context so requires.

1.2.3. Notwithstanding the sub-division of the Contract Documents into separate sections and volumes every part of each shall be deemed to be supplementary to and complementary of every other part and shall be read with and into the Agreement so far as it may be practicable to do so.

1.2.4. All headings, subtitles and marginal notes to the clauses of the GCC - Goods, GCC – Works, SCC or to the Specifications or to any other part of Bidding Document are solely for the purpose of giving a concise indication and not a summary of the contents thereof, and they shall never be deemed to be part thereof or be used in the interpretation or construction thereof.

1.2.5. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the meaning as assigned to fully capitalized term or initial capitalised term.

1.2.6. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser‟s obligations. In Bidding Documents at all such places where obligations are confined to Purchaser alone such provision to read as „Purchaser/Consultant‟s‟ obligation to the extent the context so means/ requires.

2. SELLER’S SCOPE

(GCC – Goods/Works)

2.1. Supply of Goods / Equipments as per MR

2.1.1. Seller‟s scope shall include (a) manufacturing of items / goods / equipments as per Material Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control programme; (c) obtaining Consultant‟s approval; (d) arranging Inspection and Testing certification; (e) Inspection by Purchaser‟s/Consultant/Agency Designated by Purchaser and obtaining Inspection Release Note; (f) obtaining dispatch clearance; (g) Packing; and (h) Loading on truck/trailer for Indian Bidder / loading on ship at FOB Port of exit including stowing as applicable for foreign Bidder.

2.2. Transportation of material upto Project site for Indian bidders and shipment of material upto port of entry in India for Foreign bidders.

2.3. Site work as per requirements specified in the Bidding document, wherever applicable. Terms & Conditions for Site Work shall be as per General Conditions of Contract (Works).

2.4. Site supervision for Erection & Commissioning as per requirements specified in the Bidding document, wherever applicable.

2.5. Training of owner‟s / consultant‟s person(s) at vendor‟s works / project site, wherever applicable, as per guidelines given in the material requisition. The prices for Training shall be included in the quoted prices until and unless specifically asked for extra prices in price schedule formats.

Page 20 of 286

Page 21: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 3 of 14

2.6. Any other specific requirement / activity though specifically not covered but is required as per scope of work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of Bidding Document.

3. PACKING, MARKING AND SHIPMENT

3.1. The Seller, wherever applicable shall after proper painting, pack and crate all goods for sea/air/road/rail transportation in a manner suitable to tropical humid climatic region in accordance with the internationally accepted practices and in such a manner so as to protect it from damage and deterioration, in transit by sea or air or road or rail and during storage at the storehouse. The Seller shall be held responsible for all damages due to improper packing. The Seller shall ensure sizing or packing of all oversized consignments in such a way that availability of carrier and/or road/rail route is properly taken into consideration.

3.2. Seller shall comply with the Packing, Marking and Shipping Instructions and Special Packaging Requirement as per Attachment II of this Bidding Document.

4. DELIVERY / COMPLETION SCHEDULE

4.1. Delivery / Completion schedule shall be as specified in the RFQ.

4.2 Delivery period as detailed in Clause 4.1 of SCC, shall be the essence of Agreement and no variation shall be permitted.

4.3 Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies available to the Purchaser in Bidding Documents.

4.3 Price Reduction Schedule (PRS) shall be applicable as per clause 15 below.

5. DESPATCH INSTRUCTIONS

5.1. Seller shall obtain dispatch clearance from the Purchaser/ Consultant prior to each dispatch.

5.2. Copy of Inspection Release Certificate, Dispatch Clearance and Statement showing the name of the vessel/transporter, description and weight of material and shipping marks etc. to be submitted along with the documents.

6. INDEPENDENT SELLER

6.1. It is expressly understood and agreed that Seller is an independent party and that neither the Seller/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the Seller has any kind of interest in other sellers.

7. LIEN

7.1. Seller shall ensure that the Scope of Supply supplied under the Agreement shall be free from any claims of title/liens from any third party. In the event of such claims by any party, Seller shall at his own cost defend, indemnify and hold harmless Purchaser or its authorised representative from such disputes of title/liens, costs, consequences etc.

8. RECOVERY OF CUSTOMS DUTY, EXCISE DUTY AND SALES TAX

8.1. In case, the statutory variation entitles the Employer to recover the amount (irrespective of Contractual Delivery) such amount will be recovered from any bill of the Contractor / Supplier, immediately on enforcement of such variation, under intimation to the Contractor / Supplier.

9. REJECTION

9.1. Any materials/goods covered under scope of supply, which during the process of inspection by appointed third party, at any stage of manufacture/fabrication and subsequent stages, prior to dispatch is found not conforming to the requirements/specifications of the Purchase Requisition/Order, shall be liable for immediate rejection.

9.2. Supplier shall be responsible and liable for immediate replacement of such material with acceptable material at no extra cost or impact on the delivery schedule to employer.

Page 21 of 286

Page 22: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 4 of 14

10. LIMITATION OF LIABILITY

10.1. Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under the Contract or otherwise shall be limited to 100% of contract value. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

11. INSURANCE

AS PER GCC (GOODS/WORKS), AS APPLICABLE

12. GOVERNING LAW

12.1. Laws of India will govern the Agreement and Delhi courts will have exclusive jurisdiction on all matters related to Agreement.

13. EMPLOYER’S RIGHTS AND REMEDIES

13.1. Without prejudice to EMPLOYER‟s right and remedies under Agreement, if SUPPLIER fails to commence delivery as per agreed schedule and/or in reasonable opinion of the EMPLOYER, CONTRACTOR / SUPPLIER is not in a position to makeup the delay to meet the intended purpose, the EMPLOYER may terminate the AGREEMENT in full or part at SUPPLIER‟s default and may get supplies from other sources at SUPPLIER‟s risk and cost.

14. GUARANTEE

AS PER GCC (GOODS/WORKS), AS APPLICABLE

15. PRICE REDUCTION SCHEDULE (PRS)

15.1 In partial modification of provisions of General Conditions of Contract (Goods) and General Conditions of Contract (Works), in the event of delay beyond the contractual completion date for reasons not attributable to owner and not constituting conditions of force majeure, it will be at Owner‟s discretion, without prejudice to his other rights under the contract, to accept delayed completion, but at the prices reduced by ½ % (half percent) of total contract price per complete week of delay or part thereof subject to a maximum of 5% (five percent) of total contract price. In a supply contract, the portion of supply completed in all respect which can be used for commercial operation shall not be considered for applying PRS, if delivered within contractual delivery period. The remaining supplies which are completed beyond the contractual delivery period shall attract price reduction schedule @ ½ % of delayed order value maximum upto 5% of total order value. Further, in case of delay in completion, the bidder shall calculate the applicable price reduction for delayed completion and raise their invoices net of contract price. The value referred in PRS Clause is excluding taxes & duties.

16. TERMS AND MODE OF PAYMENT

16.1. The terms and mode of payment shall be as per Annexure-I to SCC.

17. REPEAT ORDER

As per Clause 40.1 of GCC (Goods).

18. ORIGIN OF GOODS

(In partial modification to GCC)

Page 22 of 286

Page 23: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 5 of 14

18.1 A certificate issued by relevant Chamber of Commerce to this effect shall form part of shipping documents.

19. FALL CLAUSE

Fall Clause under Clause 38 of GAIL‟s GCC Goods stand deleted.

20. QUALITY ASSURANCE/QUALITY CONTROL

20.1. The Bidder shall prepare a detailed quality assurance plan for the execution of Contract for various facilities, which will be mutually discussed and agreed to.

20.2. The Bidder shall establish document and maintain an effective quality assurance system outlined in recognized codes.

20.3. The Purchaser/Consultant, while agreeing to a quality assurance plan shall mark the stages where they would like to witness the tests; review any or all stages of work at shop/site as deemed necessary for quality assurance.

21. PERFORMANCE EVALUATION

21.1. The performance of Contractor / Supplier to whom the award is placed shall be evaluated right from submission of bid till the final completion. Vendor Performance Evaluation Procedure as enclosed with RFQ.

22. POST ORDER CORRESPONDENCE

Details of persons for post order correspondence shall be intimated in the Purchase Order.

23. SUBMISSION OF FALSE FORGED DOCUMENT & CONSENT LETTER:

a) Bidder is required to furnish the complete and correct information/documents required for

evaluation of their bids. If the information/documents forming basis of evaluation is found tobe

false/forged, the same shall be considered adequate ground for rejection of Bids and forfeiture

of Earnest Money Deposit (Bid Security).

b) Incase, the information/document furnished by the vendor/contractor forming basis of

evaluation of his bid is found to be false/forged after the award of the contract, GAIL shall have

full right to terminate the contract and get the remaining job executed at the risk & cost of such

vendor/contractor without any prejudice to other rights available to GAIL under the contract

such as forfeiture of CPBG/Security Deposit, withholding of payment etc.

c) Incase this issue of submission of false document comes to the notice after execution of work,

GAIL shall have full right to forfeit any amount due to the vendor/contractor along with forfeiture

of CPBG/Security Deposit furnished by the vendor/contractor.

d) Further, such bidder/vendor/contractor shall be put on Blacklist/Holiday List of GAIL debarring

them from future business with GAIL.

24. DISPUTE RESOLUTION

24.1 Article no. 107 of GCC (Works) and Article no. 30 of GCC (Goods) stands modified to the following extent:

24.1.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with supplementary to Part – III of the Indian Arbitration and Conciliation Act 1996 for speedier, cost effective and amicable settlement of disputes through conciliation. A copy of the said rules made available on GAIL‟s web site www.gailonline.com for reference. Unless otherwise specified, the matters where

Page 23 of 286

Page 24: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 6 of 14

decision of the Engineer-in-Charge is deemed to be final and binding as provided in the Agreement and the issues/disputes which cannot be mutually resolved within a reasonable time, all disputes shall be settled in accordance with the Conciliation Rules 2010.

24.1.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/amongst the Parties arising

under/out of/in connection with this contract shall be settled in accordance with the afore said rules. 24.1.3 In case of any dispute(s)/difference(s)/issue(s), a Party shall notify the other Party(ies) in writing

about such a dispute(s)/difference(s)/issue(s) between/amongst the Parties and that such a Party wishes to refer the dispute(s)/difference(s)/issue(s) to Conciliation. Such invitation for Conciliation shall contain sufficient information as to the dispute(s)/difference(s)/issue(s) to enable the other Party(ies) to be fully informed as to the nature of the dispute(s)/difference(s)/issue(s), the amount of monetary claim, if any, and apparent cause(s) of action.

24.1.4 Conciliation proceedings commence when the other Party(ies) accept(s) the invitation of conciliate

and confirmed in writing. If the other Party (ies) reject(s) the invitation, there will be no conciliation proceedings.

24.1.5 If the Party initiating conciliation does not receive a reply within thirty days from the date on which

he/she sends the invitation, or within such other period of time as specified in the invitation, he/she may elect to treat this as a rejection of the invitation to conciliate. If he/she so elects, he/she shall inform the other Party(ies) accordingly.

24.1.6 Where invitation for Conciliation has been furnished, the Parties shall attempt to settle such

dispute(s) amicably under Part-III of the Indian Arbitration and Conciliation Act, 1996 and GAIL (India) Limited Conciliation Rules 2010. It would be only after exhausting the option of Conciliation as an Alternate Dispute Resolution Mechanism that the Parties hereto shall go for Arbitration. For the purpose of this clause, the option of `Conciliation‟ shall be deemed to have been exhausted, even in case of rejection of `Conciliation‟ by any of the Parties.

24.1.7 The cost of Conciliation proceedings including but not limited to fees for Conciliator(s), Airfare,

Local Transport, Accommodation, cost towards conference facility etc. shall be borne by the Parties equally.

24.1.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same during the

pendency of Conciliation proceedings. The Settlement Agreement, as and when reached/agreed upon, shall be signed between the Parties and Conciliation proceedings shall stand terminated on the date of the Settlement Agreement.

24.2 SETTLEMENT OF DISPUTE BETWEEN CPSEs OR CPSEs & GOVERNMENT DEPARTMENTS:

24.2.1 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 arbitration 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.

Page 24 of 286

Page 25: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 7 of 14

ANNEXURE-I TO SCC

1 PAYMENT TERMS

The following shall be read in conjunction with Article 21 of GCC (Goods)

1.1 INDIAN SUPPLIERS

1.1.1 SUPPLY PORTION (OTHER THAN PACKAGE MRs)

1.1.1.1 Where the MR is only for supply of materials (without any site work) and there is no Vendor Data Requirement (VDR) specified in the MR:

95% with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of material at site.

1.1.1.2 a) Where the MR is for supply of materials (without any site work) and calls for Vendor Data Requirement – Other than Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of drawings at least in Code-2 and manufacturing schedule.

90% (95% in cases where drawing approval is not required) with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition and receipt of material at site.

b) Where the MR is for supply of materials (without any site work) and calls for Vendor Data Requirement – For Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of drawings at least in Code-2 and manufacturing schedule.

10% against placement of sub orders for major raw materials against submission of equivalent BG.

15% against receipt and identification of major raw materials/ components by EIL nominated inspectors at Supplier’s works against submission of equivalent BG.

65% with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition and receipt of material at site.

Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings

Page 25 of 286

Page 26: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 8 of 14

1.1.1.3 a) Where the MR is for supply of materials (with site work) and calls for Vendor Data Requirement - Other than Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of drawings at least in Code-2 and manufacturing schedule.

80% pro-rata (85% in cases where drawing approval is not required) with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on successful completion of Site Work and handing over of goods/equipment to Purchaser.

b) Where the MR is for supply of materials (with site work) and calls for Vendor Data Requirement - For Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of drawings at least in Code-2 and manufacturing schedule.

10% against placement of sub orders for major raw materials (Plates and Forgings/ Plates, Forgings and Tubes/ Castings and Drivers) against submission of equivalent BG.

15% against receipt and identification of specified major raw materials/ components by EIL nominated inspectors at Supplier’s works against submission of equivalent BG.

55% with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on successful completion of site work and handing over of goods/equipment to Purchaser

Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings

1.1.2 SUPPLY PORTION (PACKAGE MRs)

Page 26 of 286

Page 27: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 9 of 14

1.1.2.1 Where the MR is for Packages (without site work) and calls for Vendor Data Requirement:

5% against approval of drawings at least in Code-2 and manufacturing schedule.

10% against placement of sub orders for major raw materials, as specified in Special Instructions To Bidders (S.I.B), against submission of equivalent BG.

80% pro-rata (85% in cases where drawing approval is not required) with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition and receipt of material at site.

1.1.2.2 Where the MR is for Packages (with site work) and calls for Vendor Data requirement:

5% against approval of drawings at least in Code-2 and manufacturing schedule.

10% against placement of sub orders for major raw materials, as specified in Special Instructions To Bidders (S.I.B), against submission of equivalent BG.

70% pro-rata (75% in cases where drawing approval is not required) with taxes and duties will be paid progressively against submission of dispatch documents to GAIL.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition.

10% on successful completion of site work and handing over of goods/equipment to Purchaser.

1.1.3 SITE WORK PORTION (ALL MRs)

90% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge.

10% on successful completion of site work and handing over of goods/equipment to Purchaser.

1.1.4 SUPERVISION OF ERECTION, TESTING & COMMISSIONING

100% against progressive monthly bills payable against submission of invoices and time sheets certified by the Engineer-In-Charge.

1.1.5 TRANSPORTATION CHARGES

Transportation charges will be paid progressively within 30 days after receipt and acceptance of material at Project Site.

1.1.6 Entry Tax/Octroi (if applicable), will be reimbursed at actual basis against submission of documentary evidence.

1.1.7 TRAINING

100 % on successful completion of Training as per Purchase Requisition.

1.2 FOREIGN SUPPLIERS

Page 27 of 286

Page 28: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 10 of 14

1.2.1 SUPPLY PORTION (OTHER THAN PACKAGE MRs)

1.2.1.1 Where the MR is only for supply of materials (without any site work) and there is no Vendor Data Requirement (VDR) specified in the MR:

100% including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

1.2.1.2 a) Where the MR is for supply of materials (without any site work) and calls for Vendor Data Requirement – Other than Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of Drawings at least in Code-2 and manufacturing schedule through Wire Transfer.

90% (95% in cases where drawing approval is not required) including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

Balance 5% against submission of required technical documentation as per Purchase Order (PO) / Purchase Requisition (PR), through wire transfer.

b) Where the MR is for supply of materials (without any site work) and calls for Vendor Data Requirement – For Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of drawings at least in Code-2 and manufacturing schedule through Wire Transfer.

10% against placement of sub orders for major raw materials against submission of equivalent BG through Wire Transfer.

15% against receipt and identification of major raw materials/ components at Supplier’s works against equivalent BG through Wire Transfer.

65% of invoice value including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition, through Wire Transfer.

Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes Pumps/Compressors : Castings / Forgings

Page 28 of 286

Page 29: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 11 of 14

1.2.1.3 a) Where the MR is for supply of materials (with site work) and calls for Vendor Data Requirement - Other than Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of Drawings at least in Code-2 and manufacturing schedule through Wire Transfer.

80% (85% in cases where drawing approval is not required) including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

5% against submission of required technical documentation as per Purchase Order (PO) / Purchase Requisition (PR), through wire transfer.

Balance 10% on successful completion of site work and handing over of goods/equipment to Purchaser, through wire transfer.

b) Where the MR is for supply of materials (with site work) and calls for Vendor Data Requirement - For Pumps, Compressors, Heat Exchangers, Columns & Vessels:

5% against approval of drawings at least in Code-2 and manufacturing schedule through Wire Transfer.

10% against placement of sub orders for major raw materials against submission of equivalent BG through Wire Transfer.

15% against receipt and identification of major raw materials/ components at Supplier’s works against equivalent BG through Wire Transfer.

55% including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite number of copies/sets/CDs as per VDR specified in Purchase Requisition, through wire transfer.

10% on successful completion of site work and handing over of goods/equipment to Purchaser, through wire transfer.

Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes

Pumps/Compressors : Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not specified in MR):

Columns and Vessels Plates and Forgings Heat Exchangers : Plates, Forgings and Tubes Pumps/Compressors : Castings / Forgings

Page 29 of 286

Page 30: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 12 of 14

1.2.2 SUPPLY PORTION (PACKAGE MRs)

1.2.2.1 Where the MR is for Packages (without site work) and calls for Vendor Data Requirement:

5% against approval of Drawings at least in Code-2 and manufacturing schedule through Wire Transfer.

10% against placement of sub orders for major raw materials as specified in Special Instructions To Bidders (S.I.B), against submission of equivalent BG through Wire Transfer.

80% (85% in cases where drawing approval is not required) including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

5% against receipt of Final/As Built Drawings/Document/Data/Manual in requisite number of Copies/Sets/CDs as per VDR specified in Purchase Requisiton, through Wire Transfer.

1.2.2.2 Where the MR is for Packages (with site work) and calls for Vendor Data requirement:

5% against approval of Drawings at least in Code-2 and manufacturing schedule through Wire Transfer.

10% against placement of sub orders for major raw materials as specified in Special Instructions To Bidders (S.I.B), against submission of equivalent BG through Wire Transfer.

70% (75% in cases where drawing approval is not required) including ocean freight (in case of CFR contract) will be paid progressively through irrevocable LC against submission of shipping documents.

5% against receipt of Final/As Built Drawings/Document/Data/Manual in requisite number of Copies/Sets/CDs as per VDR specified in Purchase Requisiton, through Wire Transfer.

10% on successful completion of Site Work and handing over of goods/equipment to Purchaser, through wire transfer.

1.2.3 SITE WORK PORTION (ALL MRs)

90% against monthly progressive bills (based on agreed billing schedule) duly certified by Engineer-in-charge.

10% on successful completion of site work and handing over of goods/equipment to Purchaser.

1.2.4 SUPERVISION OF ERECTION, TESTING & COMMISSIONING

100% against progressive monthly bills payable against submission of invoices and time sheets certified by the Engineer-In-Charge.

1.2.5 TRAINING

100% through Wire Transfer on successful completion of Training as per Purchase Requisition (PR).

Page 30 of 286

Page 31: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 13 of 14

NOTES

i. Order value shall be as indicated in the Purchase Order.

ii. Above applicable Payment Terms shall be subject to receipt of requisite Performance Bank Guarantee / Security Deposit (applicable for order value above Rupees 2 Lakh or Equivalent in Foreign Currency) for 10% of the order value within 15 days from the date of FOA. This Contract - Cum Performance Bank Guarantee shall be valid up to Guarantee period plus 3 Months.

iii. Dispatch documents for Indian Bidders shall consist of the following :

a) Invoice in Triplicate

b) Inspection release note by Purchaser/Consultant.

c) LR/GR

d) Documents as specified in Vendor Data Requirement in MR (if any)

e) Packing List

f) Proof of customs clearance including payment of customs duty for imports permitted in the Contract (if applicable)

g) Dispatch instructions/clearance by purchase/consultant.

iv. Shipping Documents for Foreign Bidders shall consist of the Following :

a) Invoice in triplicate

b) Inspection release note by Third Party Inspection Agency/Purchaser/Consultant.

c) Document as specified in Vendor Data Requirement in MR (if any)

d) Clean Bill of Lading.

e) Packing List

f) Documents pertaining to ocean freight (in case of CFR Contract)

g) Country of origin certificate

h) Dispatch instructions/ clearance by Purchaser/Consultant.

v. a) In case of indigenous suppliers, wherever taxes/duties/freight are separately indicated, the order value shall be exclusive of taxes/duties/freight. 100% payment of taxes/duties shall be released alongwith the payment released against dispatch documents on receipt of cenvatable/vattable documents (wherever applicable).

vi. The invoice shall be made after adjusting the following:

a) Price Reduction Schedule pursuant to GCC – GOODS / WORKS and SCC – Clause 15, if applicable.

b) Indian agents commission, if applicable.

vii. Payment to indigenous suppliers shall be released either through Electronic Clearing System (ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time Settlement (RGTS) or through internet. In view of this, necessary details, such as name of bank, bank account no. etc., duly attested by bidder’s bank must be submitted along with the offer.

viii. An irrevocable Letter of Credit (L/C) shall be established for payment against shipping documents less Indian Agent’s Commission/Fee (as quoted by the Foreign Bidder, if applicable) by Purchaser through an Indian Nationalized Bank within 30 days of acceptance of award by the Seller and its furnishing requisite

Page 31 of 286

Page 32: A096_5785_1233_ENQ_REV0

SCC (REV 2) (A096) Page 14 of 14

Performance Bank Guarantee.

ix. L/C opening charges payable to the L/C opening bank shall be borne by the Purchaser. In case the Seller requires a confirmed L/C, the confirmation charges shall be borne by the Seller. Any other charges not specified herein shall be on Seller’s account

x. Payment to foreign suppliers against Site Work and Supervision/Training shall be through wire transfer.

xi. All payments (other than through L/C) shall be released within 30 days of receipt of invoice and all requisite documents, complete in all respects.

xii. All bank charges of respective bankers shall be to respective account.

xiii. Within 45 days after award of order, the Bidder shall furnish a detailed “Billing schedule” separately under different heads for Owner’s approval and the Bidder shall raise his invoices accordingly. Such billing schedule shall also be accompanied by their shipment/dispatch schedule.

xiv. Sellers requiring multiple dispatches will restrict the number of dispatches to maximum three, unless agreed otherwise by Project Manager.

xv. All progressive advances to foreign as well as Indian supplier (except the advance against drawing approval) shall be against equivalent bank guarantees which shall be valid up to contractual delivery date plus three months.

xvi. Other than the payment terms given above, no other advance payments shall be payable.

xvii. In case of a foreign bidder sources services or supplies within India, bidder to note the following:

a) Payment of Indian supplies / services shall be released directly to Indian sub-supplier / sub-contractor against invoices duly certified by the Foreign supplier.

b) Payment to Indian sub suppliers / sub-contractors shall be released through E-payment.

1.3 DEDUCTION AT SOURCE

i. Purchaser will release the payment to the Seller after effecting deductions as per applicable law in force.

ii. Purchaser will release payments to the Contractor / Supplier after offsetting all dues to the Purchaser payable by the Contractor / Supplier under the Contract.

1.4 PAYING AUTHORITY

i. Invoices shall be raised on

GAIL (India) Ltd, HOD (F&A)

GAIL Petrochemical complex-II project, Pata, Distt Auraiya (UP)

ii. Copy to – GM (PC), GAIL (I) Ltd, New Delhi

iii. Payments shall be released from site office

Page 32 of 286

Page 33: A096_5785_1233_ENQ_REV0

Page 1 of 58

ITB (LIMITED POA) – REV 3 (A096)

4

INSTRUCTIONS TO BIDDERS (ITB) – LIMITED (POA)

Page 33 of 286

Page 34: A096_5785_1233_ENQ_REV0

Page 2 of 58

ITB (LIMITED POA) – REV 3 (A096)

INDEX

1. SCOPE OF BID

2. ELIGIBLE BIDDERS

3. ONE BID PER BIDDER

4. COST OF BID DOCUMENT

5. SITE VISIT

6. CONTENT OF BID DOCUMENT

7. CLARIFICATION ON BID DOCUMENTS

8. AMENDMENT OF BID DOCUMENTS

9. LANGUAGE OF BID

10. DOCUMENTS COMPRISING THE BID

11. BID PRICES

12. BID CURRENCY

13. PERIOD OF VALIDITY OF BIDS

14. BID SECURITY

15. PRE-BID MEETING

16. FORMAT AND SIGNING OF BID

17. ZERO DEVIATION

18. E-PAYMENTS

19. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES

20. SEALING AND MARKING OF BIDS

21. DEADLINE FOR SUBMISSION OF BID

22. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

23. MODIFICATION AND WITHDRAWAL OF BIDS

24. BID OPENING

25. PROCESS TO BE CONFIDENTIAL

26. CONTACTING THE EMPLOYER/CONSULTANT

27. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

28. PRICE BID OPENING

29. ARITHMETIC CORRECTIONS

30. CONVERSION TO SINGLE CURRENCY

31. EVALUATION AND COMPARISON OF BIDS

32. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER

33. DEEMED EXPORT BENEFIT

34. AWARD OF WORK 35. QUANTITY VARIATION 36. EMPLOYER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID 37. NOTIFICATION OF AWARD 38. PERFORMANCE GUARANTEE

39. REPEAT ORDER

40. CORRUPT AND FRAUDULENT PRACTICES

41. WAIVER OR TRANSFER OF THE AGREEMENT 42. ORDER OF PRECEDENCE 43. REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS 44. REQUIREMENT OF PAN FOR FOREIGN SUPPLIERS

Page 34 of 286

Page 35: A096_5785_1233_ENQ_REV0

Page 3 of 58

ITB (LIMITED POA) – REV 3 (A096)

INSTRUCTIONS TO BIDDERS (ITB) – LIMITED (POA)

GENERAL

1. SCOPE OF BID:

1.1. The Employer/Purchaser/Owner/GAIL as defined in the General Conditions of Contract, hereinafter “the Employer” wishes to receive bids as described in the Bid Documents.

1.2. SCOPE OF BID: The scope of work shall be as defined in the bidding document.

1.3. The successful bidder will be expected to complete the Scope of Bid within the period stated in special conditions of contract.

1.4. Throughout this bidding documents, the term “bid” and “tender” and their derivatives (“bidder/tenderer”, “Bid/tendered/tender”, “bidding/tendering”, etc.) are synonymous, and day means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS:

2.1 Documents Establishing Bidder‟s Qualification.

2.1.1 Bidder shall, as part of their bid, submit a written power of attorney authorizing the signatory of the bid to commit the bidder.

2.1.2 Pursuant to qualification criteria specified in RFQ document (If applicable) the bidder shall furnish all necessary supporting documentary evidence to establish the bidder(s) claim of meeting qualification criteria.

2.1.3 The bidder shall furnish, as part of his bid, documents establishing the bidder‟s eligibility to bid and his qualifications to perform the contract if his bid is accepted.

2.1.4 The documentary evidence of the bidder‟s qualifications to perform the contract if his bid is accepted, shall establish to the OWNER‟S/CONSULTANT‟S satisfaction that, the bidder has the financial, technical and production capacity necessary to perform the contract.

2.2 The invitation of bid is open only to the bidder to whom this enquiry is issued.

2.3 A bidder shall not be affiliated with a firm or entity:

(i.) that has provided consulting services related to the work to the EMPLOYER during the preparatory stages of the works or of the project of which the works form a part, or

(ii.) that has been hired by the Employer as engineer/consultant for the contract.

2.4 The bidder shall not be under a declaration of ineligibility by EMPLOYER for corrupt or fraudulent practices as defined in ITB clause no. 40.

2.4.1 The bidder is not put on Holiday / Blacklisted by GAIL or Project management consultant (PMC) of GAIL or Black listed by any government department / Public sector on due date of submission of bid. If the documents were issued inadvertently / downloaded from website, offers issued by such bidders shall not be considered for opening / evaluation / award.

2.5 A job executed by a bidder for its own plant/projects can‟t be considered as experience for the purpose of meeting requirement 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) duly certified by Statutory Auditor of the bidder towards payments of statutory tax in support of the job executed for Subsidiary / Fellow subsidiary / Holding company. Such bidders to submit these documents in addition to the documents specified in the bidding documents to meet BEC.

3. ONE BID PER BIDDER

3.1. A Bidder shall submit only one bid. A Bidder who submits or participates in more than one bid will cause all the proposals in which the bidder has participated to be disqualified.

3.2. Alternative priced bids are not acceptable. A bidder who submits alternative bids will cause all bids alternative bids to be disqualified.

Page 35 of 286

Page 36: A096_5785_1233_ENQ_REV0

Page 4 of 58

ITB (LIMITED POA) – REV 3 (A096)

4. COST OF BIDDING

4.1. The bidder shall bear all costs associated with the preparation and submission of the bid, and EMPLOYER (GAIL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost, regardless of the conduct or outcome of the bidding process.

5. SITE VISIT

5.1. The bidder is advised to visit and examine the site or / locations of warehouse and its surroundings and obtain for itself, at its own responsibility, all the information that may be necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall be at the bidder‟s own expense.

5.2. The bidder or any of its personnel or agents will be granted permission by the Employer to enter upon its premises and land for the purpose of such visits, but only upon the express condition that the bidder, its personnel, and agents will indemnify the Employer and its personnel and agents from and against all liabilities 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.

BIDDING DOCUMENT

6. CONTENT OF BIDDING DOCUMENT

6.1. The Bidding Documents hosted on GAIL and EIL Websites are as stated below and should be read in conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:

Volume I of II :Commercial

Volume II of II :Technical– Material Requisition.

6.2. The bidder is expected to examine RFQ documents, e-bidding guidelines on GAIL website, all instructions, form/formats, terms, specifications and drawings etc., enclosed in the Bidding Documents. The RFQ together with all its attachment thereto, shall be considered to be read, understood and accepted by the bidder. Failure to furnish all information required by the Bidding Document or submission of a bid not substantially responsive to the Bidding Document in every respect will be at bidder‟s risk and may result in the rejection of the Bid.

7. CLARIFICATION ON BIDDING DOCUMENT

7.1. A prospective bidder requiring any information or clarification of the Bidding Document, may notify the Employer/Consultant in writing by e-mail/fax/post at Consultant‟s mailing address indicated in the Bidding Document (Engineers India Ltd., Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi – 110066, India. Fax No. 0091 11 26167664 / 26191714). All question/ queries should be referred to Consultant at least 04 (four) days before scheduled date of pre-bid meeting.

8. AMENDMENT OF BIDDING DOCUMENT

8.1. At any time prior to the deadline for submission of bids, the Employer/Consultant may, for any reason, whether on its own requirement or in response to a clarification requested by prospective bidders, modify the Bidding Documents by issuing addenda.

8.2. Any addendum thus issued shall be part of the Bidding Document. The addendum will be hosted on the GAIL websites http://www.gailtenders.in, https://etender.gail.co.in and EIL website http://www.engineersindia.com and Govt‟s website https://tenders.gov.in. All the prospective bidders who have attended the pre-bid meeting or who have raised the queries against the bidding document shall be informed by e-mail/Fax about the addendum for their reference. Bidders have to take into consideration all the addendum(s) / corrigendum (s) / clarifications issued/ web hosted, before submitting the bid.

8.3. The Employer/Consultant may, at its discretion, extend the date of submission of Bids in order to allow the bidders a reasonable time to furnish their most competitive bid taking into account the amendments issued.

PREPARATION OF BID

9. LANGUAGE OF BID

9.1. The Bid prepared by the bidder, all correspondence/drawings and documents relating to the bid exchanged by the bidder with the Employer/Consultant shall be in English Language alone provided that any printed literature furnished by the bidder may be written in another language so long as accompanied by an English translation, in which case, for the purpose of interpretation of the bid, the English translation shall govern.

Page 36 of 286

Page 37: A096_5785_1233_ENQ_REV0

Page 5 of 58

ITB (LIMITED POA) – REV 3 (A096)

9.2. In the event of submission of any document/ certificate by the Bidder in a language other than English, the English translation of the same duly authenticated by Chamber of Commerce of Bidder‟s country shall be submitted by the Bidder.

10. DOCUMENTS COMPRISING THE BID

10.1. The e-bid prepared by the bidder shall comprise the following:

10.2. Techno-Commercial Un-priced Bid: PART-I

10.2.1 Part – I: Techno-commercial/Un-priced Bid shall contain the following documents digitally signed by the authorised person, which shall be uploaded in the Technical and Commercial folders separately, as applicable. a. Covering letter.

b. Bidder‟s General Details/information as per format F-1.

c. Bid Form as per Form F-2.

d. Letter of authority in original physical form in favour of any one of bidder‟s executive having authority to attend the un-priced and price bid opening on specified dates and venue as per format F-3.

e. Confirmation of no deviation as per Format F-4.

f. Declaration as per Form F-5.

g. Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) with its Annexure duly filled in (Format F-6).

h. Declaration for Enterprise‟s Information with respect to the Micro, Small and Medium Enterprises Development Act, 2006 - Format F-7.

i. Certificate of Non-Involvement of Agent as per Format F-8, if there is no Agent / Consultant / retainer / Associate is involved.

j. Proforma for details of Indian Agents as per Format F-9 if Agent/Consultant/Retainer/ Associate is involved.

k. Proforma of Indeminty Bond as per Format F-12.

l. Power of Attorney / Authorization in original physical form in favour of person (s) signing the bid that such person (s) is/are authorised to sign the bid on behalf of the bidder and any consequence resulting due to such signing shall be binding on the bidder.

m. Price Schedule with prices blanked out mentioning “Quoted / Not Quoted” against each item along with other details like rate of taxes and duties etc. considered.

n. Any other information/ details required as per Bidding Document.

10.3. Price Bid –: PART-II

10.3.1. Part – II : Price Bid (to be uploaded in separate web folder “Notes & Attachments”)

10.3.1.1. Part – II shall contain Schedule of Prices duly filled in, e-signed on each page.

10.4. Part – III (Bid Security & EMD): Not Applicable

10.5. Power of Attorney / Authorization letter & Integrity Pact: PART-IV

(In physical form with the scanned copy of same uploaded in e-bid)

10.5.1. Part- IV : Power of Attorney / Authorization letter & Integrity Pact

Part-IV shall contain one original set of Integrity Pact & Power of Attorney in separate sealed envelope.

11. BID PRICES

11.1. The bidder shall e-quote Bid Prices in the appropriate format of “Price Schedule” enclosed as part of Bidding Document.

11.2. Price quoted by the bidder, shall remain firm, fixed, and shall remain valid until completion of the contract performance and will not be subject to any variation, except statutory variation pursuant to relevant provisions in clause 11.6.9 & 11.6.10 of ITB. Any new taxes & duties, if imposed by Govt. of India after the last date of bid submission but before the contractual delivery date, shall be reimbursed

Page 37 of 286

Page 38: A096_5785_1233_ENQ_REV0

Page 6 of 58

ITB (LIMITED POA) – REV 3 (A096)

to the contractor on submission of documentary evidence for proof of payment to Govt. authorities and after ascertaining it‟s applicability with respect to the contract.

11.3. The bidder shall e-quote the price for any item after careful analysis of cost involved considering all parts of the Bidding Document. In case, any activity though specifically not covered but is required as per scope of work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

11.4. The Employer is entitled to Project rate of Customs Duty for imports made for the PROJECT. The present rates of Customs duty for Imports are basic duty (Project rate) @ 5% + CVD @ 12% + ED. Cess @ 3% + 4% SAD, as applicable.

The bidder while quoting the price may consider the project rate of custom duty. However, in case bidder is allowed, vide any other notification, a lower rate of custom duty than project rate of customs duty for import of raw materials and components required to manufacture the finished goods required as per MR, in such case bidder may consider the same and quote accordingly. Bidder shall ascertain the applicable rate of customs duty and shall be solely responsible towards applicability and correctness of such rates. The evaluation and ordering shall be carried out based on the rates of customs duty considered by the bidder. However, in case of wrong classification, no variation including statutory variation of Customs Duty will be payable extra. The bidder(s) must indicate quantity, CIF value & rate of custom duty considered in the Price Schedule. If bidder has considered Customs Duty for import contents other than the Project Rate of Customs Duty in their offer, then statutory variation on the Customs Duty shall be payable extra on the Project Rate of Customs Duty or the rate of Customs Duty considered by the bidder, whichever is lower.

The Employer‟s responsibility is only limited to furnishing of the necessary Project Authority Certificate to the bidder to enable him to obtain Essentiality Certificate from bidder‟s Administrative Ministry for availing the Project rate of Customs Duty.

11.5 a) The Employer will issue „C‟ Form for Concessional rate of CST in case of direct supply orders by GAIL/EIL.The Employer will not issue any Form for concessional rate of UPVAT.

b) Bidders are required to provide CENVATABLE / VATABLE invoices with respect to Excise Duty, UPVAT and Service Tax to be raised as per the details provided in detailed Order/ Letter of Acceptance.

c) In case of a foreign bidder sources supplies from India, bidder to note that the „C‟ Form shall not be issued to sub-supplier.

d) GAIL shall provide the road permit for entry of goods in Uttar Pradesh.

11.6 Indian Bidders shall provide the following details:

11.6.1 Unit and total price on FOT Despatch Point basis including all Inspection Testing, packing and forwarding charges but excluding applicable Taxes, Duties & Cess on finished goods.

11.6.2 Separate and clear break-up of charges for inland transportation excluding Octroi/Entry Tax (if applicable). Transit Insurance for inland transportation is to be arranged by Owner. Octroi and Entry Tax, if applicable, shall be reimbursed at actuals by GAIL on submission of documentary evidence.

11.6.2.1 Bidders to note that the materials, if ordered, are required to be dispatched on door delivery basis through a reliable bank approved Road Transport Company unless the transport company is named by the Owner.

11.6.2.2 Owner reserves the right to place the order on FOT site basis or FOT dispatch point basis in case bidding document specifies the delivery on FOT site basis. For this purpose the FOT dispatch point delivery shall be 2 weeks lesser than the specified FOT site delivery in the bidding document.

11.6.3 Unit and total price for site work, if applicable. Such price to include all costs as well as duties and taxes

paid or payable including VAT on Works Contract but excluding Cenvatable Service Tax. Terms & Conditions for Site Work shall be as per General Conditions of Contract (GCC - Works).

Page 38 of 286

Page 39: A096_5785_1233_ENQ_REV0

Page 7 of 58

ITB (LIMITED POA) – REV 3 (A096)

11.6.4 Per diem rate for Supervision during Erection, Testing and commissioning, if applicable. The prices to be furnished in Price Schedule Format as per Terms & Conditions specified in the format in addition to requirements of MR.

11.6.5 Training of owner‟s / consultant‟s person(s) at vendor‟s works / project site, wherever applicable, as per

guidelines given in the material requisition. The prices for Training shall be included in the quoted prices until and unless specifically asked for extra prices in price schedule formats.

11.6.6 AMC / PWMC, wherever required as per MR, shall be quoted separately in Price Schedule Formats in-

line with Terms & Conditions specified in the Bidding Document. 11.6.7 Details of Taxes, duties and Cess, applicable extra on the finished goods. 11.6.8 Details (Material, Quantity, rate etc.) of CIF value of built – in import content incorporated or to be

incorporated in the goods. The details to be furnished in separate Annexure attached with Agreed Terms & Conditions.

11.6.9 The statutory variations on Customs duty (rate) considered on above CIF value of built – in import content, within contractual delivery period shall be to Employer‟s account against submission of the documentary evidence. However, any increase in the rate of Customs duty beyond the contractual completion period shall be to bidder‟s account. In case of wrong classification, no variation including statutory variation of Customs Duty will be payable extra. Any decrease in the rate of Customs duty shall be passed on to the Employer.

11.6.10 The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form & VAT without concessional form, which will be payable on the finished goods and Cenvatable Service Tax, as applicable, within the contractual delivery period shall be to Employer‟s account against submission of the documentary evidence. Any increase in the rate of these taxes and duties beyond the contractual completion period shall be to bidder‟s account. However, any decrease in the rate of taxes & duties shall be passed on to the Employer.

11.7 Foreign Bidders shall indicate the following as per Price Schedule:

11.7.1 Foreign bidder shall submit their unit and Total prices on FOB – International Port of Shipment inclusive of Third Party Inspection, Testing. Sea freight (including stowage charges, if applicable) for converting their FOB prices to CFR – Mumbai Port / JNPT as detailed out in the Price Schedule inclusive of Indian Agent‟s Commission (if Applicable)

11.7.2 Employer reserves the right to place the order on FOB or CFR price basis. In case of award, initially the Fax of Acceptance (FOA) shall be placed on FOB basis and GAIL reserves the right to convert the same to CFR basis within 4 (Four) Months from the date of Fax of Acceptance (FOA) or 04 weeks prior to Delivery period whichever is earlier, based on ocean freight charges quoted by Seller subject to following:

11.7.2.1 Seller shall submit the following details of cargo within 15 days from FOA. In case requisite documents/ information is not received within above stipulated duration, then decision regarding CFR Conversion of this purchase order shall be taken within 45 days from the date of receipt of all requisite data. (i) Shipment‟s Schedule (Shipment date, Port of Shipment etc. for all the shipments). (ii) Performa Invoices for all the equipments. (iii) Dimension details of packages (dividing the same to shipment lots). (iv) Detailed technical write-up along with Catalogue.

11.7.2.2 In case actual cargo dispatched, exceeds the cargo details furnished, the extra freight incurred

by Owner will be to Seller‟s account.

11.7.2.3 In case material is shipped in FCL (Full Container Load), seller shall arrange through their freight forwarder/streamer agents to extend 15 days detention free time at destination port i.e. Mumbai

11.7.3 Prices quoted shall be inclusive of all applicable taxes and duties, packing & forwarding, stowing, if applicable, etc. applicable upto FOB – International Sea Port of shipment including transit insurance upto FOB port of shipment. Marine Insurance shall be arranged by the Owner.

Page 39 of 286

Page 40: A096_5785_1233_ENQ_REV0

Page 8 of 58

ITB (LIMITED POA) – REV 3 (A096)

11.7.4 Unit and total price for site work, if applicable. Such price to include all costs as well as duties and taxes paid or payable including VAT on Works Contract but excluding Cenvatable Service Tax. Terms & Conditions for Site Work shall be as per General Conditions of Contract (GCC - Works).

11.7.4.1 Bidder shall quote the prices in price schedule format for the following additional activities, if asked for:

a) Bidder shall arrange customs and port clearance and transportation of custom cleared goods from Indian port of entry in India (Mumbai / Nhava Sheva sea port) upto Project site. In order to import the materials on Project rate of customs duty, the materials shall be consigned in the name of GAIL only.

b) Bidder shall furnish Indemnity Bond for the CIF value of customs cleared goods to Owner before undertaking above activities as per format given in the Proposal forms and shall be valid upto receipt and acceptance of complete equipments at Site. Any delay in submitting Indemnity bond and thus resulting in any cost/charges to Owner including demurrage / wharfage shall be to Bidder‟s account only. The safe custody of material while undertaking customs clearance, transportation etc. shall be Bidder's responsibility. Bidder shall indemnify Owner against any losses of or damage to, misuses or misappropriation whatsoever of Owner‟s material while in their possession. Bidder shall take adequate precautions for safe custody of Owner‟s material.

c) The prices shall not include Indian import duties on the goods offered from outside India. Import duties (Customs Duty, CVD, Education Cess and SAD) on such goods shall be paid directly by the Owner to the Indian Customs Authorities. However, the responsibility of collecting the Cheque / DD etc. from the owner and paying to the Indian Customs Authorities shall lie with the supplier. Bidder is advised to give sufficient notice period to owner required for preparation of the Cheque / DD etc. Any implication on account of the delay in payment of the import duties to the concerned Authorities shall be in account of the supplier.

11.7.5 Per diem rate for Supervision during Erection, Testing and commissioning, if applicable. The prices to be furnished in Price Schedule Format as per Terms & Conditions specified in the format in addition to requirements of MR.

11.7.6 Training of owner‟s / consultant‟s person(s) at vendor‟s works / project site, wherever applicable, as per guidelines given in the material requisition. The prices for Training shall be included in the quoted prices until and unless specifically asked for extra prices in price schedule formats.

11.7.7 AMC / PWMC, wherever required as per MR, shall be quoted separately in Price Schedule Formats in-line with Terms & Conditions specified in the Bidding Document.

12. BID CURRENCY:

12.1 Indian bidders may submit bid in Indian Rupees or in US $ / Euro and receive payment in such currency.

12.2 Foreign bidders may submit bid in the home currency of bidder‟s country or INR / US$ / EURO.

12.3 A bidder expecting to incur a portion of his expenditure in the performance of Contract in more than one currency (limited to maximum two currencies) (without prejudice to the provisions of Clause 12.2) and wishing to be paid accordingly shall indicate the same in the bid. In such a case, the bid shall be expressed in different currencies with the respective amounts in each currency together making up the total price.

12.4 Currency once quoted will not be allowed to be changed.

12.5 Indian bidders shall quote CIF content in the same currency as bid currency.

13. PERIOD OF VALIDITY OF BIDS

13.1 The bid shall remain valid for acceptance for the period as specified in the RFQ. A bid valid for a shorter period shall be rejected being non-responsive.

13.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employer/ Consultant may request that the bidder extend the period of validity for a specified additional period. The requests and the responses thereto shall be made in writing (by e-mail/fax/post). A bidder may refuse the request and their bid shall not be considered further for Bid evaluation after expiry of their bid validity. A bidder agreeing to the request will not be required or permitted to modify his bid.

Page 40 of 286

Page 41: A096_5785_1233_ENQ_REV0

Page 9 of 58

ITB (LIMITED POA) – REV 3 (A096)

14. BID SECURITY: NOT APPLICABLE

15. PRE-BID MEETING

15.1 The bidder (s) or his designated representative, who have downloaded the Bidding Document and have confirmed their intention to bid are invited to attend a pre-bid meeting, if required, as per RFQ.

15.2 The purpose of meeting will be to clarify issues and to answer queries on any matter that may be raised at that stage.

15.3 Session will also be arranged for bidders to demonstrate the e-Tendering system to facilitate bidders to submit the Bid Online.

15.4 The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach Employer/Consultant‟s office not later than 4 days before the meeting. It may not be practicable at the meeting to answer queries received late, but queries and responses/clarifications will be transmitted in accordance with the following sub-clause.

15.5 The text of the queries raised and the responses given, together with any responses prepared after the meeting will be transmitted without delay (without identifying the sources of the questions) to all the prospective bidders who have attended the pre-bid meeting or who have raised the queries against the bidding document. Any modifications of the bidding documents listed in clause 6.1 of ITB 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 8 of ITB and not through the minutes of the pre-bid meeting.

15.6 Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.

16. FORMAT AND SIGNING OF BID

16.1 The bidder shall submit e-bid as per RFQ on GAIL‟s e-tender website: (https://etender.gail.co.in) as per guidelines given therein.

16.2 The e-bid shall be signed by the person or persons duly authorised to sign on behalf of the bidder. The name and position held by each person signing must be stated below the signature. All pages of the bid except any catalogues / literatures shall be signed and sealed by the person or persons signing the bid.

16.3 The bid shall contain no alterations, omissions or additions, unless such corrections are initialled by the person or persons signing the bid.

17. ZERO DEVIATION:

17.1 Bidder to note that this is a ZERO Deviation Bidding Document. Employer/Consultant will appreciate submission of offer based on the terms and conditions in the enclosed RFQ, GCC, SCC, ITB, Scope of Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on technical/ commercial aspect of the offer. Bidders may note that no technical and commercial clarifications may be sought for, after the receipt of the bid.

17.2 Notwithstanding to the above, bids with the following deviation(s) to the bid conditions shall be liable for rejection without any post bid reference to the bidder:

17.2.1 Firm prices

17.2.2 Scope of work

17.2.3 Specifications

17.2.4 Payment Terms

17.2.5 Delivery / Completion Schedule

17.2.6 Period of validity of bid

17.2.7 Price Reduction Schedule (PRS)

17.2.8 Performance Bank Guarantee (PBG) / Security Deposit.

17.2.9 Guarantee

Page 41 of 286

Page 42: A096_5785_1233_ENQ_REV0

Page 10 of 58

ITB (LIMITED POA) – REV 3 (A096)

17.2.10 Arbitration / Resolution of dispute

17.2.11 Force Majeure

17.2.12 Applicable laws

17.2.13 Any other condition specifically mentioned in the tender documents elsewhere that non-compliance of the clause lead to rejection of the bid.

18. E-PAYMENTS

18.1 GAIL (India) Limited has initiated payments to suppliers and Contractors electronically and to facilitate the payments electronically, In case contractors and vendors do not have their account in one of the designated banks (HDFC Bank or ICICI Bank or State Bank of India), payments to such contractors and vendors can be made through NEFT / RTGS / Bankers Cheque or Demand Draft. The bidder should give their account number and other details in any one of the above banks to facilitate payment through E-banking.

19. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES

19.1 GAIL would prefer to deal directly with the manufacturers/ principals abroad without involving any Indian Agent. But in case they decide to have their Agent/Consultant/ Representative/Retainer/Associate in India and pay commission for their services against a particular tender it should be bare minimum and the principal would have to certify that such a commission is commensurate with the services rendered to them by such an Agent/ Consultant/ Representative/ Retainer/ Associate in India. The principal will also have to broadly list out services to be rendered by the Agent/Consultant/ Representative/ Retainer/ Associate in India.

19.2 In the event bidder is having Agent/ Consultant/ Representative/ Retainer/ Associate/ servicing facilities in India (who is not an employee of the bidder) the bidder should indicate in their offer the name of such an Agent/ Consultant/ Representative /Retainer /Associate, they have for services in India. The bidder must also indicate clearly the commission payable to the Agent/Consultant/ Representative/ Retainer/Associate in rupees in terms of Agreement (enclosing copy of the same). The bidder, in his bid will indicate the nature and extent of service to be provided by such an Agent/Consultant/ Representative/ Retainer/Associate on behalf of the bidder and also remuneration therefore provided in the price, as a separate item, quoted by the bidder to GAIL. Such remuneration/commission will be paid by GAIL in non-convertible Indian currency in India. Should it be established at any subsequent point of time that the above statement of the bidder is not correct or that any other amount of remuneration/commission either in India or abroad is being paid to any one (who is not an employee of the bidder), the bidder would be liable to be debarred from participating in the future tenders of GAIL. Failure to give such information will lead to rejection of the offer.

19.3 The following particulars will also be furnished by the bidder:

(a) Name, address and precise relationship between the foreign manufacturer/principal and their Agent/Consultant/ Representative/Retainer/Associate in India.

(b) The mutual interest which the manufacturer/principal and the Agent/ Consultant/ Representative/ Retainer/Associate in India have in the business of each other.

(c) Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receives in India or

abroad from the manufacturer/principal whether as a commission for the contract or as a general fee. Bidder’s quoted price shall be treated as inclusive of such concession/fee.

(d) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate in India. (e) Permanent income tax account number of foreign supplier. (f) All services to be rendered by the Agent/ Consultant/ Representative / Retainer/Associate. Note: Tenders which do not comply with the above stipulations are liable to be ignored.

19.4 Overseas bidder should send e-bids directly. E-Bids sent through Agent / Consultant /Representative /

Retainer / Associate will not be recognized. Agent / Consultant/ Representative/Retainer/Associate of the overseas manufacturers/suppliers are, however, permitted to download biding documents and attend bid opening provided such as Agent/ Consultant/ Representative/Retainer/Associate has a power of attorney/letter of authority setting out very clearly his role, which will be limited to such areas of activity as downloading of Bidding Documents, attending of bid opening and claiming of payment for their services, provided further that such a power of attorney/letter of authority is submitted to GAIL in advanced for scrutiny and acceptance or otherwise.

Page 42 of 286

Page 43: A096_5785_1233_ENQ_REV0

Page 11 of 58

ITB (LIMITED POA) – REV 3 (A096)

SUBMISSION OF BIDS

20. SEALING AND MARKING OF BIDS

20.1 E-Bid shall be submitted in the following manner on line in e-tender site of GAIL as follows:

Part-I (Techno-commercial / un-priced bid) – To be uploaded in collaboration folder “Technical documents”.

Part-II (Priced Bid) - Price Bid shall be submitted in separate web folder “Notes and Attachments”.

Part-III (Bid Security) – Not Applicable

Part-IV – Power of Attorney/Authority letter & Integrity Pact in physical form with the scanned copy of same uploaded in e-bid.

20.2 Documents in Physical form

20.2.1 Power of Attorney/Authority letter & Integrity Pact (which have already been uploaded on web) are also required to be submitted in Original in physical form.

20.2.2 Other documents, if specified in bidding document, shall also to be submitted along with original Integrity pact and Power of attorney.

20.2.3 The documents required in hard copy shall be submitted within bid due date and time subject to maximum 07 days of the final bid due date. The documents shall be sent to the person as per RFQ covering letter.

20.3 Each envelope shall indicate name and address of the bidder to enable the bid to be returned unopened, if required.

20.4 If the envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the envelope.

21. DEADLINE FOR SUBMISSION OF BID

21.1 The Bid containing Part-I to IV must be submitted online at GAIL e-tender website (http://etender.gail.co.in) within due date and time for bid submission as specified in the RFQ documents. The Employer/Consultant may, in exceptional circumstances and at its discretion, on giving reasonable notice by e-mail/fax or any written communication to all the prospective bidders who have attended the pre-bid meeting or who have raised the queries against the bidding document, extend the deadline for the submission of bids in which case all rights and obligations of the Employer/Consultant and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.

22. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

22.1 E-system of GAIL shall close immediately after the deadline for submission of bid prescribed by the Consultant pursuant to clause 21 of ITB.

22.2 All tenders received after the notified time and date of closing of tenders will be treated as late tenders.

22.3 Unsolicited alterations or modifications of tenders received after the notified time and date of closing of the tenders shall not be entertained.

22.4 Late tenders shall not be considered. Such late tenders shall be returned to the bidder within 30 days in "unopened condition". The bid bond of such bidders shall be returned along with the unopened bid. In case of e-tendering where bid bond is received but bid is not submitted by the bidder, such bid bond shall be returned immediately.

22.5 Unsolicited bids or bids being submitted to addresses other than the one specifically stipulated in the tender documents will not be considered for evaluation if not received to the specified destination within stipulated date and time.

23. MODIFICATION AND WITHDRAWAL OF BIDS

23.1 The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the final due date of submission as per provision of e-tendering system of GAIL.

23.2 No bid shall be modified after the deadline for submission of bid.

Page 43 of 286

Page 44: A096_5785_1233_ENQ_REV0

Page 12 of 58

ITB (LIMITED POA) – REV 3 (A096)

23.3 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 may result in appropriate Penal action by GAIL / EIL.

BID OPENING AND EVALUATION

24. BID OPENING

24.1 Un-Priced Techno – Commercial bid opening:

24.2 The Employer/Consultant will open, in the presence of bidders‟ designated representatives, the un-priced part at date and time as stipulated in RFQ. The bidder‟s representatives who are present shall sign bid-opening statement evidencing their attendance.

24.3 Bidder‟s names, the presence (or absence), and any other such details as the consultant may consider appropriate will be announced by the Consultant.

25. PROCESS TO BE CONFIDENTIAL

25.1 Information relating to the examination, clarifications, evaluation and comparison of bids, and recommendations for the award of a Contract, shall not be disclosed to bidders or any other person officially concerned with such process. Any effort by a bidder to influence the Employer/Consultant in any manner in respect of bid evaluation or award will result in the rejection of that bid.

26. CONTACTING THE EMPLOYER/CONSULTANT

26.1 From the time of the bid opening to the time of the Contract award, if any bidder wishes to contact the Employer for any matter relating to the bid it should do so in writing.

26.2 Any effort by a bidder to influence the Employer/Consultant in any manner in respect of bid evaluation or award will result in the rejection of that bid.

27. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

27.1 Techno-Commercial Bid Evaluation.

27.2 The Employer/Consultant will examine the bids to determine whether they are complete, whether any computational errors have been made, whether required securities have been furnished, whether the documents have been properly signed, and whether the bids are generally in order.

27.3 Prior to the detailed evaluation, the Employer/Consultant will determine whether each bid is of acceptable quality, is generally complete and is responsive to the Bidding Documents. For the purposes of this determination, a responsive bid is one that conforms to all the terms, conditions and specifications of the Bidding Documents without deviations, objections, conditionality or reservations.

27.4 No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those bidders, whose technical and commercial bids contain any exception to the conditions and stipulations of the Bidding Documents, shall not be opened.

27.5 The Employer/Consultant‟s determination of a bid‟s responsiveness is to be based on the contents of the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by the Employer/Consultant, and may not subsequently be made responsive by the bidder by correction of the nonconformity.

27.6 The Employer/Consultant will carry out a detailed evaluation of the bids previously determined to be responsive in order to determine whether the technical aspects are in accordance with the requirements set forth in the Bidding Documents. In order to reach such a determination, the Employer/Consultant will examine and compare the technical aspects of the bids on the basis of the information supplied by the bidders, taking into account the following factors:

(a) Overall completeness and compliance with the Technical Specifications; quality, function and operation of any process control concept included in the bid. The bid that does not meet minimum acceptable standard of completeness/ specifications defined in the Bidding Document, consistency and detail will be rejected as non-responsive.

(b) Any other relevant factor, if any that the Employer/Consultant deems necessary or prudent to be taken into consideration.

Page 44 of 286

Page 45: A096_5785_1233_ENQ_REV0

Page 13 of 58

ITB (LIMITED POA) – REV 3 (A096)

27.7 Requisite forms contains all necessary information including those required for meeting qualifying criteria, if any, stipulated in RFQ document.

27.8 In case any bidder has not quoted for any item in their offer, the quoted price for the purpose of evaluation shall be considered as the maximum rate quoted by the other bidder for such items, subject to the estimated price of such unquoted items being not more than 10% of the bidder‟s quoted price. If after evaluation, such bidder is found to be the lowest evaluated bidder, the rates for the missing item(s) shall be deemed to be included in quoted bid price.

27.8.1 If the estimated price impact of un-quoted items of bidder is more than 10% of bidder‟s quoted price the above provision shall not be applicable and such bid shall be rejected.

27.9 If any bidder offers suo-moto discount after opening of un-priced 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.

27.10 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/positive price implication/price increase; such bidder(s) will be requested to withdraw the revised prices failing which the bid will not be considered for further evaluation.

28. PRICE BID OPENING

28.1 The Employer/Consultant shall inform the time, date and venue for price bid opening to all such bidders who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price bid opening at a short notice of 18 hours.

28.2 The Employer/Consultant will open price bids of all bidders notified to attend price bid opening in presence of authorised bidders‟ representatives present at the time of priced bid opening. The bidder‟s representatives who are present shall sign bid-opening statement evidencing their attendance.

28.3 The bidder‟s name, prices, and such other details as the Employer/Consultant, at its discretion, may consider appropriate will be announced and recorded at the time of bid opening.

29. ARITHMETIC CORRECTIONS

29.1 The bids will be checked for any arithmetic errors as follows.

29.2 Where there is a discrepancy between the amount in figures and in words, the amount in words will govern; and

29.3 Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted shall prevail and the total price shall be corrected.

29.4 If the bidder does not accept the correction of errors, its bid will be rejected.

30. CONVERSION TO SINGLE CURRENCY

30.1 To facilitate evaluation and comparison, the Employer/Consultant will convert all bid prices expressed in the amounts in various currencies, in which the bid price is payable, to single currency, i.e., Indian Rupees, at the Bills selling exchange rate published by the State Bank of India on one day prior to the price bid opening date.

31. EVALUATION AND COMPARISON OF BIDS

31.1 The OWNER/CONSULTANT will evaluate and compare the bids previously determined to be substantially responsive, pursuant to Clause-27 of ITB.

31.2 Comparison of Bid:

The lowest evaluated bid shall be considered for award of order on item-wise or Group wise basis, as specified elsewhere in the RFQ document. The item-wise/ Group wise evaluated prices shall be calculated as under:

Page 45 of 286

Page 46: A096_5785_1233_ENQ_REV0

Page 14 of 58

ITB (LIMITED POA) – REV 3 (A096)

31.2.1 ENQUIRY WITHOUT SITE WORK:

A. Where only Indian Bids are under comparison:

Bids shall be evaluated on the basis of landed cost at Site. The evaluated price shall include the following:

i. FOT despatch point price quoted by the bidder including packing and forwarding. ii. All inspection and Testing charges, if quoted extra. iii. Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares, etc. if required

as per bidding document. iv. Non-Cenvatable Excise duty including Cess, if any, on the finished goods. v. CST / UPVAT, as applicable. vi. Road Freight charges including Non Cenvatable Service Tax and Cess thereon. vii. Supervision charges, if required as per bidding document and estimated man days for supervision

are defined in the bidding document. viii. Technical loading, if any, as defined in the Bidding document. ix. AMC and / or Training, if required as per bidding document.

B. Where only Foreign Bids are under comparison:

Bids shall be evaluated on the basis of CFR Mumbai / Nhava Sheva Port, India basis. The evaluated price shall include the following:

i. FOB seaport of ext price at international seaport of exit. ii. Third Part Inspection and Testing charges, if quoted extra. iii. Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares, etc. if required

as per bidding document. iv. Ocean freight, as quoted by the bidder. Note: The following shall be considered for evaluation as applicable. v. Supervision charges, if required as per bidding document and estimated man days for supervision

are defined in the bidding document. vi. Technical loading, if any, as defined in the Bidding document. vii. AMC and / or Training, if required as per bidding document.

C. Where Indian as well as Foreign Bids are under comparison

Bids shall be evaluated as below:

i. Indian Bids: a) Same as 31.2.1 (A) but excluding (vi), i.e., Road Freight. ii. Foreign Bids: The evaluated price of Foreign bids shall be on CIF basis and includes the

following: a) CFR Price as per 31.2.1 (B), S no. (i) to (iv). b) Marine Insurance @ 1% of FOB price. c) Landing Charges including Port handling and Customs Clearance charges, @ 1% of CIF

Value. d) As on the Bid due date, Prevailing Project rate / Merit rate (whichever is lower) of Customs

duty (CD + CVD + Ed. Cess + SAD) on (CIF Value + Landing charges) e) Price of additional services / Loading shall be added as per S no. (v), (vi) & (vii) of 31.2.1 (B).

31.2.2 ENQUIRY INVOLVING SITE WORK:

i. Indian Bids: Bids shall be evaluated on the basis of landed cost at Site including site work.

The evaluated price shall include the following: a) Total price as per Clause no. 31.2.1 (A), S no. (i) to (ix), as applicable. b) Site work charges including Taxes, Duties & Cess, applicable on site work, excluding

Cenvatable service tax.

Page 46 of 286

Page 47: A096_5785_1233_ENQ_REV0

Page 15 of 58

ITB (LIMITED POA) – REV 3 (A096)

ii. Foreign Bids: Bids shall be evaluated on the basis of landed cost at Site including site work.

The evaluated price shall include the following: a) Total price as per Clause no. 31.2.1 (C) (ii), S no. (a) to (e), as applicable. b) Any other services like landing charges & port handling, customs clearance and, inland

transportation from Indian port of entry to project site, as quoted in price schedule format. c) Site work charges including Taxes, Duties & Cess, applicable on site work, excluding

Cenvatable service tax.

31.2.3 General Notes for evaluation: 31.2.3.1 In case of Indian sourced supplies / components, Cenvat credit for corresponding amount of

Cenvatable Excise duty and Cenvatable Service tax shall be considered for price evaluation. However, Credit on account of UPVAT shall not be considered for price evaluation. Similarly in case of direct imports by owner, Cenvat credit for corresponding amount of Cenvatable portion of CVD and SAD shall be considered for price evaluation.

31.2.3.2 Comparison of bids shall be carried out in equivalent Indian Rupees basis considering “Bill Selling” rate of Foreign exchange as available from “State Bank of India” one day prior to Priced Bid opening.

31.2.3.3 Interest rates wherever is required (like for calculation of Technical loading factor) shall be taken as “SBI Base rate as on date of Priced Bid opening + 5%”.

31.2.3.4 In case of a Foreign bidder sources supplies / Services sourced within India, these shall be added on case to case basis. Supply prices of Indian sourced components shall be added on FOT site basis inclusive of Taxes, Duties and Cess, Freight irrespective of site work is involved or not.

31.2.3.5 Cost of Two Year Operation and Maintenance spares shall not be considered for evaluation.

32. OTHER CRITICAL POINTS FOR EVALUATION OF OFFER:

32.1 The unit prices quoted in the price bid is to be considered for evaluation and no cognizance will be given to the supplementary/supporting document attached to the price bid, break-up of prices, etc.

33. DEEMED EXPORT BENEFIT

33.1 Deemed export benefits are not applicable and Indian Bidder should furnish prices without considering these benefits.

AWARD OF CONTRACT

34. AWARD OF WORK.

34.1 The employer/ Consultant will award the contract to the successful bidder (s) whose bid has been determined to be substantially responsive, meets the technical & financial criteria and have been determined as a lowest bid and is determined to be qualified to satisfactorily perform the contract.

34.2 In case of MRs containing supply as well as site work, a single order, covering the supplies as well site work, shall be placed. Split ordering shall not be permitted.

35. QUANTITY VARIATION:

35.1 The Employer/Consultant reserve the right to delete the requirement of any one or more items of MR without assigning any reason.

Page 47 of 286

Page 48: A096_5785_1233_ENQ_REV0

Page 16 of 58

ITB (LIMITED POA) – REV 3 (A096)

36. EMPLOYER/CONSULTANT’S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

36.1 The Employer/Consultant 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 the 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 Employer/Consultant‟s action.

37. NOTIFICATION OF AWARD

37.1 Prior to the expiration of period of bid validity GAIL will notify the successful bidder in writing by fax/e-mail 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.

37.2 The Delivery / Completion period shall commence from the date of notification of award / Fax of Acceptance (FOA).

37.3 Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain price, delivery and other salient terms of your bid and bidding document.

Bidder will be required to confirm receipt of the same by returning “copy of the FOA duly signed and stamped by the bidder as a token of acknowledgement to GAIL‟s and EIL. On receipt FOA acknowledgement without any deviation/condition, detail Purchase Order/ Contract will be issued in quadruplicate. Three copies of the same without any conditions/ deviations will be returned duly signed and stamped by the bidder as a token of acknowledgement to GAIL and EIL.

38. PERFORMANCE GUARANTEE

38.1 Pursuant to clause no. 12 of GCC-Goods & 24 of GCC - Works, bidder will provide Performance Guarantee of appropriate value (total price of contract including supplies and site work, wherever applicable) (for orders above 2.0Lakh) within 15 days of receipt of FOA from the Employer. The Performance Guarantee shall be in form of either irrevocable letter of credit, Demand Draft or Banker‟s Cheque or irrevocable Bank Guarantee (as per Format attached) and shall be in the currency of Contract.

38.2 SSI units registered with the NSIC, under its Single Point Registration Scheme shall be exempted from submission of Security Deposit / Contract Performance Guarantee to the Monetary Limit for which the unit is registered.

38.3 Failure of the successful bidder to comply with the requirement of this clause shall constitute a breach of contract, cause for annulment of the award and any such remedy the Employer may take under the Contract pursuant to Clause 28.1.3 of GCC-Goods.

39. CORRUPT AND FRAUDULENT PRACTICES

39.1 The Employer requires that Bidders/Contractors observe the highest standard of ethics during the execution of Contract. In pursuance of this policy, the Employer defines, for the purposes of this provision, the terms set forth below as follows:

i) “Corrupt Practice” means the offering, giving, receiving, or soliciting of anything of value to influence the action of public official in contract execution; and

ii) “Fraudulent Practice” means a misrepresentation of facts in order to influence the execution of a Contract to the detriment of the Employer, and includes collusive practise among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Employer of the benefits of free and open competition.

39.2 The Employer will reject a proposal for award if it determines that the bidder recommended for award has engaged corrupt or fraudulent practices in competing for the Contract in question.

39.3 The Employer will declare a firm ineligible for a period pursuant to Clause No. 28.1.3 of GCC-Goods.

39.4 The bidder(s) are required to execute the “Integrity Pact” attached in the Bidding Document as Attachment-II. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

40. WAIVER OR TRANSFER OF THE AGREEMENT

40.1 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 Employer.

Page 48 of 286

Page 49: A096_5785_1233_ENQ_REV0

Page 17 of 58

ITB (LIMITED POA) – REV 3 (A096)

41. ORDER OF PRECEDENCE

41.1 The Articles contained in this Section shall supplement to the Special Conditions of Contract and General Conditions of Contracts. Where any portion of Special Conditions of Contracts and General Conditions of Contract is repugnant or at variance with any provisions of Instructions to Bidders. Instructions to Bidders shall be deemed to over-ride the provision(s) of Special Conditions of Contract and General Conditions of Contract only to the extent that such repugnancies of variations in Instructions to Bidders are not possible of being reconciled with the provisions of Special Conditions of Contract and General Conditions of Contract.

42. REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

42.1 All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for Employment Visa only and that grant of Employment Visa would be subject to strict adherence of following norms:

a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is

being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India on

contract or employment basis at a senior level, skilled position such as technical expert, senior

executive or in managerial position etc.

b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is

not considered.

c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical

jobs.

42.2 Suppliers are advised in their own interest to check latest Visa rules from Indian Embassy/ High Commission in their country in case Foreign nationals are required to be deputed to India during execution of the Contract.

43. REQUIREMENT OF PAN FOR FOREIGN SUPPLIER

43.1 In case of site work and/or services rendered in India by a Foreign Supplier, it is mandatory to furnish Permanent Account Number (PAN), as per the Indian Income Tax requirements, failing which Foreign Supplier shall be responsible for any additional tax deduction at source as per the provisions of the Indian Income Tax Act/Rules. The PAN shall be furnished before release of any payment or within one

month of issue of purchase order, whichever is earlier.

Page 49 of 286

Page 50: A096_5785_1233_ENQ_REV0

Page 18 of 58

ITB (LIMITED POA) – REV 3 (A096)

FORM AND FORMATS

Page 50 of 286

Page 51: A096_5785_1233_ENQ_REV0

Page 19 of 58

ITB (LIMITED POA) – REV 3 (A096)

BIDDING DOCUMENT NO.: PROJECT :

Form F-1 BIDDER’S GENERAL INFORMATION

To GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

1-1 Bidder Name: ________________________________________

1-2 Number of Years in Operation: ________________________________________

1-3 Address of Registered Office: ________________________________________

City________________ District _________

State _______________ PIN/ZIP__________ 1-4 Operation Address if different from above: ________________________________________

________________________________________

City________________ District _________

State _______________ PIN/ZIP__________

1-5 Telephone Number: _______________________________________

(Country Code) (Area Code) (Telephone Number) 1-6 E-mail address: ________________________________________

1-7 Website: ________________________________________

1-8 Fax Number: ________________________________________

(Country Code) (Area Code) (Telephone Number)

1-9 ISO Certification, if any {If yes, please furnish details}

1-10 Bid Currency __________________________________

1-11 Port of shipment __________________________________

1-12 Whether Supplier / Manufacturer _____________________________________ Dealer/Trader/Contractor 1-13 Type of Material Supplies : _____________________________________

Page 51 of 286

Page 52: A096_5785_1233_ENQ_REV0

Page 20 of 58

ITB (LIMITED POA) – REV 3 (A096)

1-14 Banker‟s Name : _____________________________________

1-15 Branch : _____________________________________

1-16 Branch Code : _____________________________________

1-17 Bank account number : _____________________________________

ONLY FOR INDIAN BIDDERS

1-18 Excise Registration number : _____________________________________

1-19 Excise Range : _____________________________________

1-20 Excise Division : _____________________________________

1-21 Excise Collectorate : _____________________________________

1-22 Local ST No. : _____________________________________

1-23 CST No. : _____________________________________

1-24 PAN No. : _____________________________________

1-25 Whether unit is registered under NSIC Or not : ___________________________________

25.1 In case of registered under NSIC, indicate following: Copy of NSIC Certificate enclosed Registration No. and Validity: _______________________ Monetary limit: _______________________

(SIGNATURE OF BIDDER WITH SEAL)

Page 52 of 286

Page 53: A096_5785_1233_ENQ_REV0

Page 21 of 58

ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-2 BID FORM

To

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

After examining/reviewing the Bidding Documents for complete scope as per MR, including technical specifications, drawings, General and Special Conditions of Contract and Price schedule etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to execute the whole of the Job for the item in conformity with, the said Bidding Documents, including addendums/corrigendum/amendment to the bidding document, if any.

We confirm that this bid is valid for a period as per RFQ 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 equal to 10% (ten per cent) of the Contract Price, for the due performance with in fifteen days of such award.

Until a final Contract is prepared and executed, the bid together with your written acceptance thereof in your notification of award shall constitute a binding Contract between us.

We understand that Bidding Document is not exhaustive and any action and activity not mentioned in Bidding Documents but may be inferred to be included to meet the intend of the Bidding Documents shall be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and we confirm to perform for fulfilment 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:

Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)

WITNESS NAME:

ADDRESS:

Page 53 of 286

Page 54: A096_5785_1233_ENQ_REV0

Page 22 of 58

ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-3 LETTER OF AUTHORITY

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT NEGOTIATIONS/CONFERENCES

No. Date:

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

We _____________________________________ hereby authorize following representative(s) to attend un-priced bid opening and price bid opening and for any other correspondence and communication against above Bidding Document:

Name & Designation _______________________ Signature _________________

Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.

Yours faithfully,

Signature

Name & Designation

For and on behalf of

NOTES:

A. This letter of authority should be on the letterhead of the bidder and should be signed by a person competent and having the power of attorney to bind the bidder.

B. Not more than two persons are permitted to attend techno –commercial un-priced and price bid opening.

C. Bidder‟s authorized executive is required to carry a copy of this authority letter while attending the un-priced bid opening and price bid opening and submit the same to GAIL/EIL

Page 54 of 286

Page 55: A096_5785_1233_ENQ_REV0

Page 23 of 58

ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-4 NO DEVIATION CONFIRMATION

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

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 and we agree that if any deviation/exception is mentioned or noticed, our bid may be rejected.

(SEAL AND SIGNATURE OF BIDDER)

Page 55 of 286

Page 56: A096_5785_1233_ENQ_REV0

Page 24 of 58

ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-5 DECLARATION

We confirm that we are not under any liquidation, court receivership or similar proceedings. We also confirm that we have not been put on Holiday / Black listed by GAIL or Project management consultant (PMC) of GAIL or Black listed by any Government department / Public sector on due date of submission of bid. We also confirm that the content of the Bidding Document including Corrigendum/Addendum (if any) have not been altered or modified. We further confirm that in case we are the successful bidder, we shall supply spares directly and shall

not pass on the responsibility to Dealers / Distributors / Stockists or Indian Associates for the present and future requirement, if any, of the Purchaser.

Signature & Seal of Bidder

Page 56 of 286

Page 57: A096_5785_1233_ENQ_REV0

Page 25 of 58

ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

FORMAT F-6

AGREED TERMS & CONDITIONS WITH ANNEXURE

(FOR INDIAN / FOREIGN BIDDERS)

Page 57 of 286

Page 58: A096_5785_1233_ENQ_REV0

Page 26 of 58

ITB (LIMITED POA) – REV 3 (A096)

GAIL (INDIA) LIMITED PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH

(Job No. A096) AGREED TERMS & CONDITIONS

(FOR INDIAN BIDDERS) Vendor Name: M/s __________________________________________________________

RFQ No. : ______________________________________________________________

Vendor‟s Offer Ref No. : ______________________________________________________

Tel. No. _____________________________ Fax No. ______________________________

Contact Person : ___________________________ E-mail __________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY. 2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE

CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF

AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL, CONFIRM.

4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP

QUESTIONNAIRE AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

5. ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING

DOCUMENT CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND TECHNICAL/COMMERCIAL CORRIGENDUM, IF ANY, WITHOUT ANY DEVIATION OTHERWISE OFFER SHALLBE LIABLE FOR REJECTION.

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

1. Quoted prices are on FOT despatch point basis inclusive of Packing & Forwarding.

Confirmed

1.1 Specify Despatch Point

Indicated (Refer Annexure-1)

1.2 a) b) c) d)

Indicate firm freight charges for transportation by Road upto Project site excluding Cenvatable Service Tax & Ed. Cess. In case service tax is non cenvatable, same shall be included in the quoted freight charges. Confirm that the cenvatable Service tax payable extra on freight is quoted. Bidder shall be paid service tax only against cenvatable invoices issued in accordance with the service tax rules.

Indicated (Refer Annexure-1)

Confirmed

Indicated (Refer Annexure-1)

Confirmed

Page 58 of 286

Page 59: A096_5785_1233_ENQ_REV0

Page 27 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

1.3 Transit risk insurance shall be covered by the Owner against their MCE (Marine cum Erection) Policy and the same has not been included in the quoted prices.

Confirmed

2. a) b) c) d)

Excise Duty + Education Cess: Tarrif sub heading no. Present rate of Excise Duty + Education Cess payable extra against documentary evidence on finished products (including spares). Maximum rate applicable (If present rate is nil or concessional) Clarify whether Excise Duty will be applicable on freight charges also.

Indicated (Refer ANNEXURE – I) Indicated (Refer ANNEXURE – I Indicated (Refer ANNEXURE – I)

Not Applicable / Applicable (Please tick, whichever is applicable, otherwise, it shall be considered as Not Applicable)

2.1 Please indicate following break-up a) Cenvatable Excise Duty b) Non Cenvatable Excise Duty

100%

NIL

2.2 a) b)

The payment against Cenvatable portion shall be made at actuals subject to maximum given at 2.1 (a) above. Confirm acceptance. Material supplied will be eligible for CENVAT Credit and vendor shall furnish all documents as required to avail the same.

Confirmed

Confirmed

2.3 The Cenvatable portion of Excise Duty shall be released on receipt of CENVATABLE documents.. Confirm acceptance.

Confirmed

3. a) b) c) d)

Sales Tax: Sales tax payable extra Specify CST/ UPVAT Present rate * * In case of CST, C form shall be provided. However, in case of UPVAT, no concessional form will be issued. Purchaser shall avail credit of UPVAT, as applicable. UPVAT shall be reimbursed to bidder subject to submission of requisite documents enabling Owner to avail „INPUT CREDIT‟ for the same. Clarify whether CST / UPVAT will be applicable on freight charges also.

Indicated (Refer ANNEXURE – I)

Indicated (Refer ANNEXURE – I)

Confirmed

Not Applicable / Applicable (Please tick, whichever is applicable, otherwise, it shall be considered as Not Applicable)

Page 59 of 286

Page 60: A096_5785_1233_ENQ_REV0

Page 28 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

4.

In case Excise Duty / CST / UPVAT are not stated as applicable on freight charges presently, and if they are applicable at the time of delivery due to any reasons other than statutory, the same will be borne by the Bidder. Confirm compliance.

Confirmed

5. a) b)

Only statutory variations, if any, in the present rate of Excise Duty, Ed. Cess, CST / UPVAT, Service tax etc. upto the contractual delivery period shall be to GAIL‟s account subject to documentary evidence to be furnished by the bidder. Any variation beyond CDD shall be borne by bidder. However, any variation in Excise duty + Ed. Cess at the time of supplies for any reasons, other than statutory, including variations due to turnover, shall be borne by bidder.

Confirmed

Confirmed

6. a) b) c) d) e)

Site Work: If Material Requisition/ enquiry documents call for Site Work, please confirm the following: Confirm that quoted prices include VAT on Works Contract. Owner shall not pay any variation including statutory variation. Any extra implication due to wrong assessment and/ or selection of mode of ordering shall be borne by you. Confirm acceptance. VAT on Works Contract at source will be deducted as per statutory provisions and TDS certificate will be issued for the same by Owner. Confirm acceptance. Only single order covering complete scope of supply & services will be issued and order for supply and services shall not be split. Confirm that quoted prices are exclusive of Cenvatable Service tax.

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Indicated (Refer ANNEXURE – I)

7. Entry Tax: Octroi / Entry tax, if applicable, shall be reimbursed at actuals against satisfactory documentary evidence. Confirm compliance.

Confirmed

8. All new taxes/duties/cess/levies notified after the last date of submission of final price bid/price implication, but within contractual delivery /completion period, shall be to GAIL‟s account. These shall be reimbursed against documentary evidence.

Confirmed

Page 60 of 286

Page 61: A096_5785_1233_ENQ_REV0

Page 29 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

However, in case of delay on account of supplier, any new or additional taxes and duties imposed after contractual delivery shall be to supplier‟s account. Confirm compliance. Any errors of interpretation of applicability of taxes/duties by bidders shall be to bidders‟ account.

Confirmed

Confirmed

9. a) b)

Spares Parts: Confirm item wise unit price (FOT Despatch Point) of following spare parts as required in Material Requisition (MR) have been included in the quoted prices and itemised list has been furnished. i) Mandatory spares as specified in MR. ii) Special Tools & Tackles as specified in the MR. iii) Commissioning spares wherever required. Recommended spare parts for two years operation & maintenance are quoted separately. Also quote freight charges upto site for the spares.

Confirmed

Confirmed (if applicable as per

MR)

Confirmed (if applicable as per MR)

Confirmed (if applicable as per

MR)

Confirmed (if applicable as per MR)

10. Confirm documentation charges as per MR are inclusive in your quoted prices.

Confirmed

11. Confirm customer references list for the item/model quoted by you, is given in offer.

Confirmed (if required as per MR)

12. a) b)

Price Reduction on delay in delivery: Confirm acceptance of price reduction schedule for delay in deliveries specified in GCC (Goods) and SCC (Goods) enclosed in Bidding Document. Liquidated damages or penalty are not acceptable. In case of delay, vendor will reduce the invoice amount by applicable reduction.

Confirmed

Confirmed

13. a) b)

Delivery / Completion Period: Please confirm acceptance to delivery / completion period conforming to RFQ requirement. In case of specified delivery on FOT site basis in the bidding document, owner/purchaser reserves the right to place order on FOT dispatch point basis with FOT dispatch point delivery lesser than FOT site delivery by 2 weeks and Freight to be arranged by purchaser.

Confirmed

Noted &

Confirmed

14.

Payment Term: Confirm acceptance of payment terms as per RFQ.

Confirmed

Page 61 of 286

Page 62: A096_5785_1233_ENQ_REV0

Page 30 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

15. a) b) c)

Part Order: Confirmed acceptance to Part Order. The quantity against a particular item shall not be split. Any charges quoted extra as lump-sum shall be applicable prorata on value basis in the event of part order.

Confirmed

Noted

Confirmed

16. Repeat Order: Confirm acceptance of repeat order within 6 (six) months as per GCC (Goods) and RFQ.

Confirmed

17. a) b)

Performance Bank Guarantee: Submission of Performance Bank Guarantee for 10% of total order value as asked in General Conditions of Contract (Goods) and Instructions to Bidders (ITB) for full guarantee period plus 90 (ninety) days. i) The Performance Bank Guarantee shall be strictly

as per enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank.

ii) However, if Performance Bank Guarantee are furnished other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crores and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

Confirmed

Confirmed

Confirmed

18. a)

Firmness of prices: Confirm quoted prices shall remain firm and fixed till complete execution of order. Price Variation shall not be considered on any account.

Firm & Fixed

19. a) b)

Testing and Inspection charges: Goods and services are subject to stage-wise and final inspection by Owner/EIL. Travel, Living and Personnel expenses of Owner/EIL‟s inspectors shall be borne by Owner. All Built in Import content shall be subject to inspection by BV/ DNV/TUV/ CEIL / LRS / SGS / GLI / Moody / Bax Council / Bharat Quality Engineers for which charges are included in the quoted prices and no additional charges will be paid by Owner. Quoted prices are: i) Inclusive of all testing and inspection charges as

per MR. ii) Inclusive of all IBR/IGC/NACE charges (if

applicable) as required in the Material Requisition.

Confirmed

Included

Confirmed

Confirmed

Page 62 of 286

Page 63: A096_5785_1233_ENQ_REV0

Page 31 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

c)

Is your shop approved by IBR/CCE authority and has sufficient validity to execute the order / contract, if awarded.

Approved

20. a) b) c) d) e) f) g) h) i) j)

Import Content: If your offer is based on certain imported raw materials required for equipments/ materials offered, please specify the following : Confirm that quoted prices are based on Project rate of Customs duty or Merit rate of customs duty, whichever is lower, CVD, Educational Cess and SAD as applicable. Owners responsibility is only limited to furnishing of the necessary Certificate to obtain Essentiality Certificate from bidder‟s Administrative Ministry for availing the Project rate of Customs Duty by the Bidder. Indicate Project rate of customs duty considered and included in the quoted prices. (Please stipulate if rate of Customs Duty considered other than Project rate). Indicate brief description/ specification with itemised CIF value and county of origin of imported material. (to enable GAIL/EIL to operate part order). Indicate classification with tariff no. under which Vendor intends to import. Confirm prices shall be firm on account of variation in foreign exchange rate. Owner shall not provide any import licence. Quoted prices are after considering the benefit of CENVAT on CVD including Edu. Cess. Any upward variation due to change in Customs Duty Classifications shall be absorbed by the vendor. However, any reduction in customs duty due to change in classification shall be passed on to Owner. Statutory variations, if any, in the rate of customs duty upto a maximum period of the contractual delivery period shall be to Owner‟s account. If bidder has considered Customs Duty other than Project Rate of Customs Duty, then statutory variation on the Customs Duty shall be payable extra on the Project rate of Customs Duty or the rate of Customs Duty considered by the bidder, whichever is lower. Owner will not pay any variation on account of CVD including Edu. Cess.

Confirmed

Confirmed

Furnished Refer Annexure-III

Furnished Refer Annexure-III

Refer Annexure-III

Confirmed

Noted

Confirmed

Confirmed

Confirmed

Page 63 of 286

Page 64: A096_5785_1233_ENQ_REV0

Page 32 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

k) l) m)

Any increase in price due to increase in the rate of Customs Duty, due to any reasons, whatsoever, beyond the contractual delivery period, shall be to vendor's account. However, any decrease in custom duty rate at the time of actual clearance of imported materials shall be passed on to Owner. The CIF Value(s) indicated by the vendor shall be deemed to be the maximum value(s) for the purpose of payment of variation in custom duty and/or other statutory variations, if any, thereon. Variation in price due to Customs duty rate will be dealt with separately after receipt of equipment at site, against documentary evidence.

Confirmed

Confirmed

Confirmed

21. a) b)

VALIDITY: Confirm that the offer as per RFQ. Confirm validity of recommended spares for 2 years operation and maintenance will be 2 months over and above the validity of offer.

Confirmed

Confirmed

22. a) b) c)

ZERO DEVIATION: Confirm your offer is in total compliance with Bidding Document containing technical specifications including General / Technical notes and scope of work including documentation as per Material Requisition (MR) and subsequent Technical amendment and Technical corrigendum, if any, without any deviation.

Confirm your offer is in total compliance with Bidding documentation containing commercial terms and conditions as per the following documents, without any deviation:

i) General Conditions of Contract (Goods)

ii) Request For Quotation (RFQ)

iii) Instructions to Bidders (ITB) and Addendum to ITB for e-Tendering.

iv) Special Conditions of Contract (SCC)

v) Payment Terms and Mode of Payment.

vi) Packing, Marking & Shipping Instructions, Special Packing Requirements, Integrity Pact etc.

vii) Terms & conditions for Supervision of Erection, Testing & Commissioning (if applicable).

viii) Terms & conditions for Installation/Site Work, (if applicable).

Deviation to Terms & Conditions shall lead to rejection of offer.

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Page 64 of 286

Page 65: A096_5785_1233_ENQ_REV0

Page 33 of 58

ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION

23. Furnish Balance Sheet/ Annual Reports & Turnover figures of last three years along with your unpriced offer: TURNOVER Last Year 2 years before 3 years before

Attached

Refer Annexure-1

24. Whether any of the Directors of Vendor is a relative of any Director of Owner/EIL or the vendor is a firm in which any Director of Owner/EIL or his relative is a Partner or the vendor is a private company in which any director of Owner/EIL is a member or Director.

Confirmed No relation

25. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily be cause for disqualification. However if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

26. 26.1 26.2 a. b.

Please confirm your offer contains the following: UNPRICED OFFER Deviation sheet, if any. PRICED OFFER Price Schedule. Statement that all specification and terms & conditions are as per un-priced copy of offer.

No Deviation

Confirmed Confirmed

27. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by Consultant/ Owner.

Confirmed

28. 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.

Confirmed

29. Confirm your offer is strictly as per MR requirement without any technical deviations.

Confirmed

VENDOR‟S NAME : SIGNATURE & SEAL:

Page 65 of 286

Page 66: A096_5785_1233_ENQ_REV0

Page 34 of 58

ITB (LIMITED POA) – REV 3 (A096)

ANNEXURE-I GAIL (INDIA) LIMITED

PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH (Job No. A096)

AGREED TERMS & CONDITIONS (FOR INDIAN BIDDERS)

Vendor Name : M/s__________________________________________________________ RFQ No. : ________________________________________________________________________ Vendor‟s Offer Ref. No. _____________________________________________________________ The Salient features of the offers are as below:

Sr. No.

ATC Clause Sr. No.

Description Vendor’s Confirmation

1. 1.1 Specify Despatch points.

2 1.2 a) Freight Charges Extra Upto Project Site (Excluding Cenvatable Service Tax & Education Cess.)

% EXTRA

3 1.2 c) Cenvatable Service Tax & Education Cess on Freight Charges Upto Project Site (not to be included in the freight charges) Note : Bidder shall be paid service tax on freight only against issue of cenvatable invoice issued in accordance with service tax rules.

% EXTRA

4 2 a) Excise Duty : Tarrif Sub Heading No.

5 2 b) Excise Duty + Education Cess % EXTRA 6 2 c) Maximum rate of Excise Duty applicable (If present

rate is nil or concessional) % EXTRA

7 3 a) Specify CST/UPVAT

8 3 b) Central Sales Tax against form ‘C’ % EXTRA 9 3 b) UPVAT without any concessional form

(Applicable for supplies from Uttar Pradesh)

% EXTRA 10 6 e) Cenvatable Service Tax & Education Cess on Site

work, if any. Note : Bidder shall be paid service tax on Site work only against issue of Cenvatable invoice issued in accordance with service tax rules.

% EXTRA

11 23 Turnover figures for the last three years Last Year : 2 Years before 3 Years before

12 -- Currency Considered (Change in currency once quoted will not be allowed)

Bidder’s Signature with Stamp/Seal

Page 66 of 286

Page 67: A096_5785_1233_ENQ_REV0

Page 35 of 58

ITB (LIMITED POA) – REV 3 (A096)

ANNEXURE-II

GAIL (INDIA) LIMITED PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH

(Job No. A096)

Real Time Gross Settlement (RTGS)/National Electronic funds transfer (NEFT) Mandate Form (To be issued on vendors letter head)

1. Vendor/customer Name :

2. Vendor/customer Code

3. Vendor/customer address:

4. Vendor/customer e-mail id

5. Particulars of bank account

a. Name of Bank

b. Name of branch

c. Branch code:

d. Address:

e. Telephone number

f. Type of account(current/saving etc)

g. Account Number

h. RTGS IFSC code of the bank branch

i. NEFT IFSC code of the bank branch

j. 9 digit MICR code

I/we hereby authorize GAIL(India) Limited to release any amount due to me/us in the bank account as mentioned above. I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or lost because of incomplete or incorrect information, we would not hold the GAIL(India) Limited responsible.

------------------------ (Signature of vendor/customer)

BANK CERTIFICATE

We certify that ------------------------------has an Account no.---------------------------- with us and we confirm that the details given above are correct as per our records. Bank stamp Date (Signature of authorized office of bank)

Page 67 of 286

Page 68: A096_5785_1233_ENQ_REV0

Page 36 of 58 ITB (LIMITED POA) – REV 3 (A096)

ANNEXURE – III

DETAILS OF CIF VALUE

Offer Ref No:____________________ RFQ No: _______________________ Item : ________________________

DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED

DESCRIPTION

MR ITEM NO.

S. No.

DETAILS OF BUILT-IN IMPORTED RAW MATERIALS AND COMPONENTS

QTY. (No.)

CIF VALUE OF IMPORT CONTENT INCLUDED IN

QUOTED SUPPLY PRICES (Rs.)

RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES

UNIT CIF VALUE

TOTAL CIF VALUE

CUSTOMS TARIFF NO.

BASIC CUSTOMS DUTY (%)

CVD+ ED. CESS

(%)

ADDITIONAL CVD

(%)

TOTAL DUTY

(%)

1 i)

ii)

---

2 i)

ii)

---

-- --

TOTAL CIF VALUE Rs.

(Bidder to indicate CIF value & details item wise wherever applicable).

____________________ ____________________ (NAME OF BIDDER) (SIGNATURE OF BIDDER)

Page 68 of 286

Page 69: A096_5785_1233_ENQ_REV0

Page 37 of 58 ITB (LIMITED POA) – REV 3 (A096)

GAIL (INDIA) LIMITED PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH

(Job No. A096) AGREED TERMS & CONDITIONS

(FOR FOREIGN BIDDERS) Vendor Name: M/s _________________________________________________________

RFQ No. : ______________________________________________________________

Vendor‟s Offer Ref No. : ______________________________________________________

Tel. No. _____________________________ Fax No. ______________________________

Contact Person : ___________________________ E-mail __________________________

1. ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY. 2. DULY SIGNED & STAMPED COPIES OF THIS “QUESTIONNAIRE”, WITH ALL THE

CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE ENCLOSED.

3. ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE

ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL, CONFIRM.

4. FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP

QUESTIONNAIRE AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO REJECTION OF VENDOR'S QUOTATION”.

1. ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH

BIDDING DOCUMENT CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT TECHNICAL/COMMERCIAL AMENDMENT AND CORRIGENDUM, IF ANY, WITHOUT ANY DEVIATION OTHERWISE OFFER SHALLBE LIABLE FOR REJECTION.

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION WITH DETAILS

1. a) Confirm that the offer contains firm unit and total prices separately on F.O.B. International Port of Exit basis (including stowage charges).

b) Indicate international Seaport of Exit. c) Confirm that firm Ocean Freight for converting FOB prices to

CFR prices upto port of entry in India (Mumbai / Nhava Sheva) have been quoted.

d) Owner reserves the option to place order on FOB or on

CFR basis.

Confirmed

Indicated (Refer Annexure-1)

Indicated Refer Annexure-1

Confirmed

2. Delivery / Completion Period: Please confirm acceptance to delivery / completion period conforming to RFQ requirement.

Confirmed

Page 69 of 286

Page 70: A096_5785_1233_ENQ_REV0

Page 38 of 58 ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION WITH DETAILS

3. Transit Insurance: Prices quoted must exclude transit insurance charges from FOB International Port of Exit as the same shall be arranged by the Purchaser. However, all transit insurance charges for inland transit upto FOB International Port of Exit must be included by you in your prices.

Confirmed

4. a) b)

Taxes & Duties: All taxes, duties and levies of any kind payable upto FOB International Port of Exit shall be borne by you. Export permit/license if required shall be vendor‟s responsibility & any expenditure towards same will be borne by you.

Confirmed

Confirmed

5. a) b) c)

VALIDITY: Confirm that the offer as per RFQ. Confirm validity of recommended spares for 2 years operation and maintenance will be 2 months over and above the validity of offer. GAIL reserves the right to convert the FOB order to CFR basis within 4 (Four) Months from the date of Fax of Acceptance (FOA) / 04 weeks prior to Delivery period whichever is earlier, based on ocean freight charges quoted by Seller subject to following:

Seller shall submit the following details of cargo within 15 days from FOA. In case requisite documents/ information is not received within above stipulated duration, then decision regarding CFR Conversion of this purchase order shall be taken within 45 days from the date of receipt of all requisite data. (i) Shipment‟s Schedule (Shipment date, Port of Shipment etc. for all the shipments). (ii) Performa Invoices for all the equipments. (iii) Dimension details of packages (dividing the same to shipment lots). (iv) Detailed technical write-up along with Catalogue.

Confirmed

Confirmed

Confirmed

6. Manufacturer‟s name and address Refer Annexure-1

7. a) b)

Inspection Charges: Third Party Inspection agency for Foreign bidders shall be BV/ DNV/TUV/ CEIL / LRS / SGS / GLI / Moody / Bax Council / Bharat Quality Engineers. Confirm that you have included third party inspection charges in your quoted prices (including inspector‟s fee) for IBR & non IBR items. No extra charges shall be payable by purchaser for the same. In the event of inspection by EIL or Owner, confirm no extra charges payable by Owner/EIL.

Confirmed

Confirmed

8. Country of Origin: Country of origin from where the goods have been offered.

Refer Annexure-1

Page 70 of 286

Page 71: A096_5785_1233_ENQ_REV0

Page 39 of 58 ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION WITH DETAILS

9. Currency of Quote: Furnish the currency of quote. Change in currency once quoted will not be allowed.

Refer Annexure-1

10. (a) (b)

Spares Parts: Confirm item wise unit price (FOB) of following spare parts as required in Material Requisition (MR) have been quoted indicating itemised quantity. i) Mandatory spares as specified in MR are included in the

price schedule. ii) Special Tools & Tackles as specified in the MR are included

in the quoted prices. iii) Confirm commissioning spares wherever required have been included in the quoted price and list of commissioning spares is also furnished. iv) Recommended spare parts for two years operation &

maintenance are quoted separately. Also quote Sea freight price for the spares.

Confirmed

Confirmed (if applicable as

per MR)

Confirmed (if applicable as per MR)

Confirmed (if applicable as

per MR) Confirmed (if applicable as

per MR)

11. Confirm documentation charges as per MR are inclusive in your quoted prices.

Confirmed

12. Confirm customer references list for the item/model quoted by you, is given in offer.

Confirmed (if required as per MR)

13. Indicate shipping weight (net and gross) and volume of the consignment.

Refer Annexure-II

14. a) b)

Performance Bank Guarantee: Confirm goods to be supplied by you shall be guaranteed for performance as per the General Conditions of Contract (Goods) & Instructions to Bidders (ITB) and valid till full guarantee period plus 90 (ninety) days. i) The Performance Bank Guarantee shall be strictly as per

enclosed proforma and shall be from any Indian Scheduled Bank or branch of an International Bank situated in India and registered with Reserve Bank of India as scheduled foreign Bank.

Ii) However, if Performance Bank Guarantee are furnished

other than the Nationalised Indian Bank, the banks where BGs are furnished, must be Commercial Bank having net worth in excess of Rs. 100 crores and any declaration to this effect will be furnished by such Commercial Bank either in the bank guarantee itself or separately on a letter head.

Confirmed

Confirmed

Confirmed

Page 71 of 286

Page 72: A096_5785_1233_ENQ_REV0

Page 40 of 58 ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION WITH DETAILS

15. Firmness of prices: Confirm quoted prices shall remain firm and fixed till complete execution of order. Price Variation shall not be considered on any account.

Firm & Fixed

16. Part Order: a) Confirm acceptance to part order. b) The quantity against a particular item shall not be split. c) In case of part order confirm all lumpsum charges quoted

extra if any viz. Documentation, testing, third party, packing, crating, handling, FOB, IBR, CFR prices etc., can be considered on prorate value basis.

Confirmed

Noted

Confirmed

17. Repeat Order: Confirm acceptance of repeat order within 6 (six) months as per GCC (Goods) and RFQ.

Confirmed

18. Price Reduction on delay in delivery: a) Confirm acceptance of price reduction schedule for delay in

deliveries specified in GCC (Goods) and SCC (Goods) enclosed in Bidding Document. Liquidated damages or penalty are not acceptable.

b) In case of delay, vendor will reduce the invoice amount by applicable reduction.

Confirmed

Confirmed

19. Payment Term: Confirm acceptance of payment terms as per RFQ.

Confirmed

20. a) Letter of Credit shall be opened after receipt of unconditional order acknowledgement along with 10% performance bank guarantee valid till expiry of Material/Equipment Guarantee period as per GCC (Goods) and ITB plus 90 (ninety) days claim period.

b) Letter of Credit shall be opened through a Govt. of India

Nationalised/ Scheduled Bank and hence need not be confirmed.

OR c) However, if you still insist for confirmed L/C, confirmation

charges shall be borne by you, confirm.

Confirmed

Confirmed L/C not required

Not Applicable

21. All Bank charges and stamp duties payable outside India in connection with payments to be made under this Purchase Order, if placed, shall be borne by you. All bank charges and stamp duties payable in India shall be borne by the Purchaser.

Confirmed

22. Please indicate name and address of your Bankers for L/C opening, telephone/E-mail address.

Refer Annexure-1

Page 72 of 286

Page 73: A096_5785_1233_ENQ_REV0

Page 41 of 58 ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION WITH DETAILS

23. a) b) c)

ZERO DEVIATION: Confirm your offer is in total compliance with Bidding Document containing technical specifications including General / Technical notes and scope of work including documentation is as per Material Requisition (MR) and subsequent Technical amendment and Technical corrigendum, if any, without any deviation. Confirm your offer is in total compliance with Bidding documentation containing commercial terms and conditions as per the following documents, without any deviation: i) General Conditions of Contract (Goods) ii) Request For Quotation (RFQ) iii) Instructions to Bidders (ITB) and Addendum to ITB for e-

Tendering, iv) Special Conditions of Contract. (Goods) (SCC- Goods) v) Payment Terms and Mode of Payment. vi) Packing, Marking & Shipping Instructions, Special Packing

Requirements, Integrity Pact etc. vii) Terms & conditions for Supervision of Erection, Testing &

Commissioning (if applicable). viii) Terms & conditions for Installation/Site Work, (if

applicable). Deviation to Terms & Conditions shall lead to rejection of offer.

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

24. Direct offer without the intermediary of an Indian agent will only be considered.

Confirmed

25. a) In case vendor envisage that participation of Indian Agent is must, no correspondence with Indian Agent will be entertained. However, if Indian Agent are involved, the bidder shall provide reason/justification. The payments to overseas suppliers (i.e. the principals) shall be released through L/C after deducting the Indian agent‟s commission, if any, from the quoted prices.

b) Indicate the name of the Indian Agent, with his full address

and percentage of commission included in your offer. c) Indian Agent Commission will be paid directly by Owner

to Indian Agent in equivalent Indian Rupees (on conversion rate as applicable on the date of payment to Vendor) after satisfactory completion of the order. A valid registration certificate should also exist at the time of agency commission being paid directly by GAIL. Confirm acceptance.

Not Applicable

Not Applicable

Not Applicable

Page 73 of 286

Page 74: A096_5785_1233_ENQ_REV0

Page 42 of 58 ITB (LIMITED POA) – REV 3 (A096)

SL. NO.

DESCRIPTION VENDOR’S CONFIRMATION WITH DETAILS

26. Please confirm you have not been banned or delisted by any Government or Quasi Government agencies or PSUs. If you have been banned, then this fact must be clearly stated. This does not necessarily be cause for disqualification. However, if this declaration is not furnished the bid shall be rejected as non-responsive.

Not Banned

27. 27.1 27.2 a. b.

Please confirm your offer contains the following: UNPRICED OFFER Deviation sheet, if any. PRICED OFFER Price Schedule. Statement that all specification and terms & conditions are as per unpriced copy of offer.

No Deviation

Confirmed

Confirmed

28. Any claim arising out of order shall be sent to Owner in writing with a copy to EIL within 3 months from the date of last despatch. In case the claim is received after 3 months, the same shall not be entertained by consultant / Owner.

Confirmed

29. Furnish Balance Sheet & Turnover figures of last three years along with your unpriced offer: TURNOVER Last Year : 2 years before : 3 years before :

Attached

Refer Annexure-1

30. 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.

Confirmed

31. Confirm your offer is strictly as per MR requirement without any technical deviations.

Confirmed

VENDOR‟S NAME : SIGNATURE & SEAL:

Page 74 of 286

Page 75: A096_5785_1233_ENQ_REV0

Page 43 of 58 ITB (LIMITED POA) – REV 3 (A096)

ANNEXURE-1 GAIL (INDIA) LIMITED

PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH (Job No. A096)

AGREED TERMS & CONDITIONS (FOR FOREIGN BIDDERS)

Vendor Name : M/s ____________________________________________________ RFQ No. : ___________________________________________________________ Vendor‟s Offer Ref. No. _________________________________________________ The Salient features of the offers are as below:

Sr. No.

ATC Clause Sr. No.

Description Vendor’s Confirmation

1. 1 b) Indicate International Seaport of Exit.

2. 1c) Firm Ocean Freight charges upto port of entry in India (Mumbai) in %age of the quoted prices

% EXTRA

3. 6 Manufacturer‟s Name & Address

4. 8 Country of Origin

5. 9 Currency Considered (Change in currency once quoted will not be allowed)

6. 22 Banker‟s address & details for L/C opening.

7. 29 Turnover figures for the last three years Last Year : 2 Years before 3 Years before

Bidder’s Signature with Stamp/Seal

Page 75 of 286

Page 76: A096_5785_1233_ENQ_REV0

Page 44 of 58 ITB (LIMITED POA) – REV 3 (A096)

ANNEXURE-II

GAIL (INDIA) LIMITED PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH

(Job No. A096) AGREED TERMS & CONDITIONS

(FOR FOREIGN BIDDERS) Note: Evaluation and ordering of Bid is item wise as per Price Schedule. Please furnish following details for each item of Material Requisition MR Item no.: _____

Srl No. Description Details to be furnished by Bidder

1.0 Weight of each equipment in Metric Ton

1.1 Weight of each item in Metric Ton (the items are Srl Nos of Price schedule format attached with quantity indicated against them)

2.0 Dimension (Length x Breadth x Height ) of each equipment in mm

2.1 Volume of each item in cubic meters (the items are Srl Nos of Price schedule format attached with quantity indicated against them)

3.0 Number / Type of container required for shipment of entire cargo of each item (item is srl Nos of price schedule format attached)

3.1 Quantity (Numbers of equipments per container) of each item

4.0 Whether cargo is to be shipped in one lot

5.0 Whether cargo is stackable or Non Stackable

Bidder’s Signature with Stamp/Seal

Page 76 of 286

Page 77: A096_5785_1233_ENQ_REV0

Page 45 of 58 ITB (LIMITED POA) – REV 3 (A096)

ANNEXURE-III GAIL (INDIA) LIMITED

PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH (Job No. A096)

TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY FOREIGN BIDDER

Foreign bidder may source components / sub-supplies and services from India, if allowed as per Material Requisition. Such sub-supplies / services shall be subject to following Commercial Terms & Conditions:

1. PRICING: 1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding

charges.

1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on Indian sub-suppliers. Purchaser shall not issue „C‟ form for Concessional rate of Central sales tax or concessional form for UPVAT.

1.3 Separate and clear break-up of charges for inland transportation excluding Octroi / Entry Tax. Octroi and Entry Tax, if applicable, shall be reimbursed at actuals by GAIL on submission of documentary evidence.

1.4 Materials if ordered against this Bidding Document are required to be dispatched on door delivery basis through a reliable bank approved Road Transport Company unless the transport company is named by the Owner.

1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the Purchaser.

2. CURRENCY OF QUOTE: The quoted price of sub-supplies / services shall be in any currency out of currency of bidder‟s country / INR / USD / EURO.

3. AWARD OF ORDER: Foreign Principal shall be the single point responsible Vendor and separate order on Foreign supplier and Indian sub-supplier / sub-contractor is not acceptable. Single Purchase order shall be issued on the Foreign principal clearly indicating the sub-supplier‟s / sub-contractor‟s name, material and corresponding price in corresponding currency.

4. DELIVERY:

The delivery period for sub-supplies shall be on FOT site basis within specified delivery period for Foreign bidder as per Terms of Bidding document.

5. PRICE REDUCTION SCHEDULE: PRS shall be applicable in totality on Indian sourced component / Service + Foreign scope for delay in supply of goods/services either by Indian counterpart or Foreign principals.

6. PAYMENT TERMS: 6.1 Indian sub-supplies:

95% through E-Payment with taxes and duties will be paid against receipt of Indian sourced goods/material at project site.

Page 77 of 286

Page 78: A096_5785_1233_ENQ_REV0

Page 46 of 58 ITB (LIMITED POA) – REV 3 (A096)

5% against receipt of Indian supplies at site as well as delivery of main equipments by Foreign principal as per Terms of bidding document.

6.1.1 Payment of Indian sub supplies/Services shall be released directly to Indian

counterpart against Invoices raised by Indian counterpart duly certified by Foreign principal.

6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment

out of payment against shipping documents through L/c shall be released after receipt of Indian supplies at site as well as delivery of main equipments by Foreign principal as per Terms of bidding document through wire transfer.

. 6.3 The payments shall be made after Adjustment of Price Reduction Schedule.

7. PERFORMANCE BANK GUARANTEE: Foreign principal shall submit the performance bank guarantee for 10% of total order value including value of Indian sourced components / services and Foreign portion.

Bidder’s Signature with Stamp/Seal

Page 78 of 286

Page 79: A096_5785_1233_ENQ_REV0

Page 47 of 58 ITB (LIMITED POA) – REV 3 (A096)

FORM-F7

Enterprise‟s Information with respect to the

Micro, Small and Medium Enterprises Development Act, 2006

(APPLICABLE FOR INDIAN BIDDERS ONLY)

Bidder may be aware that a new Act “Micro, Small and Medium Enterprises Development Act 2006” („MSMED‟) has come into force from 2 October 2006, which has repeated the provisions of the old Act regarding Small Scale Industrial undertakings. As per the MSMED Act, enterprises engaged in the manufacture/production of goods or rendering/providing of services are to be classified into Micro, Small and Medium enterprises based on the investment in plant and machinery/equipment. The term enterprises stated in the above paragraph includes Proprietorship, Hindu undivided family, Association of persons, Cooperative Society, Partnership firms, undertaking or any other legal entity. For the ready reference the definition of Micro, Small and Medium enterprises is given below: Classification of enterprises engaged in:

a) manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act 1951 as

Nature of enterprise Investment in plant & machinery (#)

Micro Does not exceed INR 25 Lac

Small More than INR 25 Lac but does not exceed INR 5 Crores

Medium More than INR 5 Crore but does not exceed INR 10 Crores

b) providing or rendering services

Nature of Enterprise Investment in equipment

Micro Does not exceed INR 10 Lac

Small More than INR 10 Lac but does not exceed INR 2 Crores

Medium More than INR 2 Crore but does not exceed INR 5 Crores

(#) In calculating the investment in plant & machinery, the cost of pollution control, research and development, industrial safety devices and such other items as may be specified will be excluded (I) Based on the investment criterion mentioned above, Bidder to confirm

whether their enterprise is a Micro/Small/Medium enterprise as follows:

Page 79 of 286

Page 80: A096_5785_1233_ENQ_REV0

Page 48 of 58 ITB (LIMITED POA) – REV 3 (A096)

“We (Bidder) confirm that we are a micro /small / medium enterprise under the MSMED Act 2006.” (Please strike off whichever status is not applicable) Please note that if Bidder do not provide the above confirmation in Bidding Document then it will be presumed that they do not qualify as a micro or small enterprise under the MSMED Act 2006. (II) Further, with respect to micro and small enterprises, the MSMED Act

defines the term „supplier‟ as an enterprise which has filed a memorandum with the authority specified by the respective State Government.

If the Bidder is a micro / small enterprise and havefiled a memorandum with the specified authority, then Bidder to confirm the following: “We ( Bidder) are a supplier within the definition of section 2(n) of the MSMED Act ________ (Yes/No).” If the response to the above is „Yes”, Bidder to provide Purchaser a copy of the Enterpreneurs Memorandum (EM) filed with the authority specified by the respective State Government. If the confirmation is not furnished in Bidding Document, it will be presumed that the Bidder is not a supplier under the MSMED Act. Further if Bidder do not provide the evidence in terms of the EM, Bidder will not be considered as a supplier.

(SIGNATURE & STAMP OF THE BIDDER)

Page 80 of 286

Page 81: A096_5785_1233_ENQ_REV0

Page 49 of 58 ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-8 CERTIFICATE OF NON-INVOLVEMENT OF AGENT

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate who is not an employee of _____________________ (name of your company) for payment of any remuneration thereof in India or abroad. Therefore, no Agent‟s / Representative‟s / consultant‟s commission is payable in India or abroad against this Contract.

SIGNATURE AND SEAL OF BIDDER

Notes: 1. This certificate should be issued in the Letter Head of the Bidder. 2. This certificate is to be issued only if there is no Agent /Consultant/Retainer/Associate is

involved.

Page 81 of 286

Page 82: A096_5785_1233_ENQ_REV0

Page 50 of 58 ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-9 PROFORMA FOR DETAILS OF INDIAN AGENT

GAIL (India) Limited GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi -110066 India

Dear Sir,

Following are the details of Indian agent/ consultant/representative

S. No. Description Bidder‟s response

1. Name & address of agent / consultant / representative in India.

2. The precise relationship between the bidder and their agent/consultant/representative in India.

3. The mutual interest which the bidder and Agent / Consultant / Representative in India have in the Business of each other.

4. Any payment which the Agent / Consultant / Representative in India or abroad receives from the bidder whether as a commission for the contract or as a general retainer fee included in the quoted prices.

5. Permanent Income Tax Account number of Agent / Consultant / Representative in India

6. Permanent Income Tax account of bidder in his country and also in India, if applicable

7. Copy of the Agreement between the bidder and Agent/Consultant/Representative in India to be enclosed.

8. All services to be rendered by the Agent / Consultant / Representative

SEAL AND SIGNATURE OF BIDDER

Note: Aforementioned information‟s need to be supported with necessary documents.

Page 82 of 286

Page 83: A096_5785_1233_ENQ_REV0

Page 51 of 58 ITB (LIMITED POA) – REV 3 (A096)

Form F-10

PROFORMA OF BANK GUARANTEE FOR ADVANCE (ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................ Bank Guarantee No.---------

Date............... M/s. GAIL (India) Limited, 16, Bhikaiji Cama Place , New Delhi- 110066 India

In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression shall unless repugnant to the context or meaning thereof include its successors, executors, administrators and assignees, having awarded to M/s....................................................... having its registered office at ............................... hereinafter referred as the 'CONTRACTOR/SUPPLIER', which expression shall unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees, a contract/purchase order hereinafter referred to as the 'Contract/purchase order' for related works…………………………………….............. referred to as the 'WORK' on terms and conditions set out, inter-alia in the Owner's Contract/purchase order No......................................dated................. valued at………………................................................ (in words & figures) and as the Owner having agreed to make an advance payment for the performance of the above contract/purchase order to the CONTRACTOR/SUPPLIER amounting to………………………….............................(in words & figures) as an advance against Bank Guarantee to be furnished by the CONTRACTOR/SUPPLIER.

We........................................... hereinafter referred to as the BANK which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assignees having our office at..................................................... do hereby undertake to give the irrevocable and unconditional guarantee and do hereby undertake to pay the OWNER on first demand without any demur, reservation, contest, recourse, protest and without reference to the CONTRACTOR/SUPPLIER any and all monies payable by the CONTRACTOR/SUPPLIER by reason of any breach by the said CONTRACTOR/SUPPLIER of any of the terms and conditions of the said Contract/purchase order to the extent of...................... till the said advance is adjusted as aforesaid at any time upto........................... We agree that the guarantee herein contained shall continue to be enforceable till the sum due to the Owner on account of the said advance is adjusted/recovered in full as aforesaid or till the Owner discharges this guarantee.

The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK under this guarantee, from time to time to vary the advance or to extend the time for performance of the works by the CONTRACTOR/SUPPLIER. The BANK shall not be released from its liability under these presents by any exercise of the Owner of the liberty with reference to the matter aforesaid.

The Owner shall have the fullest liberty, without reference to CONTRACTOR/SUPPLIER and without affecting this guarantee to postpone for any time or from time to time the exercise of any powers vested in them or of any right which they might have against the CONTRACTOR/SUPPLIER, and to exercise the same at any time in any manner, and either to enforce or to forebear to enforce any power, covenants contained or implied in the Contract between the OWNER and the CONTRACTOR/SUPPLIER or any other course or remedy or security available to the OWNER and the BANK shall not be released of its obligations under these presents by any exercise by the OWNER of its liberty with reference to matters aforesaid

Page 83 of 286

Page 84: A096_5785_1233_ENQ_REV0

Page 52 of 58 ITB (LIMITED POA) – REV 3 (A096)

or other acts of omission or commission on the part of the OWNER or any other law would, but for this provision, have the effect of releasing the BANK.

The right of the OWNER to recover the outstanding sum of advance upto Rs…….................. from the BANK in the manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes has or have been raised by the CONTRACTOR/SUPPLIER and/or that any dispute or disputes is or are pending before any officer, tribunal or court and any demand made by OWNER on the BANK shall be conclusive and binding.

The BANK further undertakes not to revoke this guarantee during its currency without previous consent of the OWNER and further agrees that the guarantee contained shall continue to be enforceable till the OWNER discharges this guarantee.

The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee against the BANK as a principal debtor, in the first instance, notwithstanding any other security or guarantee that OWNER may have in relation to the CONTRACTOR/SUPPLIER's liabilities towards the said advance.

The Bank Guarantee's payment of an amount is payable on demand and in any case within 24 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 24% per annum shall become payable immediately and any dispute arising out of or in relation to the said Bank Guarantee's shall be subject to the jurisdiction of Delhi Courts.

Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the CONTRACTOR/SUPPLIER up to a total amount of (amount of guarantees in words and figures) and we undertake to pay you, upon your first written demand declaring the CONTRACTOR/SUPPLIER to be in default under the contract and without caveat or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your demand or the sum specified therein.

Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to _________ and it will remain in force upto and including _____________ and shall be extended from time to time for such periods as may be advised by M/s ………………… on whose behalf this guarantee has been given.

We have power to issue this guarantee in your favour under Memorandum and Articles of Association and the undersigned has full power to do so under the Power of Attorney/ resolution of the Board of Directors dated........................ accorded to him by the BANK.

Dated.................this.............day of...............20 ............... Signed by (Person duly authorised by Bank) Place: WITNESS : 1...................................... (Signature) ...................................... (Printed Name) 2...................................... (Designation)

...................................... (Common Seal)

Page 84 of 286

Page 85: A096_5785_1233_ENQ_REV0

Page 53 of 58 ITB (LIMITED POA) – REV 3 (A096)

INSTRUCTIONS FOR FURNISHING ADVANCE BANK GUARANTEE

1. The Bank Guarantee by 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 Owner and copy to Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its equivalent in foreign currency along with a documentary evidence.

Page 85 of 286

Page 86: A096_5785_1233_ENQ_REV0

Page 54 of 58 ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

Form F-11 PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE

GUARANTEE

(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE) TO: M/S. GAIL (India) LTD. 16, Bhikaiji Cama Place, NEW DELHI-110066 Dear Sirs, M/s __________________________________________________________________ have been awarded the work of ___________________________________________________________ for GAIL ( INDIA) LTD. , 16, Bhikaiji Cama Place, R.K. Puram, NEW DELHI. The Contracts conditions provide that the CONTRACTOR shall pay a sum of _____________ ( as full Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract 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 _____________________________ 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.

Page 86 of 286

Page 87: A096_5785_1233_ENQ_REV0

Page 55 of 58 ITB (LIMITED POA) – REV 3 (A096)

3. Your right to recover the said sum of ____________________________________ (_______________________________________) 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.

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.

Page 87 of 286

Page 88: A096_5785_1233_ENQ_REV0

Page 56 of 58 ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

INSTRUCTIONS FOR FURNISHING CONTRACT 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 Owner and copy to Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores). or its equivalent in foreign currency along with a documentary evidence.

Page 88 of 286

Page 89: A096_5785_1233_ENQ_REV0

Page 57 of 58 ITB (LIMITED POA) – REV 3 (A096)

BID DOCUMENT NO.: PROJECT :

F-12

PERFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY GAIL

(To be executed on non-judicial stamp paper of appropriate value) WHEREAS GAIL (INDIA) LTD (hereinafter referred to as “GAIL”) which expression shall unless repugnant to the context includes their legal representatives, successors and assigns having their registered office at Bhikaiji Cama Place, R. K. Puram, New Delhi has entered into an Contract with _______________________________ (hereinafter referred to as the CONTRACTOR which expression shall unless repugnant to the context include their legal representatives, successors and assigns) for ____________________on the terms and conditions as set out, inter-alia, in the Contract No................. Dated............. and various documents forming part thereof hereinafter collectively referred to as the "CONTRACT" which expression shall include all amendments, modifications and/or variations thereto. AND WHEREAS i) GAIL has agreed to supply to the CONTRACTOR, equipment, plants and

materials (finished, semi-finished and raw) for the purpose of EXECUTION of the said CONTRACT by the CONTRACTOR (the equipment, plants and materials to be supplied by GAIL to the CONTRACTOR, hereinafter for the sake of brevity referred to as the “said materials”) and pending execution by the CONTRACTOR of the CONTRACT incorporating the said materials, the said materials shall be under the custody and charge of the CONTRACTOR and shall be kept, stored, altered, worked upon and/or fabricated at the sole risk and expense of the CONTRACTOR.

ii) As a pre-condition to the supply of the said materials by GAIL to the

CONTRACTOR, GAIL has required the CONTRACTOR to furnish to GAIL an Indemnity Bond in the manner and upon terms and conditions hereinafter indicated.

NOW, THEREFORE, in consideration of the premises aforesaid the

CONTRACTOR hereby irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL from and against all loss, damage and destruction (inclusive but not limited to any or all loss or damage or destruction to or of the said materials or any item or part thereof by theft, pilferage, fire, flood, storm, tempest, lightning, explosion, storage, chemical or physical action or reaction, binding, warping, exposure, rusting, faulty workmanship, faulty fabrication, or faulty method or technique of fabrication, strike, riot, civil commotion, or other act or omission or commission whatsoever within or beyond the control of the CONTRACTOR, misuse and misappropriation (inclusive but not limited to the misuse or misappropriation by the CONTRACTOR and the CONTRACTOR's servants and/or agents) whatsoever to, or of in the said materials or any part of them thereof from the date that the same or relative part of item thereof was supplied to the CONTRACTOR upto and until the date of return to GAIL of the said materials or relative part of item thereof or completed fabricated works(s) incorporating the said material and undertake to pay to GAIL forthwith on demand in writing without protest or demur the value as specified by GAIL of the said material or item or part thereof, lost, damaged, destroyed, misused and/or misappropriated, as the case may be or, together with GAIL's costs and expenses (inclusive of but not limited to handling, transportation, cartage, insurance, freight, packing and

Page 89 of 286

Page 90: A096_5785_1233_ENQ_REV0

Page 58 of 58 ITB (LIMITED POA) – REV 3 (A096)

inspection costs/or expenses upto) and aggregate limit of __________________________________ (In words

______________________________________________________________________ _________________________________ Only).

AND THE CONTRACTOR hereby agrees with GAIL that: i) This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking

and shall remain valid and irrevocable for all claims of GAIL arising hereunder upto and until the midnight of ________________. However, if the CONTRACT for which this Indemnity/Undertaking is given is not completed by this date, the CONTRACTOR hereby agrees to extend the Indemnity/Undertaking till such time as is required to fulfil the CONTRACT.

ii) This Indemnity/Undertaking shall not be determined by any change in

constitution or upon insolvency of the CONTRACTOR but shall be in all respects and for all purposes be binding and operative until payment of all moneys payable to GAIL in terms of hereof.

iii) The mere statement of allegation made by or on behalf of GAIL in any notice or demand or other writing addressed to the CONTRACTOR as to any of the said material or item or part thereof having been lost, damaged, destroyed, misused or misappropriated while in the custody of the CONTRACTOR and/or prior to completion of the completed fabricated work(s) and delivery to job site thereof incorporating the said materials shall be conclusive of the factum of the said material or item or part thereof having been supplied to the CONTRACTOR and/or the loss, damage, destruction, misuse or misappropriation thereof, as the case may be, while in the custody of the CONTRACTOR and/or prior to the completion of the completed fabricated work(s) and delivery to job site thereof incorporating the said materials without necessity on the part of GAIL to produce any documentary proof or other evidence whatsoever in support of this.

iv) The amount stated in any notice of demand addressed by GAIL to the CONTRACTOR as to the value of such said materials lost, damaged, destroyed, misused or misappropriated, inclusive relative to the costs and expenses incurred by GAIL in connection therewith shall be conclusive of the value of such said materials and the said cost and expenses as also of the amount liable to be paid to GAIL to produce any voucher, bill or other documentation or evidence whatsoever in support thereof and such amount shall be paid without any demur and on demand and no dispute shall be raised concerning the same.

The undersigned has full power to execute this Indemnity Bond on behalf of the

CONTRACTOR under the Power of Attorney dated______.

(SIGNED BY COMPETENT AUTHORITY) Place: Dated:

Official seal of the CONTRACTOR

Page 90 of 286

Page 91: A096_5785_1233_ENQ_REV0

ENGINEERS INDIA LIMITED

16 Client: M/S GAIL (INDIA) LTD

Project: GAIL PETROCHEMICAL COMPLEX-II

File Name: f:\5785.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 1 of 3

ITEM DESCRIPTION: COMPRESSOR-ROTARY.LOBE/VACUUM PUMP (AIR SERVICE)

GROUP ITEM CODE: 04JB DESTINATION: As per Commercial Documents

MR CATEGORY: II DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER( Always quote the Document Number given below as reference )

14/10/2013 16

JOB NO. UNIT/ AREA

MAINCOST

CENTRE

DOC.CODE

SR. NO. REV. DATE

45

DIVN. DEPT.

ORIGINATOR

NOTES :12

3

This page is a record of all the Revisions of this Requisition.The nature of the Revision is briefly stated in the "Details" column below, theRequisition in its entirety shall be considered for contractual purposes.Vendor shall note the MR category and shall submit his offer in line with therequirements included in attached 'Instructions to Bidders'.

REV. DATE BY CHK. APPD. DETAILS

A 14/10/2013 ISSUED FOR BIDSME NK DB

MATERIAL REQUISITION (TOP SHEET)

000 KA MR 5785 AA096

This is a system generated approved document and does not require signature.

Page 91 of 286

Page 92: A096_5785_1233_ENQ_REV0

ENGINEERS INDIA LIMITED

16 Client: M/S GAIL (INDIA) LTD

Project: GAIL PETROCHEMICAL COMPLEX-II

File Name: f:\5785.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

Sheet 2 of 3

REQUISITION NO. REV.

AA096-000-KA-MR-5785

SR. NO.TAG NO/

ITEM CODE/ [ ID. NO. ] DESCRIPTION QUANTITY

01.00

02.00

03.00

04.00

05.00

06.00

07.00

08.00

09.00

Design, engineering, manufacture,procurement of materials and bought outcomponents, assembly at shop, inspection,testing at manufacturer's works, packing& delivery of the following, includingsupply of all commissioning spares (Note-1) & special tools and tackles (Note-2) &documentation as per the enclosed EILstandard specifications, instructions tovendors, job specification, data sheetsetc. and other codes and standardsattached or referred.

<< DELETED >>

<< DELETED >>

Supply of Mandatory Spares as perenclosed dcoument: A096-000-16-45-SL-5785Rev. A.

Quotation for Two Years Operation andMaintenance Spares (to be recommended byvendor), as per enclosed instructions tovendor<< DELETED >>

<< DELETED >>

Supervision of erection, testing andcommissioning of items specified at item1.00 above (Note-3)

Drawings and documents as per attachedVendor Data requirement for all suppliesand services covered above in Sr.Nos.1.00to Sr.No.8.00

Lot

Lot

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price fordocumentation is implied to be included in the prices quoted against Sr.No.1.00 toSr.No.8.00

Vendor to note that the numbers given in square '[]' and curly '{}' brackets arenot for their use and meant for store purpose only. Items shall be tagged as permain equipment Tag No. only.

01.01

04.01

08.01

142-KA-01

{04}142-KA-01

{08}142-KA-01

VENT BLOWER

For Sr. No. 01.01

For Sr. No. 01.01

1 Nos

1 Lot

1 /diem rate

Page 92 of 286

Page 93: A096_5785_1233_ENQ_REV0

ENGINEERS INDIA LIMITED

16 Client: M/S GAIL (INDIA) LTD

Project: GAIL PETROCHEMICAL COMPLEX-II

Sheet 3 of 3

File Name: f:\5785.pdf

Thi

s dr

awin

g, d

esig

n an

d de

tails

giv

en o

n th

is f

orm

at a

re th

e pr

oper

ty o

f E

NG

INE

ER

S IN

DIA

LIM

ITE

D. T

hey

are

mer

ely

loan

ed o

n th

e bo

rrow

er's

exp

ress

agr

eem

ent t

hat t

hey

will

not

be

repr

oduc

ed, c

opie

d, e

xhib

ited

or u

sed,

exc

ept i

n th

e lim

ited

way

per

mitt

ed b

y a

wri

tten

cons

ent g

iven

by

the

lend

er to

the

borr

ower

for

the

inte

nded

use

. EIL

-164

1-51

5 R

ev.1

A4-

210x

297.

REQUISITION NO. REV.

AA096-000-KA-MR-5785

LIST OF ATTACHMENTS

SL.No. DOCUMENT TITLE DOCUMENT NO.

REVISION

REV. REV. REV. REV.DATE DATE DATE DATE

In case of any subsequent revision of MR or PR, only revised sheets of theattachments listed above shall be issued alongwith the revision.

GENERAL NOTES:(1) Supply of all commissioning spares as required for the Blower ackage shall be invendor scope of supply. Vendor to furnish a consolidated list of all suchcommissioning spares along with offer. In case, any additional commissioning sparesis required over & above the quoted commissioning spares during commissioning of thesubject blower package, then the same shall have to be supplied/replaced by vendorwithout any cost & time implication to the purchaser.

(2) Vendor shall furnish a list of special tools & tackels included in scope for thesubject blower packages along with the offer (Refer Cl 13.4 of Job specification(A096-000-PA-SP-5785). (3) Cost for Supervision of Erection and Commissioning for 10 man days per blowerpackage (i.e. Total 10 Mandays) shall be added to the total cost of the blowerpackages. Bidder may decide the days between Indian/Foreign supervisors and alsodiscipline wise but total of 10 man days per pump package (i.e. Total 10 Mandays) andindicate the price of supervisor to be used for commercial loading up to a total of10 man days for evaluation purpose. However, the actual payment for supervision oferection and commissioning shall be based on actual mandays consumed at site forcarrying out these activities.

List of Attachments1 A096-000-16-45-LA-5785

A10/10/2013

Page 93 of 286

Page 94: A096_5785_1233_ENQ_REV0

Eng

inee

rs In

dia

Lim

ited

Clie

nt: M

/S G

AIL

(IN

DIA

) LTD

S.N

o.E

quip

men

t Num

ber

Form

Ele

ctro

nic

(E)/

Prin

t (P

)R

emar

ks

Ven

dor

Dra

win

g/ D

ocum

ent S

ubm

issi

on S

ched

ule

Pro

ject

: GA

IL P

ETR

OC

HE

MIC

AL

CO

MP

LEX

-IIV

endo

r N

ame:

Con

tact

Per

son(

EIL

):E

IL O

rigi

natin

g D

epar

tmen

t: R

OTA

TIN

G E

QU

IPM

EN

T

PR

No.

:

Dat

e of

LO

I:

PO

No.

:D

ate

of P

O:

Form

at N

o.: E

IL-1

641-

1923

Rev

.1

Drg

./ D

oc. N

omen

clat

ure

as p

er E

IL V

endo

r Dat

aR

equi

rem

ent

Sch

edul

edda

te o

f 1st

Sub

mis

sion

Cat

egor

yR

evie

w (R

) /R

ecor

ds (I

)V

endo

r Drg

./ D

oc. T

itle

Ven

dor D

rg. /

Doc

. Num

be

Sta

tus

Dat

e

Add

ress

:

Con

tact

Per

son:

Pho

ne:

City

:

Em

ail:

Fax:

Item

Des

crip

tion:

CO

MPR

ESS

OR

-R

OT

AR

Y.L

OB

E/V

AC

UU

M P

UM

P (A

IR S

ER

VIC

E)

Page 94 of 286

Page 95: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots

Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 1 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SECTION-A: ROTATING EQUIPMENT

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR PRADESH

UNIT : OFFSITES

CLIENT : GAIL, PATA

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

Page 95 of 286

Page 96: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 2 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Sno. DOCUMENTS TITLE DOCUMENT NO.

REVISION

REV REV REV

DATE DATE DATE

1.0

SECTION-A: ROTATING EQUIPMENT 1.1 GENERAL

1.1.1 Special instructions to bidder A096-000-16-45-SI-5785 A

10.10.13

1.1.2 Deviation Format A096-000-16-45-DF-5785 A

1.1.3 Technical compliance statement

A096-000-16-45-TCL-5785 A

1.1.4 Check list for Scope of Supply- Compressor Rotary Lobe Type (Air Service) Package (Electric Motor driven), Item No.# 142-KA-01

A096-000-16-45-CL-5785 A

10.10.13

1.1.5 List of Mandatory Spare Parts- Compressor Rotary Screw (Process Service) Package (Electric Motor driven).

A096-000-16-45-SL-5785 A

10.10.13

1.2 JOB SPECIFICATIONS

1.2.1 Site & Utility Data- Compressor Rotary Lobe Type Package (Electric Motor driven).

A096-000-16-45-SU-5785 A

10.10.13

1.2.2 Job Specification for Compressor Rotary Lobe Type Package (Electric Motor driven).

A096-000-16-45-SP-5785 A

10.10.13

1.2.3 Piping Material Specification for A1A

1.3 DATASHEETS and P&IDs

1.3.1 Compressor – Process Datasheet

(Item No.# 142-KA-01)

A096-142-04-DS-1501 1

13.06.13

1.3.2 Piping and Instrumentation diagram

Vapour Recovery Unit

A096-04-41-142-1112 1

30.07.13

1.3.3 Compressor Rotary Lobe Type (Air Service) Package, (Item No.# 142-KA-01) – Mechanical Datasheet.

A096-000-16-45-DS-5785 A

10.10.13

1.4 VENDOR DATA REQUIREMENT

1.4.1 Vendor Data Requirement A096-000-16-45-VR-5785 A

1.5 EXPERIENCE RECORD PROFORMA

1.5.1 Experience record proforma A096-000-16-45-ER-5785 A

---

Page 96 of 286

Page 97: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 3 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SECTION-B: ELECTRICAL

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR PRADESH

UNIT : OFFSITES

CLIENT : GAIL, PATA

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

Page 97 of 286

Page 98: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 4 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Sno. DOCUMENTS TITLE DOCUMENT NO.

REVISION

REV REV REV

DATE DATE DATE

2.0 SECTION-B: ELECTRICAL

2.1 JOB SPECIFICATIONS

Refer Electrical Section

Page 98 of 286

Page 99: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 5 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SECTION-C:INSTRUMENTATION

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR PRADESH

UNIT : OFFSITES

CLIENT : GAIL, PATA

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

Page 99 of 286

Page 100: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 6 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Sno. DOCUMENTS TITLE DOCUMENT NO.

REVISION

REV REV REV

DATE DATE DATE

3.0 SECTION C: INSTRUMENTATION 3.1

GENERAL

3.1.1 Refer Instrumentation Section

Page 100 of 286

Page 101: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 7 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SECTION-F: QUALITY MANAGEMENT SYSTEM PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR PRADESH

UNIT : OFFSITES

CLIENT : GAIL, PATA

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

Page 101 of 286

Page 102: A096_5785_1233_ENQ_REV0

Material Requisition for Blower Rotary (Straight Lobe) Roots Type (Air Service)

DOCUMENT No.

A096-000-16-45-LA-5785 Rev.A

Page 8 of 8

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Sno. DOCUMENTS TITLE DOCUMENT NO.

REVISION

REV REV REV

DATE DATE DATE

6.0 SECTION F: QUALITY MANAGEMENT SYSTEM

6.1 QUALITY DATA REQUIREMENTS

6.1.1 Specification for quality management system requirements from bidders 6-78-0001

0

04.06.09

6.1.2 Specification for documentation requirements from suppliers 6-78-0003

0

04.06.09

Page 102 of 286

Page 103: A096_5785_1233_ENQ_REV0

Special Instruction

to Bidders

DOCUMENT No.

A096-000-16-45-SI-5785 Rev. A

Page 1 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

SPECIAL INSTRUCTION TO

BIDDERS

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR

PRADESH

UNIT : VAPOR RECOVERY UNIT

CLIENT : M/s GAIL(INDIA) LIMITED

EIL JOB NO. : A096

A 10.10.13 Issued with inquiry ME NK NK

Rev. No.

Date Purpose Prepared by Reviewed by Approved by

Page 103 of 286

Page 104: A096_5785_1233_ENQ_REV0

Special Instruction

to Bidders

DOCUMENT No.

A096-000-16-45-SI-5785 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

1.0 Scope This document is intended to outline the procedures envisaged for execution of this enquiry including pre-bid and in-bid requirements.

2.0 Special Requirements

2.1 Pre-Bid stage: i) The bidders shall be invited for an extensive pre-bid meeting after floating of enquiry.

This pre-bid meeting shall include discussion/ finalization of following: - Bidder’s Deviations to data sheet/ specifications/ codes & standards. - Bidder’s clarification/ recommendation/ exceptions (if any) w.r.t. scope of supply. - Control philosophy. - Utility requirements. - Equipment layout/ detailed GA.

ii) Bidder shall submit their deviations/ exceptions/ clarifications at one place. Bidder to note that only equipment specific or technically infeasible deviations shall only be discussed during PRE- BID meeting provided a suitable justification for the same is furnished. Purchaser’s decision on such deviations shall be treated as FINAL. Deviations, which can be complied either with extra cost and or with time implications, shall not be permitted.

iii) Based on the clarifications with regard to scope of supply, control philosophy and other details as specified in 2.1(i) above during pre-bid meeting, necessary addendum/ amendment to the enquiry document (if required) shall be issued prior to submission of the bids.

iv) The pre-bid meeting is must for all the bidders, however in case any of the bidder is not attending the PRE- BID meeting, it shall be understood that the bidder does not have any comments/ deviations to RFQ requirements. In case any deviations/ clarifications are furnished by such bidder in his Bid, the complete bid is likely to be rejected.

2.2 In-Bid requirement: Vendor shall necessarily furnish the following along with the bid without which the offer shall

be considered incomplete is likely to be rejected: (i) Duly filled and signed/ stamped Technical Compliance statement (Doc.# A096-000-16-

45-TC-5785). (ii) Completely filled-in EIL datasheet of Vacuum Pump (Doc.# A096-000-16-45-DS-0001). (iii) Experience Record Formats (duly filled-in) for Blower package. It shall be noted that the

equipments shall meet the respective equipment qualification criteria as specified in their respective EIL specification/job specification.

(iv) All Checklists (Including Check list scope of supply, Mandatory spares list etc.), duly filled-in, with regard to scope of supply finalised in pre-bid meeting.

(v) Layout Drawings finalised during Pre-Bid Meeting. (vi) Utilities Requirement finalised during Pre-Bid Meeting. (vii) Clarifications/ deviations finalised during Pre-Bid Meeting. No new technical deviations

other than what has been discussed and agreed upon in pre-bid stage shall be considered or taken cognizance of.

Bidders to note that ZERO DEVIATION BIDS are envisaged against this inquiry. No technical deviation in the bid and post bid shall be entertained. It is in the bidder’s interest to ensure that all technical deviations are sorted out in the pre-bid meeting stage only.

Page 104 of 286

Page 105: A096_5785_1233_ENQ_REV0

Doc. No. A096-000-16-45-TC-5785

TECHNICAL COMPLIANCE STATEMENT (TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ------------

----------------------------------------QUOTED BY M/s FOR GAIL,

PETROCHEMICAL-II PROJECT, PATA (INDIA) AGAINST MATERIAL REQUISITION

/TENDER/PACKAGE No. -------------------------------------------------- IS IN TOTAL

COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL SPECIFICATION

AND NO DEVIATION, VARIATION OR RESERVATION WHATSOEVER HAS BEEN

MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE

TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE REVIEWED BY

EIL/GAIL DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY

CHANGE REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY SPECIFICATION

INCLUDING AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY US WITHOUT

ANY PRICE AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)

Page 105 of 286

Page 106: A096_5785_1233_ENQ_REV0

LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS

DOCUMENT No.

A096-000-16-45-DF-5785

Page 1 of 2

Format No. EIL 1645-DF-351 Rev. 1 Copyright EIL – All rights reserved

DEVIATIONS

TO

TECHNICAL SPECIFICATIONS

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR PRADESH

UNIT : OFFSITES

CLIENT : GAIL (INDIA) LIMITED

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

RFQ NO. :

NAME OF THE VENDOR :

VENDOR’S REF. NO. :

NOTES: 1. Vendor shall note that only those deviations to specified standards & codes (if any), shall be permitted which are technically infeasible to be met, provided

suitable justification for the same is furnished. Deviations, which can be complied with extra cost and or time implication, shall not be permitted. 2. Any deviations/deletions/corrections made elsewhere in the body of the vendor’s proposal will not be taken cognisance of and all such deviations shall be

deemed to have been withdrawn by the vendor.

Page 106 of 286

Page 107: A096_5785_1233_ENQ_REV0

LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS

DOCUMENT No.

A096-000-16-45-DF-5785

Page 2 of 2

Format No. EIL 1645-DF-351 Rev. 1 Copyright EIL – All rights reserved

TITLE OF THE DOCUMENT:_______________________________________________________________________________________________________________________ DOCUMENT NO.:______________________________________________________________________________________________________________________________

Sl. No.

Clause No.

Technical Requirements specified

Deviation Technical Justification Remarks

Page 107 of 286

Page 108: A096_5785_1233_ENQ_REV0

Checklist: Scope of Supply/ Work for Blower Rotary (Straight Lobe) Roots

Type

DOCUMENT No.

A096-000-16-45-SS-5785 Rev.A

Page 1 of 4

A 09.10.13 Issued for Material Requisition ME NK NK

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

CHECKLIST: SCOPE OF SUPPLY/ WORK

FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

(ELECTRIC MOTOR DRIVEN)

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA

UNIT : VAPOR RECOVERY UNIT

CLIENT : M/s. GAIL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

Page 108 of 286

Page 109: A096_5785_1233_ENQ_REV0

Checklist: Scope of Supply/ Work for

Blower Rotary (Straight Lobe) Roots Type

DOCUMENT No.

A096-000-16-45-SS-5785 Rev.A

Page 2 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Vendor shall furnish all equipment, drivers, auxiliary systems, instruments and controls and safety devices as per the enquiry document. Anything required over and above that is specified, for safe and satisfactory operation of the blower package shall be included by the vendor in his scope and mentioned in additional sheets attached to this list in the vendor’s proposal. Vendor to write YES/NO against each item. Vendor is required to include complete scope, as such 'NO' is not warranted. However, in case for any of the items if vendor's reply is 'NO', vendor should give reasons for the same. Vendor is requested to fill checklist in this manner only and not to furnish his scope of supply separately. Vendor's scope of supply shall include but not be limited to the following for each blower package:

S. No. Description Specified by Purchaser (Yes/No)

Included by Vendor

(Yes/No)

Remarks

1 Blower (Refer equipment data sheets, P&IDs and specs. for full details)

1.1 Rotary type blower with electric motor, couplings, seal & seal system (as applicable), lube oil system (as applicable) and other auxiliaries duly mounted on common skid.

Yes

- Blower with electric motor driver Yes

- Seals & seal system (as required) with all associated instruments

Yes

- Lube oil system (as required) Yes

- All couplings and non- sparking guards Yes

- Common skid for Blower, driver, lube oil system, seal system, Local gauge board & other auxiliaries and fittings as required.

Yes

- Inlet and Discharge silencer Yes

- Prefabricated interconnecting piping Yes

- Suction Expansion joints with flanged connection Yes

- Discharge Expansion joints (flexible connector) with flanged connection

Yes

- Aftercooler at Discharge duly mounted on baseplate with cooling water piping and gas piping.

Yes

- Pressure safety valve @ Discharge Yes

- One TSV and one Temperature gauge(gauge board) at cooling water outlet of aftercooler

Yes

- One sight flow indicator at cooling water outlet line. Yes

2 Electrical Equipment (Refer equipment data sheets and Electrical specs. for full details)

2.1 Scope of supply as per Electrical specifications and documents attached with inquiry.

Yes

3. Instrumentation and controls (Refer equipment data sheets and Instrument specs. for full details)

3.2 Scope of supply as per instrumentation specification attached with inquiry document.

Yes

Page 109 of 286

Page 110: A096_5785_1233_ENQ_REV0

Checklist: Scope of Supply/ Work for

Blower Rotary (Straight Lobe) Roots Type

DOCUMENT No.

A096-000-16-45-SS-5785 Rev.A

Page 3 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

S. No. Description Specified by Purchaser (Yes/No)

Included by Vendor

(Yes/No)

Remarks

4. Spares & Tools/Tackles Spares for the Blower package including Mechanical, Electrical, Instrumentation etc. as per job spec. Doc. No. # A096-000-16-45-SP-5785

4.1 - Mandatory spares, as specified in the "Checklist for Mandatory Spares”, Doc.No. A096-000-16-45-SL-5785

Yes

4.2 - Quote for vendor recommended spares for 2 year normal operation which are required over and above the mandatory spares.

Yes

4.3 - Erection & Commissioning spares as recommended by the equipment manufacturer.

Yes

4.4 Set of Special tools and tackles required for erection, site assembly and maintenance of Blower as recommended by the equipment manufacturer.

Yes

5.0 Inspection & Testing (For each Blower package)

5.1 Witness Hydrostatic tests Yes

5.2 Witness Mechanical Run Test (Main rotor & spare rotor) Yes 4 hr test

5.2 Witness Performance Test as per ISO-1217 Yes

5.4 Other tests as specified in data sheets and specifications Yes

6. Vendor Data & Drawings (Vendor data requirement Including Mechanical, Electrical, Instrumentation)

6.1 All data & drawings as required per Vendor data requirements, data sheets, specifications and referenced codes and standards.

Yes

7.0 Erection & Commissioning

7.1 Supervision of Erection & Commissioning for Blower package.

Yes Per diem rates

(Note- 4) 8.0 Miscellaneous

8.1 Acoustic enclosure (If required) to restrict the sound level to 88 dba @ 1 m from Blower

Yes Refer clause 7.1 of job

specification

8.2 Packaging suitable for 06 months of outdoor storage Yes

8.4 All Foundation/Anchor Bolts Yes

8.5 Painting, Preparation of Shipment Yes Mfr.Std.

8.6 Additional items (including mechanical, electrical and instrumentation and controls) not specified by Purchaser but recommended by bidder for safe, smooth and efficient operation of complete Blower Train (Bidder to include separate list of such items in his proposal along with their unit prices

Yes

Note:

1) Please note that first fill of consumables/ lubricants shall be in Vendor’s scope if these are special and imported type. However, the details/ specifications with regard to consumables/ lubricants shall be recommended by the Bidder during detail engineering.

Page 110 of 286

Page 111: A096_5785_1233_ENQ_REV0

Checklist: Scope of Supply/ Work for

Blower Rotary (Straight Lobe) Roots Type

DOCUMENT No.

A096-000-16-45-SS-5785 Rev.A

Page 4 of 4

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

2) Bidders are required to submit a list of commissioning spares (As specified /recommended by them) along with the offer, which shall be supplied along with the blower package. Any spares consumed over and above the spares supplied along with the blower package, shall be furnished by the blower vendors at the time of commissioning without any time/cost implication to the purchaser. Any un-used spare(s) shall be retained at purchaser's end without any cost implication.

3) Bidders are required to submit a list of special tools and tackles (as recommended by them) along with the offer which shall be supplied along with the blower package. If no special tools/tackles are required for normal operation and maintenance of blower package, the same shall be categorically indicated in the bid.

4) The vendor shall provide his services for supervision during erection and commissioning of the Blower package. Electrical & Instrumentation sub-vendor’s engineers shall also be present along with vendor's erection and commissioning engineers, as required. The supervisory cost of 10 mandays for each blower package shall be considered for purpose of commercial comparison (which the vendor may decide between days for Indian/Foreign supervisors and also discipline wise but total of 10 mandays). The vendor shall indicate the cost of providing the above services on per diem basis. Per diem rates, as quoted by the vendor, shall be the basis of payment, on actual mandays consumption at site.

Page 111 of 286

Page 112: A096_5785_1233_ENQ_REV0

LIST FOR MANDATORY SPARE

PARTS

DOCUMENT No.

A096-000-16-45-SL-5785 Rev. A

Page 1 of 2

A 10.10.13 ISSUED WITH MR ME NK

Rev. No

Date Purpose Prepared

by Checked & Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

LIST FOR MANDATORY SPARE PARTS

PROJECT : GAIL PETROCHEMICAL COMPLEX-II

CLIENT : M/s. GAIL

UNIT : VAPOUR RECOVERY SYSTEM

EIL JOB NO : A096

Page 112 of 286

Page 113: A096_5785_1233_ENQ_REV0

CHECK LIST – MANDATORY

SPARE PARTS

DOCUMENT No.

A096-000-16-45-SL-5785 Rev. A

Page 2 of 2

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

Mandatory Spares for Vacuum Pump:

Pump Item Number: 142-KA-01 Total No. Of Units Installed: 1(1W)

Sl.

no

Part Description Quantity Required

(for each pump)

Quoted

(Yes/ No/

Not Appl)

Unit Price

Per Set

Total

Price

A MECHANICAL

1. Set of Dynamically Balanced Rotor One set B

Electrical

As per electrical specification

C Instrumentation

As per Instrumentation Specification

Notes:

1. The word `Set' means the quantity required for full replacement of that part in one machine.

2. The Bidder shall quote for all the mandatory spares as defined above & as applicable to the proposed

design of the equipment. In case, any spare which is listed above but not applicable due to specific

construction/design of the equipment, the same shall be highlighted as `Not Applicable' against that

spare supported with proper technical explanation.

3. Spare parts shall be identical in all respects to the parts fitted on the main equipment, including

dimensions, material of construction & heat treatment.

4. The cost of these mandatory spares shall be added to the `Total Cost' for commercial evaluation of

the offer.

5. The offers, not including the quotation for mandatory spare parts in the commercial section & the

un-priced quotation for mandatory spare parts in the technical section shall be considered as

incomplete offers and shall be liable for prima-facia rejection. The Bidder is advised to furnish the

above checklist, duly completed & consolidated, along with the techno-commercial offer (i.e. both

un-priced & priced copies)

Page 113 of 286

Page 114: A096_5785_1233_ENQ_REV0

SITE & UTILITY DATA

SPECIFICATION No.

A096-000-16-45-SU-5785 Rev-A

Page 1 of 5

A 10.10.13 Issued with MR ME NK

Rev. No

Date Purpose Prepared by Checked &

Approved by

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

SITE & UTILITY DATA

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA

UNIT : UTILITIES AND OFFSITES

CLIENT : GAIL (INDIA) LIMITED

EIL JOB NO. : A096

Page 114 of 286

Page 115: A096_5785_1233_ENQ_REV0

SITE & UTILITY DATA

SPECIFICATION No.

A096-000-16-45-SU-5785 Rev-A

Page 2 of 5

Format No. 1641-540 Rev. 1 Copyright EIL – All rights reserved

1. SITE DATA INFORMATION

PLANT LOCATION Refer Engineering Design Basis for complete details of plant location. This section presents

brief details. Plant Location : Pata

State : Uttar Pradesh Nearest Important Town : Dibiyapur (100 Km from Kanpur) Nearest Railway Station : Phaphund (100 Km from Kanpur) Nearest Port : Mumbai/ Kandla Nearest National Highway : NH-2 Nearest Airport : Lucknow/ Kanpur

Source of Water : Lower Ganga Canal Rainy season (Monsoon) : Mid June to mid September METEOROLOGICAL DESIGN DATA

Relevant meteorological design data towards preparing process engineering specifications is as follows:

Sl#

Parameter

Minimum

Normal / Average

Maximum /

Design (A) METEOROLOGICAL DATA 1

Elevation above mean sea level, m

139.5

2

Barometric pressure, mbar - - -

3

Ambient temperature,

0C

tmin= 1.7

tnor = amb.

tmax= 47.8

4

Relative humidity, %

20%@ tmin

@ tnor

90%@ tmax= 35

0C

5

Rainfall data:

(a) for 1-hour period

(b) for 24-hour period

256.3 mm

(c) Annual

761.9 mm 6 Wind

data (a) wind velocity 25.2 – 50.4 Kmph

(b)Prevailing wind direction.

Predominant direction is west to north west throughout year, however south west to west during monsoon.

7 Earthquake Design Criteria As per IS: 1893 Zone-II (B) DATA FOR EQUIPMENT DESIGN 1

Design dry bulb temperature,

0C

42

2

Design wet bulb temperature,

0C

29

3

Low ambient temperature for MDMT,

0C 1.7

4

Design air temperature for air Design air temperature for air cooled exchangers where followed by water

cooling, 0C

42

5

Design air temperature for air cooled exchangers Where not followed by water cooling,

0C

46

6

Coincident temperature and relative humidity for Air Blower / Air Compressor design.

86% @ 46

oC

Page 115 of 286

Page 116: A096_5785_1233_ENQ_REV0

SITE & UTILITY DATA

SPECIFICATION No.

A096-000-16-45-SU-5785 Rev-A

Page 3 of 5

Format No. 1641-540 Rev. 1 Copyright EIL – All rights reserved

2. UTILITY SPECIFICATIONS Utility conditions at Vendor Battery Limit [All B/L pressures are as measured at grade] Utility pressure and temperature levels as indicated in the below table, are at Pump Vendor Battery Limit of the Process Unit.

Sl Parameter Minimum Normal Maximum Mech Design

1 VERY HIGH PRESSURE (VHP) STEAM

Pressure, kg/cm2g 102 104 106 116 / FV

Temperature, oC 470 500 510 513

2 HIGH PRESSURE (HP) STEAM

Pressure, kg/cm2g 38 40 41.5 46 / FV

Temperature, oC 350 360 370 390

3 MEDIUM PRESSURE (MP) STEAM

Pressure, kg/cm2g 15 16 17 21 / FV

Temperature, oC 230 250 270 290

4 LOW PRESSURE (LP) STEAM

Pressure, kg/cm2g 3.5 4 4.5 6.5 / FV

Temperature, oC 160 170 175 220

5 SURFACE CONDENSATE RETURN

Pressure, kg/cm2g - 5 - 13

Temperature, oC - 50 - 60 - 100

6 COOLING WATER/ BEARING COOLING WATER

Supply Pressure, Kg/cm2g 3.8 4.3 - 9

Return Pressure, Kg/cm2g 3.0 2.5 - 9

Supply Temperature, 0C - 33 - 65

Return Temperature, 0C - - 45 65

7

SERVICE WATER

Pressure, kg/cm

2g 3.0 5.0 6.0 10.0

Temperature,

oC - AMB. - 65

8 DEMINERALISED WATER

Pressure, kg/cm

2g 4.0 4.5 5.0 7.5

Temperature,

oC - AMB. - 65

9 PLANT AIR

Pressure, kg/cm

2g 4.0 6.5 - 10.5

Temperature,

oC - AMB. 50 65

10 INSTRUMENT AIR (Dew Point (-) 40°C @ Atm. Pr.)

Pressure, kg/cm

2g 3.5 6.0 - 10.5

Temperature,

oC - AMB. 50 65

11 NITROGEN

Pressure, kg/cm

2g 3.5 6.0 6.5 10.5

Temperature,

oC - AMB. 50 65

12 VHP BOILER FEED WATER

Pressure, kg/cm2g - 127 - HOLD

Temperature, oC - 40 - HOLD

13 MP BOILER FEED WATER

Pressure, kg/cm2g - 14 - 22

Temperature, oC - 114 - 150

14 SEAL GAS (ETHYLENE) (refer composition below)

Pressure, kg/cm2g

Temperature, oC

15 SEAL GAS (HP FUEL GAS) (refer composition below)

Pressure, kg/cm2g

Temperature, oC

Page 116 of 286

Page 117: A096_5785_1233_ENQ_REV0

SITE & UTILITY DATA

SPECIFICATION No.

A096-000-16-45-SU-5785 Rev-A

Page 4 of 5

Format No. 1641-540 Rev. 1 Copyright EIL – All rights reserved

3. COMPRESSED AIR SYSTEMS The specifications of plant air and instrument air are as below.

Sl

Parameter

Plant Air

Instrument Air

1

Dew Point at atmospheric pressure

Water-free

(-)40

oC

2

Oil Content, ppm

Nil

Nil

4. Flare System

4.1 Maximum flare backpressure shall be considered for sizing of pressure relief devices

#

Flare system

Superimposed backpressure,

kg/cm2g

Built-up

backpressure at unit battery limits,

kg/cm2g

Built-up

backpressure at PSV outlet,

kg/cm2g

1

LP Hydrocarbon flare

0.1

1.5

1.7

2

HP Hydrocarbon flare

0.1

4.5

5.0

5.2 Overpressure (as percentage of set pressure) for sizing of relief valves shall be considered as below:

#

Contingency Low Pressure < 70

kg/cm2g High Pressure >70kg/cm2g

1

Steam generating/ consuming equipment

5% 5%

2

Fire Case

21%

As per designer

3

Thermal Relief (Piping/ Equipment)

25% / 10%

As per designer

4

Operational failure

10%

As per designer

6.0 Typical cooling water piping and instrumentation at heat exchangers

1 ”

SS

½”X¾” ¾”LO CW RETURN

Back Flush size one size

lower than CW line size,

Max back flush size 8”.

CW SUPPLY . This connection to be provided only

For exchangers located at platform

(18m and above). Spec blinds shall

be provided in this connection for

critical equipments.

SS

PSV

S

TI

Page 117 of 286

Page 118: A096_5785_1233_ENQ_REV0

SITE & UTILITY DATA

SPECIFICATION No.

A096-000-16-45-SU-5785 Rev-A

Page 5 of 5

Format No. 1641-540 Rev. 1 Copyright EIL – All rights reserved

7.0 WATER QUALITY

Sr. Parameter Unit DM water BFW Recirculating

cooling water

1. PH 6.5-7.0 6.5-7.0 7.0-8.0

2. Turbidity (NTU) (5 min. settled) Mg/l Nil Nil 20-30

3. Total dissolved solids Mg/l 0.1 0.1 1400-1500

4. Conductivity @ 250 C μMho/cm <0.2 <0.2 -

5. MO. Alkalinity Mg/l - - 120-130

5. Ca hardness as CaCO3 Mg/l 230-250

7. Total hardness as CaCO3 Mg/l Nil Nil 425-450

8. Total reactive Silica as SiO2 Mg/l <=0.2 <=0.2 65-80

9. Chlorides as Cl Mg/l - - 450-479

10. Free residual chlorine Mg/l - - 0.3-0.6

11. Sulphates as SO4 Mg/l - - 925-975

12. Organophosphates as PO4 Mg/l - - 5

13. HEDP(Organophosphate) Mg/l - - 3-5

14. Inorganophosphates as PO4 Mg/l - - 8-10

15. Total Iron as Fe Mg/l <0.005 <0.005 -

16. Zinc as Zn Mg/l -- - 1-2

17. Polymeric Dispersant Mg/l - - 5-10

Page 118 of 286

Page 119: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

ROTARY BLOWER (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 1 of 8

A 07.10.13 Issued for Bids. ME NK DB

Rev. No

Date Purpose Prepared

by Checked

by Approved

by

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

JOB SPECIFICATION FOR

ROTARY BLOWER (LOBE TYPE) (ELECTRIC MOTOR DRIVEN)

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA

UNIT : VAPOR RECOVERY UNIT

CLIENT : M/s. GAIL

CONSULTANT : ENGINEERS INDIA LTD.

JOB NO. : A096

Page 119 of 286

Page 120: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 2 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

1.0 GENERAL 1.1 Scope

1.1.1 This specification describes the minimum requirements for design, manufacture,

testing, supply, supervision of erection and commissioning of the following “Electric Motor Driven Rotary Lobe Blower Packages" : (i) VENT BLOWER (Item No.: 142-KA-01)

as described hereunder and in various attachments listed in the “List of Attachments” of this material requisition.

1.2 Applicable Codes & Standards 1.2.1 The design, construction, manufacture, supply & testing and other general

requirements of the blower package shall be strictly in accordance with the data sheets, this job specification, Drawings, standard specifications etc. as listed under “List of Attachments” as well as other referenced codes, standards and recommended practices.

1.3 Precedence 1.3.1 In case of any conflict between this Job Specification and other enquiry documents,

the following preferential order shall govern:

a. Process datasheet and P&IDs b. EIL Data Sheets/Drawings c. EIL Job Specifications d. EIL Standard Specifications e. Other Specifications f. International Standards/Codes/recommended practices as applicable However, Vendor shall inform EIL for any discrepancy for resolution before proceeding. EIL decision in this regard shall be final and binding.

1.4 Vendor shall make all possible efforts to comply strictly with the requirements.

Deviations, if any, required by vendor shall be separately consolidated under “List of Deviations” with specific references to Document no., Page no., Clause no./Para no., Line no. etc. of the applicable document to which deviation applies, along with adequate reasons for each deviation. Further, vendor shall furnish a statement, that except for the deviations furnished by him, his offer is in total conformity with all the data sheets and document Listed under “List of Attachments” and the referenced codes, standards and recommended practices. No deviation shall be considered after award of order. Any comment, deletion, correction on the body of the data sheets/specifications will not be taken cognisance of and all such deviations shall be deemed to have been withdrawn.

1.5 Compliance with this specification shall not relieve the vendor of the responsibility of

furnishing equipment and auxiliaries of proper design, materials and workmanship to meet specified operating conditions.

Page 120 of 286

Page 121: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 3 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

2 SAFETY 2.1 All controls shall operate in a fail-safe mode. 2.2 All Electrical Devices shall meet the requirement for the specified area classification

in which they are installed.

2.3 Thermal relief valves shall be provided for components that may be blocked in by isolation valves (including any cooling water return circuit piping of a cooler or a jacket)

3 SITE & UTILITIES DATA

Refer Doc. No.# A096-000-16-45-SU-5785 forming part of the inquiry document.

4 EQUIPMENT QUALIFICATION CRITERIA (EQC) 4.1 EQC FOR ROTARY (ROOTS TYPE) POSITIVE DISPACEMENT BLOWER.

4.1.1 The Equipment Qualification Criteria (EQC) specified vide cl. # 4.1.2 to 4.1.5 of this specification shall be applied for acceptance of the offered blower model.

4.1.2 The vendor shall be an established manufacturer of Rotary lobe type (roots) blower having adequate design, engineering, manufacturing and testing facilities for the same.

4.1.3 The blower model offered shall be from the existing blower model series and shall be from the regular manufacturing range of the vendor. The offered blower model shall meet the minimum service & manufacturers experience requirements specified in Clause 4.1.4 below.

4.1.4 Blower shall be identical in frame designation and Type (straight lobe –roots type) and similar in terms of Frame number, Frame rating, Rotational speed, Inlet and discharge pressure, Inlet temperature, Actual Inlet flow, Mechanical Design, Type of Rotor, Materials as compared to at least ONE (1) unit designed, engineered, manufactured, tested and supplied from the proposed manufacturing plant and the reference unit shall have completed ONE (1) year of satisfactory operation at site, as on the bid due date.

4.2 Documentation for Proven Track Record

The vendor shall complete the Experience Record Proforma (A096-000-16-45-ER-5785 as enclosed in the inquiry specification to amply prove that the equipment offered meets the EQC for technical acceptance. Vendor may furnish additional information to justify that the EQC is being met. In addition, manufacturer's catalogue and general reference list for all the above equipments shall also be furnished along-with the proposal. Bidder to note that the offers submitted by them shall be evaluated on the basis of offers meeting the requirements of EQC of main equipment and the information required to satisfy the requirements of EQC for auxiliary/bought out shall be

Page 121 of 286

Page 122: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 4 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

submitted post-order after finalising the details of such bought-out equipment, however no deviations shall be taken to the qualification requirements.

5 SCOPE OF SUPPLY/ WORK

5.1 Electric motor driven blower package with all components and auxiliary equipments as detailed in the checklist scope of supply Doc. # A096-000-16-45-SS-5785 (as a minimum but not limited to) and other requirements specified in MR, are included in vendor‟s scope.

5.2 All civil works, compressor house building including all the operating platforms (except operating plateform within vendor‟s skid(s)) etc. are excluded from the bidder‟s scope of supply/work.

5.3 The Blower manufacturer of the Proposed Blower model shall be the Single Point responsibility vendor (SPRV).Single point responsibility vendor‟s scope of supply is described in data sheets, specifications, Process P&ID‟s and “Checklist -Scope of Supply” forming part of the inquiry document. However, it shall be the responsibility of the SPRV to furnish a safe operating unit. For this purpose, in case SPRV envisages additional equipment / instruments / control and safety devices, the same shall be offered by the SPRV and included in his scope of supply. Such additional items shall be separately listed with reasons for their inclusion.

6 DESIGN CRITERIA

6.1 General

6.1.1 The Blower shall be selected so as to fully meet the requirements specified in data sheets and specifications as well as referred codes and standards forming part of the inquiry document.

6.1.2 The Blower driver & all auxiliaries shall be supplied duly mounted on a common base-plate. Unitization of Blower package along with driver and associated job auxiliaries shall be done in manufacturer's shop.

6.1.3 Maximum allowable working pressure & temperature of the equipment shall not be less than the design pressure & temperature specified in the data sheet.

6.1.4 Blower packages shall be designed to perform satisfactorily under specified operating conditions, maximum differential pressure operation at vacuum relief valve set pressure at suction side and relief valve set pressure at discharge.

6.1.5 The discharge temperature of the blower at the package battery limit has to be limited to 40 Deg. C due to downstream design constraint. Vendor to include inter/after coolers (if required to meet the above constraint) in their scope along with all interconnected piping and instrumentation for water and Gas. The cooling water supply and return shall be provided at the skid edge (i.e. package battery limit) as single point connection. Vendor to select suitable low pressure drop type cooler. Coolers shall be designed as per TEMA-C code. The cooling water side fouling factor

shall be considered as 0.0004 hr m2 C/Kcal.

6.1.6 Vendor shall consider all losses in suction and discharge side from battery limit to respective flanges.

Page 122 of 286

Page 123: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 5 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

6.1.7 The rated BKW at the above condition shall be guaranteed with zero positive tolerance including all transmission losses.

6.1.8 The blower unit shall be direct driven. V- Belt drives are also acceptable.

6.1.9 V-belts used for equipment located in hazardous area i.e. Div. I or Div.II (NEC) area (Zone 1 or Zone 2 (IEC) area) shall be static non-conducting type and shall be certified suitable for the area classification.

6.1.10 Driver rating shall be at least 110% of Blower rated BKW (including all losses) or 105% BKW (including all losses) at coincident PSV & minimum inlet pressure whichever is higher.

6.1.11 The set pressure of relief valve at blower discharge shall be equal to, 110% of rated

differential pressure across blower plus maximum suction pressure, or downstream design pressure, whichever is lower.

6.1.12 Jacket cooling (if required) shall be water cooled. 6.1.13 The balancing of rotating element shall be carried out alongwith the coupling half.

Balancing shall be as per grade 2.5 of ISO-1940.

6.1.14 Blowers shall be suitable for outdoor installation and shall be installed on ground floor (i.e. on finished floor level). No equipment shelter is envisaged. The blower, drive motor and all the associated auxiliaries shall be mounted on a common base plate.

6.1.15 All rotating equipment base plates shall have jacking provision for levelling and screws for alignment. Only Stainless Steel shims shall be used for equipment alignment

6.2 Couplings

Couplings shall be of metallic, non-lubricated, flexible element type (i.e. either diaphragm or discs) with spacer, for all equipment. The coupling shall be selected for a minimum service factor of 1.5. Removable coupling guard shall be provided which shall be fabricated from non-sparking material, and shall be open at the bottom to permit manual shaft rotation. The guard shall be sufficiently rigid to withstand deflections as a result of bodily contact of nominally 100 kgs.

6.3 Casing Drains

All casing drains of the blower skid shall be manifolded by the vendor and terminated at the skid edge with isolation valve. Drains shall be connected by the vendor to purchaser's nearest OWS point(s).

6.4 Common Skid and Base-Plate

Blower Train shall be mounted on a common skid/base-plate designed to support the Blower, and Electric motor. The skid/base-plate shall be suitable for 4/6 point lift. Non-skid decking shall be provided on the skid/base-plate by vendor.

Page 123 of 286

Page 124: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 6 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

6.5 Bearing and Lube Oil Systems

The radial and thrust bearings and associated lube oil system shall be of vendor‟s standard field proven type for similar application. The lube oil system shall be common to blower and driver (if required). The Lube oil system shall be located on the base plate.

6.6 Piping

All piping, fittings, valves etc. specified in vendor's scope of supply shall conform to the technical requirements specified in the relevant codes and standards. However all interfaces shall conform to purchaser's requirements specified in the P&ID's and respective Piping Material Specification (PMS).

6.7 Piping termination and Vendor’s battery limit.

Inlet piping prefabricated in spool pieces between Blower suction silencer and suction flange fitted with suction silencer, and flexible connector shall be provided by vendor.

Discharge piping prefabricated in spool pieces between Blower B/L and Discharge flange fitted with Discharge silencer, Aftercooler and flexible connector shall be provided by vendor.

The material of Inlet and discharge piping and piping components shall be as per PMS indicated in the P&ID.

6.8 Utility Piping:

i) All interconnecting distribution piping to various consumption points within Vendor‟s Battery Limit, tubing, cabling, and supports including isolation valves at the tie-up points of vendor‟s battery limit shall be engineered, designed and supplied by the vendor. All Piping shall be supplied prefabricated.

ii) Vendor shall terminate all the drains at the grade level with isolation valves for further connection to purchaser CBD/ OWS system. Also vendor shall terminate all the Blower-casing drains manifolded to single connection at the grade level for further connection to purchaser CBD/ OWS system.

7 NOISE LIMITS FOR THE WHOLE PACKAGE

Blower package noise at any location 1 meter from the machine and its connecting piping shall not exceed 88 dBA. This shall be demonstrated at site & if the noise limit exceeds the specified value, the necessary arrangement to meet the noise criteria, shall be provided by vendor without any cost implication.

7.1 Acoustic Enclosure & Ventilation System

An Acoustic Enclosure shall be provided for each machine, only if required to limit the noise level to 88 dBA at 1m.

7.1.1 The acoustic enclosure shall be self-supporting, de-mountable structure, usually of the closed-fitting hood type, mounted on the base plate, if required to limit the noise within specified limits. The steel panels shall be galvanised & steel framework sections shall be prime painted. Locally mounted instruments shall be placed outside the enclosure & mounted on the LGB the enclosure shall be constructed with fire

Page 124 of 286

Page 125: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 7 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

resistant materials. All enclosures shall be free of any depression or crevices where water or dust might collect.

7.1.2 The enclosure shall be fitted with two (one working and one standby) explosion proof electric motor driven fans, designed to prevent build up of a hazardous atmosphere inside the enclosure with only one ventilation fan operating. Fans shall be sized for 125% of design flow required.

7.1.3 Any instrument & electrical items which are located inside the enclosure shall be suitable for applicable area classification as indicated in the enclosed document.

7.1.4 Vendor shall provide auto-starting of standby ventilation fan in case ventilation becomes in adequate and for shutdown in case of breakdown of the ventilation.

7.1.5 Lighting system, wiring within enclosure from unit to junction box (Except motor cabling and cabling for heater) shall be provided by vendor.

7.1.6 Enclosure shall be fitted with proper door arrangement for easy maintenance.

8 Electrical

All electrical system for the package shall be as per the electrical specification and data sheets as per list of attachments forming part of the inquiry document and the codes and standards referred therein.

9 Instrumentation and Controls

Vendor shall provide all the necessary instrumentation and control system as described in Equipment and Instrument Data Sheets and Specifications, Process P&IDs and other specified instrumentation standards as per list of attachments forming part of the inquiry document and the codes and standards referred therein.

10 INSPECTION AND TESTING 10.1 Inspection and Test requirements have been detailed out in data sheets,

specifications for various equipment and referred codes and standards. Vendor shall submit details of all test procedures for approval by purchaser. Rejections made by Purchaser‟s inspector, based on inspection or tests shall be final. Acceptance by the inspector in no way release the vendor from guarantees as to materials, workman-ship, and performance of the equipment inspected

10.2 The following tests besides being witnessed by Owner's/Consultant's Inspector may also be witnessed by Owner's/Consultant's equipment specialists.

a. Mechanical Run Test for Blower with spare rotor b. Performance Test for Blower as per ISO-1217 at Blower manufacturer's works. For the tests listed above the purchaser shall be advised by the vendor at least six (6) weeks in advance of the scheduled test date and firm date of testing shall be given by vendor at least one week in advance. For all other specified inspection and tests the purchaser shall be advised by vendor at least four weeks in advance of scheduled test date and firm date of testing shall be given by vendor at least one week in advance.

Page 125 of 286

Page 126: A096_5785_1233_ENQ_REV0

JOB SPECIFICATION FOR

BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE

SPECIFICATION No.

A096-000-16-45-SP-5785 Rev. 0

Page 8 of 8

Format No. 1641-1924 Rev. 0 Copyright EIL – All rights reserved

11 PREPARATION FOR SHIPMENT

The blower package shall be packed for an outdoor storage period of 06 months.

12 DRAWINGS AND OTHER DATA REQUIRED

The data and drawing required with the bid are detailed out under “Vendor Data Requirement (Doc. # A096-000-16-45-VR-5785)” and Vendor Data Required as per Electrical and Instrumentation Sections. Vendor shall ensure that complete data is furnished as required.

13 SPARE PARTS / SPECIAL TOOLS

13.1 Mandatory Spare Parts

Mandatory spares shall be as per attached Doc. No. # A096-000-16-45-SL-5785. Bidder shall quote for the mandatory spare parts as specified in the inquiry document. Cost of mandatory spares shall be added to the equipment cost for commercial evaluation of the proposal.

13.2 Commissioning Spares

Vendor shall include in his proposal sufficient spares required for commissioning of package as per his experience/recommendation & furnish a list for the same (including rotating equipment, packaged equipment, static equipment, piping, instrumentation and electrical, etc). If however, any additional spare is consumed over and above the quoted commissioning spares, during commissioning, the same shall be provided free of cost, by the VENDOR. Any leftover spares after commissioning shall be handed over to the owner.

13.3 Recommended spares for Two-year Normal operation

Vendor shall include in his proposal, his recommended spares for 2 years normal operation over and above the mandatory spares together with, part no., name of the parts, cost and recommended quantity of spare against the installed quantity. Spares shall have equipment tag no., drawing no., model no., part no., metallurgy, etc.

13.4 Special tools and tackles

Any special tools and tackles required for maintenance etc. of Blower, motor etc shall be included in the vendor‟s scope of supply for each item no. Vendor to categorically confirm for each item no, whether the special tools or tackles are required or not.

14 SUPERVISION DURING ERECTION AND COMMISSIONING

Vendor shall provide their service for supervision of erection and commissioning of the Blower package. Vendor shall quote prices for the same on „per diem‟ basis. Cost for Supervision of Erection and Commissioning for 10 no. of man days per Blower package shall be added to the total cost for commercial comparison. However, the payment to the vendor shall be made on the basis of mandays actually utilized for supervision of erection and commissioning at site.

Page 126 of 286

Page 127: A096_5785_1233_ENQ_REV0

GAIL LTD.Client :

PETROCHEM COMPLEX

PATA UPLocation :

16/43Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 32 of 288

A1APIPE CLASS :150RATING :CARBON STEELBASE MATERIAL : 1.5CORROSION ALLOWANCE SPECIAL REQUIREMENT :

MM

SERVICENON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFOREFILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A), PLANT AIR, NITROGEN,CARBONDIOXIDE; WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A;

NOTES1

5

7

36

92

NDT REQUIREMENTS AS PER EIL STANDARD 6-44-0016.

FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARYSTRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.

THIS IS A PRESSURE BALANCED PLUG VALVES WHICH SHALL BE USED ONLY IF SPECIFIED IN P&ID.

GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34/ BS-1414 AND FLANGE ENDSSHALL BE IN ACCORDANCE WITH ASME B16.47 SERIES B.

SPECIAL NOTES

ITEM SIZE DESCRIPTION A.CODEMAINTAINENCEJOINTS

PIPE JOINTS

DRAINS

VENTS

TEMP.CONN

PRESS.CONN

ALL

1.5" & BELOW

2.0" & ABOVE

ON LINES <= 1.5"

ON LINES >= 2.0"

ON LINES <= 1.5"

ON LINES >= 2.0"

1.5"

0.75"

FLANGED, TO BE KEPT MINIMUM

SW COUPLING

BUTTWELDED

REFER EILSTD 7-44-0350, DF3

AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

REFER EIL STD. 7-44-0350, VF3

AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

FLANGED. REFER EIL STD 7-44-0353

SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

TEMP

PRESS 20.03 20.03 18.28 16.17 14.06 11.95 9.84 8.78 7.73

-29 38 93 149 204 260 316 343 371

Sheet 1 of

TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS

Pipe Class : A1A

A1A

6

Page 127 of 286

Page 128: A096_5785_1233_ENQ_REV0

GAIL LTD.Client :

PETROCHEM COMPLEX

PATA UPLocation :

16/43Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 33 of 288

Sheet 2 ofPipe Class : A1A

T T T T H H H H H H H H H H H H H H H H H H H H H H H H0.5T T T H H H H H H H H H H H H H H H H H H H H H H H H0.75

T T H H H H H H H H H H H H H H H H H H H H H H H H1.01.25

T T H H H H H H H H H H H H H H H H H H H H H H H1.5T P P P P P P P P P P R R R R R R R R R R R R R2.0

2.5T P P P P P P P P P R R R R R R R R R R R R R3.0

3.5T P P P P P P P P R R R R R R R R R R R R R4.0

5.0T P P P P P P P R R R R R R R R R R R R R6.0

T P P P P P P R R R R R R R R R R R R R8.0T P P P P P R R R R R R R R R R R R R10.

T P P P P R R R R R R R R R R R R R12.T P P P R R R R R R R R R R R R R14.

T P P R R R R R R R R R R R R R16.T P R R R R R R R R R R R R R18.

T R R R R R R R R R R R R R20.22.

T R R R R R R R R R R R R24.T R R R R R R R R R R R26.

T R R R R R R R R R R28.T R R R R R R R R R30.

T R R R R R R R R32.T R R R R R R R34.

T R R R R R R36.T R R R R R38.

T R R R R40.T R R R42.

T R R44.T R46.

T48.50.52.54.56.58.60.62.64.66.68.70.72.

.500

.750

1.0

00

1.2

50

1.5

00

2.0

00

2.5

00

3.0

00

3.5

00

4.0

00

5.0

00

6.0

00

8.0

00

10.

000

12.

000

14.

000

16.

000

18.

000

20.

000

22.

000

24.

000

26.

000

28.

000

30.

000

32.

000

34.

000

36.

000

38.

000

40.

000

42.

000

44.

000

46.

000

48.

000

BR

AN

CH

PIP

E (

SIZ

E I

N I

NC

HE

S)

0.50.751.01.251.52.02.53.03.54.05.06.08.010.12.14.16.18.20.22.24.26.28.30.32.34.36.38.40.42.44.46.48.50.52.54.56.58.60.62.64.66.68.70.72.

BR

AN

CH

PIP

E (SIZ

E IN

INC

HE

S)

RUN PIPE (SIZE IN INCHES)

CODE DESCRIPTION

F

H

P

R

S

T

W

I

X

L

JSADDLE FUSED JT

H. COUPLING

PIPE TO PIPE

REINFORCED

SOCKOLETS

TEES

WELDOLETS

INSTRUMENT TEE

Refer Notes

SWEEPOLET

THREADOLET

A1A

6

Page 128 of 286

Page 129: A096_5785_1233_ENQ_REV0

GAIL LTD.Client :

PETROCHEM COMPLEX

PATA UPLocation :

16/43Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 34 of 288

Sheet 3 ofPipe Class : A1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNo

Pipe Group

Flange Group

Fitting Group

Dmn. STD(Inch) (Inch)

PIP

PIP

PIP

PIP

PIP

PIP

NIP

NIP

FLG

FLG

FLB

FLB

FEF

FEF

FEF

ELB90

ELB90

ELB90

ELB90

ELB45

ELB45

ELB45

PIPE

PIPE

PIPE

PIPE

PIPE

PIPE

NIPPLE

NIPPLE

FLNG.WN

FLNG.WN

FLNG.BLIND

FLNG.BLIND

FLNG.FIG.8

SPCR&BLND

SPCR&BLND

ELBOW.90

ELBOW.90

ELBOW.90

ELBOW.90

ELBOW.45

ELBOW.45

ELBOW.45

0.50

1.00

2.00

3.00

16.00

40.00

0.50

1.00

0.50

26.00

0.50

26.00

0.50

10.00

26.00

0.50

1.00

2.00

16.00

0.50

1.00

2.00

0.75

1.50

2.00

14.00

36.00

48.00

0.75

1.50

24.00

48.00

24.00

48.00

8.00

24.00

48.00

0.75

1.50

14.00

48.00

0.75

1.50

14.00

S160

XS

XS

STD

STD

XS

M

M

M

M

M

M

M

PE, SEAMLESS

PE, SEAMLESS

BE, SEAMLESS

BE, SEAMLESS

BE, E.FS.W

BE, E.FS.W

PBE, SEAMLESS

PBE, SEAMLESS

150, RF/125AARH

150, RF/125AARH

150, RF/125AARH

150, RF/125AARH

150, FF/125AARH

150, FF/125AARH

150, FF/125AARH

SW, 6000

SW, 3000

BW, 1.5D

BW, 1.5D

SW, 6000

SW, 3000

BW, 1.5D

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 672GR.B60 CL.12

ASTM A 672GR.B60 CL.12

ASTM A 106 GR.B

ASTM A 106 GR.B

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 516 GR.70

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB

ASTM A 234GR.WPB-W

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB

PI21977Z0

PI21977Z0

PI21917Z0

PI21917Z0

PI2A813Z0

PI2A813Z0

PN21967Z0

PN21967Z0

FWC0127Z0

FWB0127Z0

FBC0127Z0

FBB0127Z0

FGK0121Z0

FCK0121Z0

FCE6321Z0

WA602D3Z0

WA602D2Z0

WAG684Z10

WAG754Z10

WB602D3Z0

WB602D2Z0

WBG684Z10

B-36.10

B-36.10

B-36.10

B-36.10

B-36.10

B-36.10

B-36.10

B-36.10

B-16.5

B-16.47-B

B-16.5

B-16.47-B

ASME-B16.48

ASME-B16.48

EIL'STD

B-16.11

B-16.11

B-16.9

B-16.9

B-16.11

B-16.11

B-16.9

Note :(The shaded portion of PMS body shows Field Fabricated Items)

A1A

6

Page 129 of 286

Page 130: A096_5785_1233_ENQ_REV0

GAIL LTD.Client :

PETROCHEM COMPLEX

PATA UPLocation :

16/43Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 35 of 288

Sheet 4 ofPipe Class : A1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNo

Fitting Group

Dmn. STD(Inch) (Inch)

ELB45

TEQ

TEQ

TEQ

TEQ

TRED

TRED

TRED

TRED

REDC

REDC

REDE

REDE

SWGC

SWGE

CAP

CPLF

CPLF

CPLH

CPLH

CPLL

CPLL

CPLR

ELBOW.45

T.EQUAL

T.EQUAL

T.EQUAL

T.EQUAL

T.RED

T.RED

T.RED

T.RED

REDUC.CONC

REDUC.CONC

REDUC.ECC

REDUC.ECC

SWAGE.CONC

SWAGE.ECC

CAP

CPLNG.FULL

CPLNG.FULL

CPLNG.HALF

CPLNG.HALF

CPLNG.LH

CPLNG.LH

CPLNG.RED

16.00

0.50

1.00

2.00

16.00

0.50

1.00

2.00

16.00

2.00

16.00

2.00

16.00

0.50

0.50

2.00

0.50

1.00

0.50

1.00

0.50

1.00

0.50

48.00

0.75

1.50

14.00

48.00

0.75

1.50

14.00

48.00

14.00

48.00

14.00

48.00

3.00

3.00

48.00

0.75

1.50

0.75

1.50

0.75

1.50

0.75

M

M

M

M, M

M, M

M, M

M, M

M, M

M, M

M, M

M, M

M

BW, 1.5D

SW, 6000

SW, 3000

BW

BW

SW, 6000

SW, 3000

BW

BW

BW

BW

BW

BW

PBE

PBE

BW

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

SW, 3000

SW, 6000

ASTM A 234GR.WPB-W

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB

ASTM A 234GR.WPB-W

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB

ASTM A 234GR.WPB-W

ASTM A 234GR.WPB

ASTM A 234GR.WPB-W

ASTM A 234GR.WPB

ASTM A 234GR.WPB-W

ASTM A 105

ASTM A 105

ASTM A 234GR.WPB

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

ASTM A 105

WBG754Z10

WE602D3Z0

WE602D2Z0

WEG684ZZ0

WEG754ZZ0

WR602D3Z0

WR602D2Z0

WRG684ZZ0

WRG754ZZ0

WUG684ZZ0

WUG754ZZ0

WVG684ZZ0

WVG754ZZ0

WNH026ZZ0

WPH026ZZ0

WFG684ZZ0

WJ602D3Z0

WJ602D2Z0

WK602D3Z0

WK602D2Z0

WL602D3Z0

WL602D2Z0

WM602D3Z0

B-16.9

B-16.11

B-16.11

B-16.9

B-16.9

B-16.11

B-16.11

B-16.9

B-16.9

B-16.9

B-16.9

B-16.9

B-16.9

BS-3799

BS-3799

B-16.9

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

B-16.11

Note :(The shaded portion of PMS body shows Field Fabricated Items)

A1A

6

Page 130 of 286

Page 131: A096_5785_1233_ENQ_REV0

GAIL LTD.Client :

PETROCHEM COMPLEX

PATA UPLocation :

16/43Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 36 of 288

Sheet 5 ofPipe Class : A1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNo

Fitting Group

Valves Group

Bolt Group

Gasket Group

Dmn. STD(Inch) (Inch)

CPLR

GAV

GAV

GLV

GLV

CHV

CHV

BLV

PLV

PLV/1

BFV

BFV

BOS

GAS

CPLNG.RED

VLV.GATE

VLV.GATE

VLV.GLOBE

VLV.GLOBE

VLV.CHECK

VLV.CHECK

VLV.BALL

VLV.PLUG

VLV.PLUG

VLV.BTRFLY

VLV.BTRFLY

BOLT.STUD

GASKET

1.00

0.25

2.00

0.25

2.00

0.25

2.00

0.50

0.50

0.50

3.00

26.00

0.50

0.50

1.50

1.50

42.00

1.50

16.00

1.50

24.00

16.00

24.00

36.00

24.00

48.00

48.00

24.00

SW, 3000

SW, 800, 3000, B-16.11,SHT NO.- 51001

FLGD, 150, B-16.5,RF/125AARH, SHTNO.- 51301

SW, 800, 3000, B-16.11,SHT NO.- 52001

FLGD, 150, B-16.5,RF/125AARH, SHTNO.- 52301

SW, 800, 3000, B-16.11,SHT NO.- 53001

FLGD, 150, B-16.5,RF/125AARH, SHTNO.- 53301

FLGD, 150, B-16.5,RF/125AARH, SHTNO.- 54301

FLGD, 150, B-16.5,RF/125AARH, SHTNO.- 55301

FLGD, 150, B-16.5,RF/125AARH, SHTNO.- 55315

WAFL, 150, B-16.5,WAF/125AARH, SHTNO.- 56301

FLGD, 150, B-16.47 B,RF/125AARH, SHTNO.- 56315

SPIRAL, 150

ASTM A 105

BODY-ASTM A105,TRIM-STELLITED,STEM-13%CR.STEEL

BODY-ASTM A 216GR.WCB,TRIM-13% CR.STEEL

BODY-ASTM A105,TRIM-STELLITED,STEM-13%CR STEEL

BODY-ASTM A 216GR.WCB,TRIM-13% CR.STEEL

BODY-ASTM A105,TRIM-STELLITED

BODY-ASTM A 216GR.WCB,TRIM-13% CR.STEEL

BODY-ASTM A 105/ A216GR.WCB,TRIM-BODY SEAT-RPTFE

BODY-ASTM A 105/ A216GR.WCB,TRIM-PLUG-HARDENED

BODY-ASTM A 105/ A216GR.WCB,TRIM-PLUG-HARDENED

BODY-ASTM A 216GR.WCB,TRIM-13% CR.STEEL

BODY-ASTM A 216GR.WCB,TRIM-13% CR.STEEL

BOLT:A193 GR.B7,NUT:A194 GR.2H

SP.WNDSS316+GRAFIL

WM602D2Z0

51001ZZZ0

51301ZZZ0

52001ZZZ0

52301ZZZ0

53001ZZZ0

53301ZZZ0

54301ZZZ0

55301ZZZ0

55315ZZZ0

56301ZZZ0

56315ZZZ0

BS40404Z0

GK65072Z0

92

36

B-16.11

API 602/ ISO15761

API 600/ ISO10434

BS EN ISO15761

BS-1873

BS EN ISO15761

BS 1868

BS EN ISO17292

BS-5353

BS-5353

BS EN 593

BS EN 593

B-18.2

B-16.20-ANSI B16.5

Note :(The shaded portion of PMS body shows Field Fabricated Items)

A1A

6

Page 131 of 286

Page 132: A096_5785_1233_ENQ_REV0

GAIL LTD.Client :

PETROCHEM COMPLEX

PATA UPLocation :

16/43Dept./Sect. :

Project :

PIPING MATERIAL SPECIFICATION

Copyright EIL- All rights reserved

JOB SPECIFICATION No.

Package : IPMCS

Report No. : 50

Template No. 5-0000-0001-T2 Rev.

Page 37 of 288

Sheet 6 of 6Pipe Class : A1A

InputId.

Item Type

LowerSize

Upper Size

Sch/Thk DescriptionMaterial

CommodityCode

NoteNo

Gasket Group

Trap/Strainer Group

Dmn. STD(Inch) (Inch)

GAS

TRP

TSR

PSR

PSR

PSR

GASKET

TRAP.STEAM

STRNR.TEMP

STRNR.PERM

STRNR.PERM

STRNR.PERM

26.00

0.50

1.50

0.50

2.00

16.00

48.00

1.50

24.00

1.50

14.00

24.00

M

M

SPIRAL, 150

FLGD, THRMDNMC,150,RF/125AARH

CONETYPE,150,FF/125AARH

SW, Y-TYPE, 800

BW, T-TYPE

BW, T-TYPE

SP.WNDSS316+GRAFIL+ IRING

B:A105;T:13%CR;S:SS304

B:A516GR.70;INT:SS304

B:A105;INT:SS304

B:A234GR.WPB;INT:SS304

B:A234GR.WPBW;INT:SS304

GK56272Z0

TR3065530

ST16831Z0

SP303D510

SP13344Z0

SP13644Z0

B-16.20-ANSIB16.47B

MNF'STD

EIL'STD

MNF'STD

EIL'STD

EIL'STD

Note :(The shaded portion of PMS body shows Field Fabricated Items)

A1APage 132 of 286

Page 133: A096_5785_1233_ENQ_REV0

Pag

e 133 of 286

Page 134: A096_5785_1233_ENQ_REV0

Pag

e 134 of 286

A804
Line
Page 135: A096_5785_1233_ENQ_REV0

Pag

e 135 of 286

Page 136: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 1 of 7

ROTARY COMPRESSOR

LOBE TYPE

1

GENERAL

2

Project: GAIL PETROCHEMICAL COMPLEX-II Job No.:

A096

3

Owner: M/s. GAIL Site: Pata, Uttar Pradesh

4

Purchaser: M/s. EIL Unit: VRU Unit No.: 142

5

Item No.: 142-KA-01 Service:

Vent Blower

6

No. reqd.: 1 Working: 1 (One) Standby: 0 (None) Driver:

Working: 1(one)

Standby: 0 (None)

7

Applicable to: Proposal Purchase As Built

8 : Scope, Option & Information specified by Purchaser. :Information required from and options left to vendor. Vendor to cross () the selected option.

9

Manufacturer: Model:

10

Place of Mfrg.:

11

Drive Arrangement: Direct Coupled V - Belt Driven Other:

12

Driver(& Gear if reqd.) supplied & mounted by: Compressor Vendor Others

13

Duty: Continuous Intermittent Standby

14

OPERATING CONDITIONS

15

(all data on per unit basis) Normal Design

@ RV Set pressure

16

17 Gas Handled (Also see Page ) Air/Nitrogen Air/Nitrogen Air/Nitrogen

18 Nm

3/Hr (1.033 Kg/cm²A, 0 C Dry)

19 Weight Flow, kg/hr (Dry)

20 Weight Flow, Nm3/hr 300 300 300

21

Inlet conditions: @ Package Battery Limit

22

23 Pressure (kg/cm²G) Atm. ~ 0.05 -200 mm WC -200 mm WC

24 Temperature ( C) 20~55 55 55

25 Relative Humidity (%)

26 Density Kg/m3 0.9 ~ 1.2 1.2 1.2

27 Molecular Weight (M) 28~29 29 29

28 Cp / Cv (K1) or (KAvg.) 1.4 1.4 1.4

29 Compressibility (Z1) or (ZAvg.) 1.0 1.0 1.0

30 Inlet Volume,(m

3/hr) (Wet / Dry)

31

Discharge conditions:@ Package Battery Limit

32 Pressure (kg/cm²G) 0.2 ~ 0.3

0.3 (*) (*)-RV Set pressure, vendor to indicate

33 Temperature ( C) @ Blower discharge flange

34 Temperature ( C) @ Aftercooler O/L 40 40 40

35 Cp / Cv (K1) or (KAvg.)

36 Compressibility (Z1) or (ZAvg.)

37

Performance:

38 BKW Required (All losses Incl)

39 Speed (Rpm)

40 Pressure Ratio (R)

41 Volumetric Efficiency (%)

42 Silencer P (kg/cm²)

43 Certified Point Yes

44 Performance Curve Number

45

Process Control:

46 Bypass From Discharge To Suction (by purchaser)

47 Bypass: Manual Auto (Controlled through PIC from DCS)

48 Speed Variation From % To %.

49 Other:

50

Signal Source:

51 Type Electronic Pneumatic Other:

52 Range: for Pneumatic Control rpm @ kg/cm²g & rpm @ kg/cm²g.

53 Other:

54

Remarks:

55 1a. Please refer Process datasheet and P&ID attached with this MR. The blower shall meet the specification and requirements specified therein. 56

57

1b. The blower shall be lobe type rotary blower.

58

1c. The suction and discharge pressures are indicated at package battery limit. All losses occurring in suction and discharge silencers/ bellows and after-cooler are considered by vendor for calculation. Vendor shall establish & performance guarantee the blower based on the suction and discharge pressures as indicated at package battery limits.

59 60 61 1d. The discharge temperature of the blower has to be limited below 40

0 C at the package battery limit for all the cases. Vendor to

include low pressure drop after cooler in their scope along with all required piping and instrumentation. 62

Page 136 of 286

Page 137: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 2 of 7

ROTARY COMPRESSOR

LOBE TYPE

63

OPERATING CONDITIONS (Continued)

64

Gas Analysis

Mol %

Other Conditions (NIL) Remarks

65

For Both cases A B C D

66

Constituent MW

67

Air 28.9666

68

Oxygen 32.000 Balance

69

Nitrogen 28.02 79~100

70

Water Vapour 18.016

71

CO 28.010

72

CO2 44.010

73

H2S 34.076

74

Hydrogen 2.016

75

Methane 16.042

76

Ethylene 28.052

77

Ethane 30.068

78

Propylene 42.078

79

Propane 44.094

80

i-butane 58.120

81

n-butane 58.120

82

i-pentane 72.14666

83

n-pentane 72.146

84

Hexane Plus

85

86

87

Total 100

88

Mol. Wt. 28~29

89

90

Location: Noise Specifications:

91 Indoor Heated Under Roof Applicable to Machine:

92 Outdoor Unheated Partial Sides See Specification:

93 Grade Mezzanine Applicable to Neighbourhood:

94 Elect. Area Classification: Cl. Gr. Div. (Refer electrical specification) See Specification:

95 Winterization Reqd Tropicalization Reqd. Acoustic Housing Yes(If Reqd) No

96

Site Data: (Refer site and utility data Doc.No.# A096-000-16-45--SU-5785 Sound Level: 88 dBA @ 1 m.

97 Elevation (m): Barometer (kg/cm²A): Applicable Specifications:

98 Relative Humidity: Job specification: A096-000-16-45-SP-5785

99 Range Of Ambient Temperature ( C): Dry Bulb Wet Bulb Vendor having Unit Responsibility

100

Site Rated( C): Governing Specification (If Different): Job spec.

101

Normal( C):

102

Maximum( C): Painting:

103

Minimum( C): Manufacturer's Standard

104

Unusual Conditions: Other

105

Dust Fumes (refinery conditions) )

106

Others

107

108

109

Remarks:

110

111

112

113

114

115

116

117

118

119

120

121

122

Page 137 of 286

Page 138: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 3 of 7

ROTARY COMPRESSOR

LOBE TYPE

123

CONSTRUCTION FEATURES

124 Speeds: Shaft:

125

Max. Continuous: RPM Trip: RPM Material:

126

Max. Tip Speeds: m/s @ Max. Operating Speed Dia @ Rotors (mm): Dia @ Coupling (mm):

127

Min. Allowable Speed: rpm Shaft End: Tapered Cylinderical

128 Lateral Critical Speeds: Max. Yield Strength (Kg/cm²):

129

First Critical rpm Shaft Hardness (BNH) (Rc):

130 Damped Undamped Shaft Sleeves:

131 Mode Shape At Shaft Seals: Material:

132

Lateral Critical Speed - Basis:

133 Damped Unbalance Response Analysis Timing Gears:

134 Shop Test Pitch Line Dia. (mm): Type:

135 Other Type Analysis: (Specify) Material:

136 Pocket Passing Frequency:

137 Torsional Critical Speeds: Shaft Seals:

138

First Critical rpm Shaft Seal for conveying chamber side:

139

Second Critical rpm Type:

140 Vibration:

141

Allowable Level ( m): Test Shaft seal for drive shaft side:

142

(Peak To Peak) ( m): Site Type:

143 Rotation Viewed From Compr. Driven End: CW CCW

144 Casing:

145

Model:

146

Casing Split: Bearing housing construction:

147

Material: Type (Separate/Integral): Split:

148

Material:

149

Thickness (mm): Corrosion Allowance (mm): Radial bearings: (Identify highest loaded bearing) Material: Dia @ Gear (mm): Dia @ Coupling (mm):

Shaft End: Tappered Cylindrical

Shaft Sleeves

At Shaft Seals Material:

LABYRINTHS:

Type: Material: Shaft Seals:

Type:

BULL GEAR:

Min AGMA Serv. Factor: 1.4 Actual S.F:

Gear Rim Matl.: Hardness:

Gear Face Width: Gear Centre Matl.:

Mechanical Efficiency: AGMA Quality: 12

Pitch Dia (mm): Pitch LIne Velocity: m/s Pinions: No.: Service Factors: Material: Hardness:

MAIN CONNECTIONS: (2.3.3.1)

Inlet Discharge Atm. Blow-off Inlet Filter

OTHER CONNECTIONS:

ServiceNo.SizeType Lube oil: Inlet Oil Cooler

150 Max. Working Pressure (Kg/cm²G): Type: Span (mm):

151

Max. Design Pressure (Kg/cm²G): Area (mm²): Loading (N/mm²):Act. Allow.

152

Relief Valve Setting (Kg/cm²G): No. Pads Rotor on or Between Pads.

153

Margin for Accumulation (Kg/cm²G): Pad Material:

154

Test Pressure (Kg/cm²G): Helium: Hydro: Type Babbit: Thickness (mm):

155

Max. Allowable Temp.( C): Min. Operating Temp ( C):

156

Temp. Sensors

157

Cooling Jacket: Yes (if required as per job spec.) No TC RTD Type

158

Radiograph Quality: Yes No No. per bearing:

159 Rotors:

160

Diameter (mm): Thrust bearing: (Identify highest loaded bearing)

161

No. Lobes: Male: Female: (Twin lobe /Triple lobe) Location: Type:

162

Type: Mfr.: Area(mm²):

163

Type Fabrication: Loading (N/mm²): Act.: Allow.:

164

Material: Number of Pads:

165

Max. Yield Strength (kg/cm²): Pad Material:

166

Brinell Hardness: Max. Min. Type Babbit: Thickness (mm):

167

Rotor Length to Diameter Ratio (L/D):

168

Rotor Clearance (mm): Temp. Sensors

169

Max. Deflection (mm): TC RTD Type

170 Internally Cooled Uncooled No. per bearing: Active: Inactive:

171

172

Remarks:

173

174

3a. PSV set pressure shall be Max. Suction pressure + 1.1 X max. diff. Pressure.

175

176

3b. Downstream Design pressure is 3.5 Kg/cm2g at 95

0C. Casing MAWP shall be more than 3.5 Kg/cm2 g @ 95

0C.

177

178

179

180

181

182

Page 138 of 286

Page 139: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 4 of 7

ROTARY COMPRESSOR

LOBE TYPE

183

CONSTRUCTION FEATURES (Contd..)

184 Connections: Couplings:

185

Casing: Size ANSI Rating Facing Position In accordance with: API 671 Yes No

186

- Inlet 150# Other: (Specify) (Flexible metallic with spacer with min

S.F.1.5)

187

- Discharge 150# Driver - Compr. Gear - compr. 188

Silencer: or Driver - Gear Or

189

- Inlet Make

190

- Discharge Model

191 Allowable Piping Forces and Moments: (Mfr Std.) Lubrication

192

Inlet Discharge Mount Coupling Halves

193

Force Moment Force Moment Foce Moment Spacer Reqd.

194

Kg kg-m kg kg-m kg kg-m Limited End Float Reqd.

195

Axial Idling Adaptor Reqd.

196

Vertical Coupling Rating(kW/100 rpm)

197

Horiz. 90 Keyed(1) or (2) or Hydr. Fit.

198

Force Moment Force Moment Force Moment Belt Drive Arrangement (Not Applicable)

199

Kg kg-m kg kg-m kg kg-m Motor pulley: dia(mm): material:

200

Axial Compressor pulley: dia(mm): material:

201

Vertical Belts: Type: No.:

202

Horiz. 90 Baseplate & Soleplates:

203 Other Connections: Sole plates for: Compressor Gear Driver

204

Service: No. Size Type Baseplate:

205

Lube Oil Inlet Under compr. only Other:

206

Lube Oil Outlet Decked with non-skid deck plate Open

Construction 207

Seal Oil Inlet Drip Rim With Open Drain Subplate

208

Seal Oil Outlet Horizontal adjusting screws for equipment

209

Casing Drains Suitable for Column Support

210

Vents Suitable for Perimeter Support

211

Cooling Water Epoxy Grout / Epoxy Primer

212

Pressure Instr. Lube Oil System [Refer job spec.] (manufacturer’s std.)

213

Temperature Instr. Type: Splash Feed from self

contained sumps 214

Purge For: Forced feed Grease

215

Bearing Housing API 614 force feed Lube Oil System Manufr's Standard

Standard Standard 216

Between Brgs & Seal Oil Cooler: Type:

217

Between Seal & Gas Oil Filter: Micron Rating

218 Oil Mist connection Heater Steam Electric: kW

219

Main Oil Pump Driven by:

220

Shaft Motor St Turbine

221

Standby Oil Pump Driven by:

222

Shaft Motor St Turbine

223

UTILITIES

224 Utility Conditions: Total Utility Consumption:

225

Steam: Drivers Heating Cooling Water (m3/hr):

226

Inlet: Min. Kg/cm²G C. Kg/cm²G C. Steam Normal (Kg/hr):

227

Nor. Kg/cm²G C. Kg/cm²G C. Steam Maximum (Kg/hr):

228

Max. Kg/cm²G C. Kg/cm²G C. Instrument Air (Nm3/hr):

229

Exhaust: Min. Kg/cm²G C. Kg/cm²G C. kW (Driver) (KW):

230

Nor. Kg/cm²G C. Kg/cm²G C. kW (Auxiliaries) (KW):

231

Max. Kg/cm²G C. Kg/cm²G C. Heaters (KW):

232

Electricity: Purge Gas (Nm3/hr):

233

Voltage: Miscellaneous:

234

Hertz Recommended Straight Run of Pipe Diameters Before Suction

235

Phase

236

Cooling Water: Vendor's Review & Comments on Purch. Piping & Foundation

237

Temp. Inlet: C. Max. Return: C. Optical Alignment flats required on compr., gear & driver.

238

Press. Norm.: Kg/cm²G. Design: Kg/cm²G. Provision of water washing before opening casing by .

239

Min. Return: Kg/cm²G. Max. Allow. P: Kg/cm². Lateral Analysis Report Required.

240

Water Source: Torsional Analysis Report Required.

241

Instrument Air: Condensate Removal Equipment Required Yes No

242

Max. Press.: Kg/cm²G. Min. Press.: Kg/cm²G. Silencers furnished by: .Blower Vendor

243

SHOP INSPECTION & TESTS: Weights (kg):

Page 139 of 286

Page 140: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 5 of 7

ROTARY COMPRESSOR

LOBE TYPE

244

Reqd. Witn. Obs. Total Compressor package with driver : kg

245

Shop Inspection Compressor: : kg

246

Hydrostatic Base Plate: : kg

247

Helium Leak Driver: : kg

248

Mechanical Run main Rotor Gear Upper case: : kg

249

Mechanical Run Spare Rotor Comp. rotor : kg

250

Casing Leak Test Inter cooler: : kg

251

Performance Test (Air) Inter cooler Bundle(s) : kg

252

Complete Unit Test Aftercooler: : kg

253

Pressure Compr. to full Optg. Pr. Aftercooler Bundle(s): : kg

254

Disasmbl.-reasmbl. compr. After test Max. Erection Weight : kg

255

Check Bearings & Seals after test Max. Maintenance Weight (Identify): : kg

256

Sound Level Test (For Reference during MRT/Performance test) [refer job spec. Cl. 7]

Total Shipping Weight : kg

257

Tandem Recommended Crane Capacity : kg

258

Aux. Equipment Space Requirements (m):

259

Full Load Test Length

Width Height

260

Residual Unbalance Check Complete Unit

261

Control Panel

262

Off skid Intercooler

263

Off skid Aftercooler

264

Recommended crane hook height

265

Maintenance space req. for compressor

266

Maintenance space req. for cooler tubes

267

CONTROLS & INSTRUMENTATION

268

Hazardous Electrical Area Classification NEC: Class Div. Group

269

ISO: Zone Gas Group

270

Electric Supply:

271

Lamps : V; AC/DC; ; Hz.

272

Alaram Circuit : V; AC/DC; ; Hz.

273

Trip Circuit : V; AC/DC; ; Hz.

274

Control Circuit : V; AC/DC; ; Hz.

275

Solenoid Valves : V; AC/DC; ; Hz.

276

Notes

277

1. Pre-Alarms to preceed Trips.

278

2. Instruments to be connected to junction boxes on skid and consoles .

279

3. All Tubings, pipings, wiring between instruments and junction boxes, local gauge boards and local panels

280

to be supplied by vendor.

281

4. Instruments, safety and control devices specified herein are minimum required by customer. In case, in the opinion of vendor,

282

vendor, additional devices are required, vendor shall specifically state so and include the same in his scope of supply.

283

5. Vendor shall also refer to P&ID's enclosed and any additional instruments required as per P&ID's shall be included

284

by vendor in his scope of supply.

285

6. All switching devices (hardware/software) for prealarms ,trips ,trip alarm ,and interlocking shall be in the vendor's scope.

286

Legend: LM: Local Mounted: By Vendor Others

287 Local Mounted : By Vendor Others

288

LGB: Local Gage Board: By Vendor Others

289

LCP: Local Control Panel: By Vendor Others

290

LCS: Local Control Station: By Vendor Others

291

PLC: Programmable Logic Control: By Vendor Others

292

DCS: Distributed Control System: By Vendor Others

293

Location

294

Nomenclature Loose Local LCS LGB LCP UCP DCS

295

Supply Mtd. Mtd. Mtd. Mtd.

296 AC Power On/Off Switch With Indication Lamp Yes

297 Control Power On/Off Switch With Indication Lamp

298 Start/Stop Push Button Main Motor With Indication Yes

299 Emergency Stop Push Button Yes

300 Lamp Test Push Button

301 Alarm/Trip Acknowledge /Reset Push Botton Yes

302 Ammeter for main & Auxiliary motor above 5.5 Kw (Refer Elect Specs) Yes

303

304

NOTE: Vendor to provide Contact/Signal for Execution in DCS.

305 CONTROLS AND INSTRUMENTATION

Page 140 of 286

Page 141: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 6 of 7

ROTARY COMPRESSOR

LOBE TYPE

306

DESCIPTION

RE

QU

IRE

D

Indication A/V Annun. & Pre-Alalm Trip & A/V Alarm Annun.

307

Gau

ge-

L M

Gau

ge-

LG

B

Ind

icato

r -L

P

Ind

icato

r – U

CP

Sig

na

l to

DC

S/M

P

Lo

w -

LP

Lo

w -

UC

P

Hig

h -

LP

Hig

h -

UC

P

Sig

na

l to

LC

/DC

S/

MP

Lo

w L

ow

- L

P

Lo

w L

ow

- U

CP

Hig

h H

igh

- L

P

Hig

h H

igh

- U

CP

Sig

na

l to

PL

C/D

CS

/MP

308

309

310

311

312

313

314 COOLING SYSTEM

315 - Temp gauge CW outlet temp. V

316 -Sight Flow CW return each Cooler & Header V

317 -Local mount TSV on each isolatable circuit V

318

319 Process Gas System

320 -Temp. Gauge in suction V

321 -PSV at discharge (1 no.) V

322 -Pressure gauge at intet and out let of blower. V

323

324

325

326

327

328

329

330

331

332

333

334

335

336

337

338

339

340

341

342

343

344

345

346

347

348

349

350 Legend: V: By Vendor; P: Purchaser

Page 141 of 286

Page 142: A096_5785_1233_ENQ_REV0

Format Rev.1 Issue Date-01/07/2009

Format No. 1645-DS-371 Rev. 1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-DS-5785

Rev. No. A

Page 7 of 7

ROTARY COMPRESSOR

LOBE TYPE

351 ACCESSORIES

352 Inlet System

353 Air Intake System (for Air Compressor):

354 Intake air filter: Type: Dry Other:

355 Bird screen: Yes No Insect screen: YES NO Weather hood: YES NO

356 First stage of filtration: Inertial Vane Not Applicable

357 Second Stage of filtration: Panel Bag Cartridge

358 Filter Media: Non Woven Felt Paper Other

359 Method Of Cleaning Filter element: Self Cleaning Pulse Jet Washable Elements

360 Prefab. Inlet Piping Supporting arrangement / supports for filter & inlet piping Ladder(s) & Platform(s) for filter

maintainence 361 Location of filters outside, min. meters above the ground level/compressor mounting level

362 Suction Silencer Prefabricated Air Inlet Piping

363 Compressor Suction Block Valve With Limit Switch

364 Process Gas Suction Silencer (with SS internals)

365 Process Gas Inlet Strainer / Filter Cone Type Built-in Suction Silencer

366 Suction Knock-out Drum with condensate removal facilities

367 Prefab. Inlet process Piping in spool pieces between Suction strainer and Compressor Inlet Flange

368 Supporting arrangement / pads with bolted connection silencer & inlet piping on a common baseplate

369 Ladder(s) & Platform(s) for filter maintenance

370 Expansion Joints

371

372 Discharge Piping/Coolers:

373 Prefabricated Piping in spool pieces from Compressor Discharge flange to compressor Battery limit

374 Discharge Silencer

375 Expansion Joints

376 Discharge Knock-out Drum with condensate removal facilities

377 Aftercooler Type: Shell & Tube Type Air Cooled TEMA-C

378 Drain / Condensate Separator Integral with gas cooler

379 Discharge Silencer

380 Compressor Discharge Non-Return Valve

381 Compressor Discharge PSV kg/cm2 A (Set pressure = Max. Suction pressure + 1.1 X max. differential pressure)

382 Blow-off Piping (for air compressors):

383 Pre-fabricated Blow-off Piping in CS construction alongwith necessary valves, fittings, instrumentation, controls & supports terminated

at safe location 384 Blow-off silencer in CS construction with SS internals

385 Instrumentation & Controls:

386 Local instrumentation Local gauge board

387 Local control panel Unit control panel

388 Protection Devices for

equipment

Annunciators Interlocking System

389 Wiring upto terminal boxes within unit

390 Capacity Control System

391 Miscellaneous:

392 Special Tools (If required and recommended by vendor)

393 Cooling water piping upto compressor skid limit for jacket cooling (if required) and for Aftercooler

394 Guards for moving parts

395 Compressor Relief Valve (Interstage & Discharge 1 no.)

396 Vacuum Relief Valve with silencer at suction

397 Thermal relief valves for each isolatable CW circuit

398 Anchor bolts for all items to be anchored

399 Cooling Water piping within the Vendor supplied equipment skid

400 Mating flanges with nuts, bolts and gaskets for all purchaser's interface connections.

401 Wiring & piping between equipment skid and panels

402 Installation liners & shims

403 Acoustic Enclosure for Compressor /Driver equipped with fan driven forced ventilation system (if required to limit the noise level to 88 dBA, ref. Cl. 7.1 of Job Spec.)

404 Insulation materials for vessels & piping

Hot Cold Noise

405 Compressor Bypass Valve

406 Type:: Auto controlled Manual With Limit Switch

407 Antivibration pads

408 Remarks:

409

10/10/13 A ME NK

Date Rev Job Engineer Rev. & Approved By

Page 142 of 286

Page 143: A096_5785_1233_ENQ_REV0

VENDOR DATA REQUIREMENTS

FOR

LOBE TYPE BLOWER (AIR SERVICE)

A 14-OCT-2013 ISSUED FOR BIDS ME NK NK

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

LOBE TYPE BLOWER (AIR SERVICE) of 4

Document No.A096-000-16-45-VDR-5785

Rev. A

Page 1

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 143 of 286

Page 144: A096_5785_1233_ENQ_REV0

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

ROTARY COMPRESSOR

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Cross Sectional Drawings (with Bill of Materials& Part No's) for Gear box (as applicable)

2. Lateral Analysis Reports of Compressor

3. Piping & Instrumentation diagrams (P&IDs) forBearing Temp. & Vibration monitoring System

IF APPLICABLE

4. Data Sheets alongwith performance curves forDriver of compressor

5. General Arrangement showing compressor,drive transmission system (as applicable) &electric motor driver including all assosciatedauxiliary systems [like sealing system, lube oilsystem, local control panel, injection panels (asapplicable) and rundown tank etc.] along withinterface connections/ terminal point detailsincluding their location cordinates, maintenancespace, erection & maintenance weights,capacity & hook height of maintenance craneetc.

6. Foundation drawing of compressor train [i.e. forcompressor, drive transmission system (asapplicable) & electric motor driver] includingdetails of load points loaction and their details,foundation load data (static & dynamic),foundation bolts, their location, foundation boltpocket dimensions and recommended type ofgrout, grout thickness, make, grade andquantity.

7. Drawing for underground points indicating therequired undergroud drain points in thecompressor house

8. Allowable forces and moments at compressorsuction and discharge nozzles.

9. Allowable thermal movements compressorsuction and discharge nozzles.

10. Utility consumption data including electric loaddata.

11. Schedule of lubricants, chemicals &consumables with their specifications.

12. List of Purchaser's interface points with theirconnection details

13. Data Sheets for Gear box (as applicable).

14. Data Sheets for Coupling for compressor train

15. Data Sheets for Lube oil system and LO Cooler IF APPLICABLE

VENDOR DATA REQUIREMENTSFOR

LOBE TYPE BLOWER (AIR SERVICE) of 4

Document No.A096-000-16-45-VDR-5785

Rev. A

Page 2

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 144 of 286

Page 145: A096_5785_1233_ENQ_REV0

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

16. Train Torsional & Lateral Analysis Report (asapplicable)

17. Cause & effect diagram

18. Control Narrative

19. Installation, Operation & Maintenance manualsfor complete compressor package

20. Precommissioning & commissioning procedurefor complete compressor package

21. List of Mandatory Spares (indicating exactname of the part, part no. and material ofconstruction)

22. Quotation for recommended spare parts for twoyears of normal operation (indicating exactname of the part, part no. and material ofconstruction)

23. List of recommended commissioning spares(indicating exact name of the part, part no. andmaterial of construction)

24. List of recommended Special Tools & Tackles(indicating exact name of the part and part no.)

25. List of Deviations tospecifications/datasheets/standards of MR

26. Filled in experience record proforma for mainequipment and its driver

27. Duly filled-in check list scope of supply (asapplicable)

28. List of loose supply items in vendor's scope, tobe installed in purchaser's piping

29. P&ID for Lube Oil System IF APPLICABLE

30. Test Procedure(s) : Witness tests as specifiedin data sheets / other specs enclosed in theinquiry / MR or as required by approvedITP/QAP

31. General Arrangement Drawings (certifieddimensional outline drawing) for Driver ofcompressor

32. General Arrangement Drawings (certifieddimensional outline drawing) for LO skid (asapplicable)

33. General Arrangement Drawings (certifieddimensional outline drawing) for Loose supplypiping items (like strainers, flow elements, Spillback valves, PSVs, Check valves etc.) invendor's scope, to be installed in purchaser'spiping

34. Cross Sectional Drawings (with Bill of Materials& Part No's) for Driver of compressor (exceptelectric motor)

35. Cross Sectional Drawings (with Bill of Materials& Part No's) for Lube oil pump & cooling waterpump (as applicable) along with their sealassembly

VENDOR DATA REQUIREMENTSFOR

LOBE TYPE BLOWER (AIR SERVICE) of 4

Document No.A096-000-16-45-VDR-5785

Rev. A

Page 3

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 145 of 286

Page 146: A096_5785_1233_ENQ_REV0

Notes :

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

9. "@" indicates submission of documents to Inspection Agency.

10. Bill of Material shall form part of the respective drawing.

11. Also refer other department's VDR :-

12. Electrical

13. Instrumentation

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

36. Mechanical Run Test procedure forCompressor and Gear Box (as applicable)

37. Data Sheets alongwith performance curves forCompressor

38. Data Sheets alongwith performance curves forLOP and their respective drivers

39. Piping & Instrumentation diagrams (P&IDs) forProcess Gas System including Processcontrols

40. General Arrangement Drawings (certifieddimensional outline drawing) for Compressor

41. Cross Sectional Drawings (with Bill of Materials& Part No's) for Compressor

42. Performance Test procedure for Compressor

43. Complete Unit Test procedure for Compressortrain

44. Piping & Instrumentation diagrams (P&IDs) forUtility & Cooling Water Distribution System

VENDOR DATA REQUIREMENTSFOR

LOBE TYPE BLOWER (AIR SERVICE) of 4

Document No.A096-000-16-45-VDR-5785

Rev. A

Page 4

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 146 of 286

Page 147: A096_5785_1233_ENQ_REV0

Format No 1645-ERP-371 Rev.1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-ER-5785 Rev.A

Page 1 of 4

EXPERIENCE RECORD PROFORMA ROTARY BLOWER (LOBE TYPE)

Format Rev 1 Issue Date: 01/07/2009

EXPERIENCE RECORD - ROTARY BLOWER (LOBE TYPE)

SERVICE :

ITEM NUMBER. :

VENDOR :

INSTRUCTIONS TO BIDDERS :

1. This proforma duly filled in shall be submitted for each item separately, alongwith the bid.

2. Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment

manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer

shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect

information furnished in this proforma shall render the bid liable for rejection.

3. While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.

4. For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax

no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.

5. The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and

supplied by him.

6. The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:

Description of Model designation system :

Page 147 of 286

Page 148: A096_5785_1233_ENQ_REV0

Format No 1645-ERP-371 Rev.1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-ER-5785 Rev.A

Page 2 of 4

EXPERIENCE RECORD PROFORMA ROTARY BLOWER (LOBE TYPE)

Format Rev 1 Issue Date: 01/07/2009

SL.

NO.

PARAMETER INFORMATION ON

PROPOSED MODEL

INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS

Ref.- 1 Ref.-2 Ref.-3

1. 2. 3. 4. 5. 6. 7.

1

GENERAL

1.1

Cross reference to manufacturer's Standard Reference list ----

1.2

Make

1.3

Model Number

1.4

Number of units supplied

1.5

Type of Drive Arrangement

(Direct Driven / through Gear Box)

1.6

Shop where pump is designed, manufactured, packaged,

tested & supplied with address

2

OPERATING CONDITIONS

2.1

Gas handled

2.2

Capacity rated (kg/hr | Nm3/hr)

2.3

Inlet Capacity rated (Am3/hr)

2.4

Inlet pressure (kg/cm²G)

2.5

Inlet temperature (˚C)

2.6

Discharge Pressure(kg/cm²A)

2.7

Discharge Temperature ( C)

2.8

RV Set Pressure (kg/cm²)

2.9

Compressor BKW (kW)

2.10

Compressor speed (rpm)

2.11

Motor Rating & Speed (kWxRPM)

2.12

2.13

Page 148 of 286

Page 149: A096_5785_1233_ENQ_REV0

Format No 1645-ERP-371 Rev.1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-ER-5785 Rev.A

Page 3 of 4

EXPERIENCE RECORD PROFORMA ROTARY BLOWER (LOBE TYPE)

Format Rev 1 Issue Date: 01/07/2009

SL.

NO.

PARAMETER INFORMATION ON

PROPOSED MODEL

INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS

Ref.- 1 Ref.-2 Ref.-3

1. 2. 3. 4. 5. 6. 7.

2.14

3

CONSTRUCTION

3.1

MAWP (kg/cm²G)

3.2

No. of lobes (Male / Female)

3.3

Type of Bearings

-Radial

-Thrust

3.4

Type of Lubrication

3.5

Type of Shaft Seals

-Drive End Shaft Side

-No. of Shaft Seals

-Conveying Chamber Side

4

MATERIAL OF CONSTRUCTION

4.1

Casing

4.2

Rotors

4.3

Shaft

4.4

Timing Gears

5

OTHER INFORMATION ON INSTALLATIONS

5.1

Date of supply of entire unit

5.2

Date of commissioning of entire unit

5.3

No. of operating hours completed as on the date of issue of

material requisition

5.4

Major Problems encountered

5.5

Name of plant

Page 149 of 286

Page 150: A096_5785_1233_ENQ_REV0

Format No 1645-ERP-371 Rev.1 Copyrights EIL – All rights reserved

Document No. A096-000-16-45-ER-5785 Rev.A

Page 4 of 4

EXPERIENCE RECORD PROFORMA ROTARY BLOWER (LOBE TYPE)

Format Rev 1 Issue Date: 01/07/2009

SL.

NO.

PARAMETER INFORMATION ON

PROPOSED MODEL

INFORMATION ON REFERRED EXISTING INSTALLATIONS REMARKS

Ref.- 1 Ref.-2 Ref.-3

1. 2. 3. 4. 5. 6. 7.

5.6

Purchaser's Name and Address

Name (Company / Organization)

Name of Contact Person

Address

Telephone No.

Fax No.

email-id

Page 150 of 286

Page 151: A096_5785_1233_ENQ_REV0

Checklist – Electrical

DOCUMENT No.

A096-00-16-50-LL-5785 Rev. A

Page 1 of 1

A 10.10.2013 Issued with MR SS Shirali SA

Rev. No Date Purpose Prepared

by Checked

by Approved by

Format No. EIL 1641-1924 Rev. 1 Copyright EIL – All rights reserved

S.No. CHECK POINT / QUERY BIDDER’S

CONFIRMATION/ANSWERS 1.

Have you filled up the relevant motor data sheet as per the format A096-000-16-50-DS-5785 for each motor?

2. Please inform the makes of all equipments/materials. Please note that all the offered equipment shall have valid type test certificates and Proven track record which shall be reviewed during detailed engineering.

3. Earth terminals for connection to main plant earth grid shall be provided on Motor. Purchaser shall do the connection to main plant earth grid. Please note and confirm compliance.

4. Please inform if the offered motors require any spares during two years of operation & maintenance. Have you attached the list of such spares with unit price? Confirm compliance.

5. Cable glands and lugs for all the motors shall be supplied by you. Details of purchaser-supplied cables shall be provided during detail engineering. Please note and confirm compliance.

6. Confirm that cable glands to be supplied with motors shall meet all requirements as per IS/IEC-60079.

7. Confirm that offered MV motor shall comply with EIL Specification 6-51-0032. For Imported motor, please attach confirmation of compliance with 6-51-0032, as applicable for technical specifications and testing requirements. Deviations (if any) shall be listed in a separate deviation list. Apart from deviations listed in the separate deviation list, it shall be presumed that motor complies with all other spec. requirements. Confirm compliance.

8. Successful bidder shall submit, after order, the approval of CCoE towards motor’s explosion protection. Vendor to note and confirm compliance.

9. FRP (Fiber reinforced plastic) canopy for each motor are required to be the part of supply. Confirm compliance.

Page 151 of 286

Page 152: A096_5785_1233_ENQ_REV0

Format No. 1650-687 Rev.3 Copyrights EIL - All rights reserved

Datasheet No.A096-000-16-50-DS-5785

Rev : APage 1 of 2

PURCHASER's DATA

A. Site conditions

1 Ambient temperature, minimum: 1.7 °C 3 Atmospheric condition:

maximum: 47.8 °C 4 Altitude:

design: 40 °C 5 Location:

2 Relative humidity: 20-90 % 6

B. Technical particulars

1 Motor tag no.: 142-KAM-01

2 Driven equipment name: As per MR

3 Voltage: 16 Hazardous area classification:

4 Phase: 17 Gas group: 142-KAM-01

5 Frequency: 18 Type of explosion protection:

(without pre start ventilation)

6 Fault level: 19 Type of ingress protection:

7 Method of starting: 20 Color shade:

8 Winding connection: 21 Thermisters:

9 No.of terminals: 22 RTD:10 Cable size: Later mm² 23 BTD:

11 Cable type: 24 RTD/BTD monitoring device:

12 Temperature rise: 80 °C

13 Cooling:

14 Insulation class: 25 Applicable specification:

15 (temp rise limited to class B) 26

DRIVEN EQUIPMENT MANUFACTURER's DATA

1 Suggested motor rating: kW 9 Torque required, starting: mkg

2 Manufacturer: maximum: mkg

3 BkW at full load: kW 10 including flywheel:

4 kW at end of curve: kW excluding flywheel:

5 Speed: RPM 11 Thrust, up: kg

6 Rotation viewed from coupling end: down: kg

7 Driven equipment: 12 Starting condition:

8 Coupling type:

MOTOR MANUFACTURER's DATA

1 Rating: kW 17 Space heater (above 22 kW) - voltage & power:2 Manufacturer: 18 Efficiency at, 75% Load: %

3 No. of poles: 100% Load: %

4 Frame designation: 19 Power factor at, 75% Load:

5 Full load speed: RPM 100% load:

starting:

6 Mounting: 20

7 Full load torque (FLT): mkg 21 NDE bearing type & no.:8 Starting torque: % of FLT 22 DE bearing type & no.:

9 Break down or pull out torque: % 23 Type of lubrication:

10 Full load current (FLC): A 24 Weight of motor: kg

11 Starting current at 100% voltage: % of FLC 25 Thermisters, quantity: no.

12 Rotation viewed from coupling end: make: type:

13 Starting time at, 75% voltage: sec. 26 RTD, quantity: no.

100% voltage: sec. make: type:

14 Locked rotor withstand time (cold/hot) at, 27 BTD, quantity: no.

75% voltage: sec. make: type:

100% voltage: sec. 28 Shaft voltage: V

15 Heating/Cooling Time Const. (min.) min

16 Time (Te) for Increased Safety motors sec. 29 RPM

at 100% Voltage 30 Canopy(FRP) :

A 10.10.2013 Issued with MR SS Shirali SA

Rev. No. Date Purpose Prepared by Checked by Approved by

DATA SHEET MEDIUM VOLTAGE SQUIRREL CAGE

INDUCTION MOTOR

GD2 of eqpt., kgm2

kgm2

Moment of inertia, GD2: kgm2

Critical speed, 1st/2nd stage:

Humid & highly corrosive

Humid & highly corrosiveOutdoor

Outdoor

< 1000 m

< 1000 m

Three

Three

50 kA

50 kAD.O.L.

D.O.L.Delta

Star3

3Cu/Al cond. PVC insulated

AYFY

F

B

Zone 2

Zone 1IIA/IIB

IIA/IIBEx(de)

Ex(n)IP 55

IP 23

EIL spec. 6-51-0032

EIL spec. 6-51-0032

415 V ±10%

415 V ±6%

±3%

±3%

1. Recommended quantity and unit price of maintenance spares for two years operation shall be furnished for each rating and type of motor2. Starting time calculations shall be based on operating conditions specified on Material Requisition eg. open valve ccondition/ closed valve condition, at no load/full load, as applicable.3. Cable glands to be supplied with motors shall meet all requirements as per IS/IEC-60079.

Required Not required

Required Not required

50 Hz

50 Hz

TEFC

IC401

632 as per IS 5

632 as per IS 5Required Not required

Required Not required

Required

Not required

Page 152 of 286

Page 153: A096_5785_1233_ENQ_REV0

Format No. 1650-687 Rev.3 Copyrights EIL - All rights reserved

Datasheet No.A096-000-16-50-DS-5785

Rev : APage 2 of 2

EIL-approved Vendor List

S.No Equipments Make1

DATA SHEET MEDIUM VOLTAGE SQUIRREL CAGE

INDUCTION MOTOR

Motors (Induction) MV (Zone-2 Type Ex 'de') Bharat Bijlee Limited, Crompton Greaves Ltd., Kirloskar Electric Co.

Ltd., Marathon Electric Motor Ltd., Laxmi Hydraulics Pvt. Ltd.

Page 153 of 286

Page 154: A096_5785_1233_ENQ_REV0

VENDOR DATA REQUIREMENTS

FOR

MV MOTOR

A 10-OCT-2013 ISSUED WITH MR SS SHI SA

Rev.No.

Date Purpose Prepared by Checked by Approved by

VENDOR DATA REQUIREMENTSFOR

MV MOTOR of 3

Document No.A096-000-16-50-VDR-5785

Rev. A

Page 1

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 154 of 286

Page 155: A096_5785_1233_ENQ_REV0

VENDOR DATA REQUIREMENTS

The following drawings/documents marked " " shall be furnished by the bidder.

MV MOTOR

Notes :

S.NO.

DESCRIPTION WITHBID

POST ORDERREMARKSFOR

REVIEWFOR

RECORD

WITHDATABOOK

(FINAL)

1. Schedule of Vendor Documents

2. Confirmation of Technical Compliance

3. Data Sheets (Duly filled-in)

4. Dimensional/Assembly Drawings : GA DrawingFor motors < 75kW

5. Dimensional/Assembly Drawings : GA DrawingFor motors >= 75kW

6. Dimensional/Assembly Drawings : InstallationPlan/Mounting Details

7. Dimensional/Assembly Drawings : TerminalBox Arrangement

8. Dimensional/Assembly Drawings : Name PlateDrawing

9. Performance Curves : Speed Torque Curves

10. Performance Curves : Speed-Current/TimeCurves

11. Performance Curves : Thermal WithstandCurves (Hot & Cold)

12. Performance Curves : P.f. & Efficiency Curves

13. Inspection & Test Plan (ITP) -For review byInspection Dept.

14. Test Records

15. Type Test Certificates for similar equipment

16. List of Commissioning Spares

17. List of Maintenance Spares

18. List of Mandatory Spares

19. List of Special Tools & Tackles

20. Data Books/ Manuals : Installation Manual

21. Data Books/ Manuals : Operating/ MaintenanceManual

22. Data Books/ Manuals : Catalogues/ Brochures

23. Equipment storage procedure at site

VENDOR DATA REQUIREMENTSFOR

MV MOTOR of 3

Document No.A096-000-16-50-VDR-5785

Rev. A

Page 2

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 155 of 286

Page 156: A096_5785_1233_ENQ_REV0

1. "TICK" denotes applicability.

2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).

3. All post order documents shall be submitted / approved through EIL eDMS portal.

4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to

submission through EIL eDMS.

5. Refer - 6-78-0001: Specification for quality management system from Bidders.

6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.

7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall

be submitted in exceptional circumstances or as indicated in the MR/Tender.

8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /

contractor / supplier during finalization of Document Control Index (DCI).

VENDOR DATA REQUIREMENTSFOR

MV MOTOR of 3

Document No.A096-000-16-50-VDR-5785

Rev. A

Page 3

Format No. EIL-1642-1924 Rev.1 Copyright EIL - All rights reserved

Page 156 of 286

Page 157: A096_5785_1233_ENQ_REV0

Page 157 of 286

Page 158: A096_5785_1233_ENQ_REV0

Page 158 of 286

Page 159: A096_5785_1233_ENQ_REV0

Page 159 of 286

Page 160: A096_5785_1233_ENQ_REV0

Page 160 of 286

Page 161: A096_5785_1233_ENQ_REV0

Page 161 of 286

Page 162: A096_5785_1233_ENQ_REV0

Page 162 of 286

Page 163: A096_5785_1233_ENQ_REV0

Page 163 of 286

Page 164: A096_5785_1233_ENQ_REV0

Page 164 of 286

Page 165: A096_5785_1233_ENQ_REV0

Page 165 of 286

Page 166: A096_5785_1233_ENQ_REV0

Page 166 of 286

Page 167: A096_5785_1233_ENQ_REV0

Page 167 of 286

Page 168: A096_5785_1233_ENQ_REV0

Page 168 of 286

Page 169: A096_5785_1233_ENQ_REV0

Page 169 of 286

Page 170: A096_5785_1233_ENQ_REV0

Page 170 of 286

Page 171: A096_5785_1233_ENQ_REV0

2 15.07.11 Revised and Re-issued GS

1 24.12.07 Revised and Re-issued SA

0 30.04.02 Issued for implementation RG

Rev.No. Date Purpose Prepared

by

n2 2 AKC DM

CRM MVKK VC

AKC AKB GRRStandards Committee Standards

Checked Convenor Bureau Chairmanby Approved by

latfRzre? ENGINEERS INSPECTION AND TEST PLAN STANDARD SPECIFICATION NO.

FOR 6-81-1032 Rev. 2sil &Reg,—,ecrxe e1,1 awn-.INDIA LIMITEDIA Govt of India Undertaking) MEDIUM VOLTAGE MOTOR Page 1 of 6

it414Tur a -crttffur

INSPECTION AND TEST PLANFOR

MEDIUM VOLTAGE MOTORS

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved•

Page 171 of 286

Page 172: A096_5785_1233_ENQ_REV0

MPT/MT : Magnetic Particle TestingMRT • Mechanical Run Test

MTCMOCNPSHNDTNEMAPOPESOPQRPRPMIPVCQCRTTCTPI or TPIAUTULVDRWPSWPQXLPE

Material Test CertificateMaterial of ConstructionNet Positive Suction HeadNon Destructive TestingNational Electrical Manufacturers AssociationPurchase OrderPetroleum Explosive Safety OrganizationProcedure Qualification RecordPurchase RequisitionPositive Material IdentificationPoly Vinyl ChlorideQuality ControlRadiography TestingTest CertificateThird Party Inspection AgencyUltrasonic TestingUnder writer LaboratoriesVendor Data RequirementWelding Procedure SpecificationWelders Performance QualificationCross Linked Poly Ethylene

0 el0&11 faigtegt NITA eivav, OLT:Walt

ENGINEERSINDIA LIMITED(A Govt of India Undertaking)

INSPECTION AND TEST PLANFOR

MEDIUM VOLTAGE MOTORS

STANDARD SPECIFICATION NO.

6-81-1032 Rev. 2

Page 2 of 6

Abbreviations:

ASBASEEFA

BISCCE or CCOECEILCIMFRCEDFTDTDPTERTLFCRIFMFLPHICITPIPICIGCIECJECLPT

Alloy SteelBritish Approval Service for Electrical Equipment in FlammableAtmospheresBureau of Indian StandardsChief Controller of ExplosivesCertification Engineers International LimitedCentral Institute of Mining & Fuel ResearchCarbon EquivalentDry Film ThicknessDestructive TestingDye Penetrate TestingElectronics Regional Test LaboratoryFluid Control Research InstituteFactory MutualFlame ProofHydrogen Induced CrackingInspection and Test PlanIngress ProtectionInspection CertificationInter Granular CorrosionInternational Electro technical CommissionJapanese Electro technical CommitteeLiquid Penetrate Testing

Inspection Standards Committee

Convenor : Mr. A.K. Chaudhary

Members:

Mr. SS Lotay Mr. RK Singh

Mr. Anoop Geol

Mr. G. Poornachandra RaoMr. S.C. Gupta Mr. Rajeev Kumar Mr. G. Suresh

Mr. MP Jain (Projects)

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 172 of 286

Page 173: A096_5785_1233_ENQ_REV0

STANDARD SPECIFICATION NO.

6-81-1032 Rev. 2

Page 3 of 6

k5-11 Reitzi NGINEERS

$1g-ar tif5ieg INDIAELIMITED

oteav, OtIJO2R1, (A Govt of India Undeftalong)

INSPECTION AND TEST PLANFOR

MEDIUM VOLTAGE MOTORS

1.0 SCOPE:

This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.

2.0 REFERENCE DOCUMENTS:

PO/PR & Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS:

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM

OF CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

1.0 Procedures -- -- -- -- --

2.0 Material Inspection

2.1

Raw Material:Body(casting or

fabrication),Rotor shaft, Core

laminations, Copper,Insulation material,

Bearings, Terminals, cableboxes, Cable glands, etc.

Chemical, Physical properties , finish as perrelevant standard 100%

Material TestCertificates /Test records

H H/RR

(For majoritems only)

Coovriaht EIL — All rights reservedFormat No. 8-00-0001-F7 Rev. 0Page 173 of 286

Page 174: A096_5785_1233_ENQ_REV0

1r,

(Atria rireixt 73510415.1

STANDARD SPECIFICATION NO.

6-81-1032 Rev. 2

Page 4 of 6

INSPECTION AND TEST PLANFOR

MEDIUM VOLTAGE MOTORS

ENGINEERS5.fgeji laReg INDIA LIMITED

IA Govl of India Undertaking)

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM

OF CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

3.0 Inprocess Inspection

3.1 Motor Assembly

Vacuum impregnation and bracing of winding,core assembly, Rotor bars and end rings assembly,

Rotor balancing, Terminal box mounting andclearances in between, Bearing setting, etc as per

supplier's internal standards

100% Test Records - H -

4.0 Final Inspection

4.1 Motor (Routine Tests)

General visual check, nameplate detailsMounting, Shaft centre height dimensionsTerminal box location, clearances, size, entries,space adequacy & gland size.Terminals type for Type EX-e, EX-n, Ex-dmotorsFree rotation of Shaft, shaft centre height,lubrication, fan mountingDirection of rotationCoupling, Bearing detailsCable Glands, cable lugs size and no. of entriesin Terminal BoxWinding ResistanceNo load test and measurement of Voltage,Speed, Current, Power InputLocked Rotor test at reduced voltage by JECmethod and measurement of Voltage, Currentand Wattage.Reduced voltage Starting and running

100% Inspection testrecords - H See Note

5 & 6

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rig hts reserved

Page 174 of 286

Page 175: A096_5785_1233_ENQ_REV0

1.1128 eleane, CAJPtFA1

STANDARD SPECIFICATION NO.

6-81-1032 Rev. 2

Page 5 of 6

t_Siliae_ltsiENGINEERSoge..11iagteg INDIA LIMITED

IA Goof of Intla UnaerfaIng)

INSPECTION AND TEST PLANFOR

MEDIUM VOLTAGE MOTORS

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM

OF CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

Insulation resistance Before & after HighVoltage testHigh VoltageVibration

4.2 Motor (Type Tests)

Full load test and measurement of Voltage,Current, Power, Slip, Power factor, BearingNoise.Efficiency and Pf at 100%, 75% and 50% loadTemp Rise testMomentary overload testVibrationNoise LevelOver speedMeasurement of Starting Torque, StartingCurrent, Full Load Torque*

One samplefrom eachtype/rating

Inspection testrecords - H See Note

5 & 6

5.0 Painting

5.1 Painting of Motor frames Pre treatment, primer and final paint,shade, thickness 100% Test records - H --

6.0 Documentation and IC

6.1 Documentation and IC

Review of Internal Test ReportsTest certificate from recognized testinglaboratory for area classification.BIS certificate for FLP motors and accessoriesas applicable.CCOE/PESO approved certificates for motorsand accessories as applicable.Degree of protection of enclosureIC issuance

100%

Supplier's TestRecords /

Certificatesfrom statutory

bodies /Inspection

Certificate (IC)

- H H

Measurements will be made in accordance with standard IEC (Logarithmic proportion method II)

Format No. 8-00-0001-F7 Rev. 0 Coovriaht EIL — All riahts reserved

Page 175 of 286

Page 176: A096_5785_1233_ENQ_REV0

IA Govt of India Undertakingj

STANDARD SPECIFICATION NO.

6-81-1032 Rev. 2

Page 6 of 6

ENGINEERSogejliaaeg INDIA LIMITEDMIETI FEA/R7CAJWITAI

INSPECTION AND TEST PLANFOR

MEDIUM VOLTAGE MOTORS

Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceedafter scheduled date).

NOTES (As applicable):Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplierIn case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.

This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documentsMotors up to 55 KW would be accepted based on Manufacturer's test certificates. Higher rating will have witness by EIL/TPIA appointed by OEM Supplier.Motors ordered with integration test requirement as per PR shall be witnessed by EIL/TPIA (appointed by OEM supplier) for integration test (irrespective of rating)at motor manufacturer's works.

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All ri ghts reservedPage 176 of 286

Page 177: A096_5785_1233_ENQ_REV0

OWE? gla ENGINEERSlaite-gilir INDIA LIMITED

col nennl (A Govt CI UndedSing)

INSPECTION AND TEST PLANFOR

PRESSURE RELIEF VALVES

STANDARD SPECIFICATION NO.

6-81- 2026 Rev. 2Page 1 of 5

Avis( f4-41-cu alegi f4-ftur 4 trftur q

INSPECTION AND TEST PLANFOR

PRESSURE RELIEF VALVES

2 22.03.12 Revised and Re-issued MJ GS A C DM

1 02.01.08 Revised and Re-issued SA CRM MVKK VC

0 09.12.02 Issued for implementation RG AKC AKB GRR

Rev.No. Date Purpose Prepared

byChecked

by

Standards CommitteeConvenor

Standards BureauChairman

Approved by

Format No. 8-00-0001-F7 Rev. 0 Copyright EIL — All rights reserved

Page 177 of 286

Page 178: A096_5785_1233_ENQ_REV0

laitRaeTa ENGINEERSIfgar la5teg /eV INDIA LIMITED14.m 2FAI.MR

INSPECTION AND TEST PLANFOR

PRESSURE RELIEF VALVES

STANDARD SPECIFICATION NO.

6-81-2026 Rev. 2Page 2 of 5

AbbreviationsASBASEEFA

BISCCE or CCOECELLCIMFRCEDFTDTDP or DPTERTLFCRIFMFLPHARTHVITPIPICIRIECJECLPT

Alloy SteelBritish Approval Service for Electrical Equipment in FlammableAtmospheresBureau of Indian StandardsChief Controller of ExplosivesCertification Engineers International LimitedCentral Institute of Mining & Fuel ResearchCarbon EquivalentDry Film ThicknessDestructive TestingDye Penetrate TestingElectronics Regional Test LaboratoryFluid Control Research InstituteFactory MutualFlame ProofHighway Addressable Remote TransducerHigh VoltageInspection and Test PlanIngress ProtectionInspection CertificationInsulation ResistanceInternational Electro technical CommissionJapanese Electro technical CommitteeLiquid Penetrate Testing

MRTMPT/MTMTCMOCNPSHNDTNEMAPOPESOPQRPRPMIPTBQCRTSSTCTPI or TPIAUTULVDRWPSWPQXLPE

Mechanical Run TestMagnetic Particle TestingMaterial Test CertificatesMaterial of ConstructionNet Positive Suction HeadNon Destructive TestingNational Electrical Manufacturers AssociationPurchase OrderPetroleum Explosive Safety OrganizationProcedure Qualification RecordPurchase RequisitionPositive Material IdentificationPhysikalisch-Technische BundesanstaltQuality ControlRadiography TestingStainless SteelTest CertificateThird Party Inspection AgencyUltrasonic TestingUnder writer LaboratoriesVendor Data RequirementWelding Procedure SpecificationWelders Performance QualificationCross Linked Poly Ethylene

Inspection Standards Committee

Convenor : Mr. A.K. ChaudharyMembers:

Mr. S.C. Gupta Mr. RK Singh

Mr. MP Jain (Projects)Mr. G. Suresh

Mr. Rajeev Kumar Mr. G. Poornachandra Rao

Format No. 8-00-0001-F7 Rev. 0Copyright EIL — All rights reserved

Page 178 of 286

Page 179: A096_5785_1233_ENQ_REV0

laZlegai ENGINEERS51g-e lafflege INDIA LIMITEDGovt of Indus Undatakng)

INSPECTION AND TEST PLANFOR

PRESSURE RELIEF VALVES

STANDARD SPECIFICATION NO.

6-81-2026 Rev. 2Page 3 of 5

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Pressure Relief Valves.

2.0 REFERENCE DOCUMENTS

PO/PR / Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM OF

CHECK RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

1.0 Procedures -- -- -- -- --

2.0 Material Inspection

2.1 Incoming Material likeand castings etc.forgings

Mechanical & Chemical properties.100%

Material TestCertificates / TestLab Certificates

H H/R R

3.0 In process Inspection

3.1 Machining of componentsand their Assembly.

Visual, Dimensions.

100% Supplier's TestRecords - H

4.0 Final Inspection

4.1 Final Inspection

Visual checkDimensional checkCheck calibration status of all testingequipmentHydrostatic Test

100%

Supplier's TestRecords andInspection

Witness Record

.. H/WH

Format No. 8-00-0001-F7 Rev. 0Copyright EIL — All rights reserved

Page 179 of 286

Page 180: A096_5785_1233_ENQ_REV0

IWO:Rift ENGINEERSsigfrr tataite INDIA LIMITEDeimie =MOW (A Got W Mu. UndettOunpl

INSPECTION AND TEST PLANFOR

PRESSURE RELIEF VALVES

STANDARD SPECIFICATION NO.

6-81-2026 Rev. 2Page 4 of 5

SLNO. STAGE/ ACTIVITY CHARACTERISTICS QUANTUM

CHECK OF RECORDSCOPE OF INSPECTION

SUBSUPPLIER SUPPLIER EIL/TPIA

Cold Bench Set PressureSeat Leakage TestValve Lift testBlow Down / Reclosing pressure testHelium Leak test (if specified)Dye Penetration test of welds

4.2 RadiographyRadiography/NDT of valve castings (ifspecified). 100%

RadiographReports / H R

4.3 Submission of certificates /Documents

Capacity Test as per ASME Prototype foreach model /

Manufacturer'sTC

Type TestCertificates - H R

5.0 Painting

5.1 PaintingSpecial cleaning and packing for oxygen andchlorine servicesPre treatment, primer and final paint, shade,thickness.

100%Packing list /

Supplier'sRecords

- H

6.0 Documentation and IC

6.1 Documentation and ICReview of Internal Test Reports &MTCBought out items/accessories TCIC issuance.

100%

Supplier's TestRecords /InspectionCertificate

- H H

Format No. 8-00-0001-F7 Rev. 0Copyright EIL —All rights reserved

Page 180 of 286

Page 181: A096_5785_1233_ENQ_REV0

ISigtada ENGINEERStWalir INDIA LIMITEDPletinag nIn11 (A Gent of Me limletlefongf

INSPECTION AND TEST PLANFOR

PRESSURE RELIEF VALVES

STANDARD SPECIFICATION NO.

6-81-2026 Rev. 2Page 5 of 5

Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work mayproceed after scheduled date).

NOTES:

I. Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplierSupplier's in house procedures may be accepted in case TPUEIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.In case of non availability of suitable procedures, fresh procedures may be qualified under TPUEIL witness..In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

Format No. 8-00-0001-F7 Rev. 0Copyright EIL — All rights reserved

Page 181 of 286

Page 182: A096_5785_1233_ENQ_REV0

Page 1 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA

OWNER : GAIL

JOB NO. : A096

MR NO. : A096-000-KA-MR-5785

0 20.09.13 Issued with MR PK AS RKG

Rev.

No Date Purpose Prepared by Checked by Approved by

Page 182 of 286

Page 183: A096_5785_1233_ENQ_REV0

Page 2 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

CONTENTS

1.0 SCOPE

2.0 JOB SPECIFICATION

3.0 LIST OF ATTACHMENTS

Page 183 of 286

Page 184: A096_5785_1233_ENQ_REV0

Page 3 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

1.0 SCOPE

S. No. DESCRIPTION Bidder Purchaser

1.1 Scope of Design & Engineering

Design, engineering, procurement, testing & commissioning assistance of field instruments for Blower-Electric Motor driven.

Yes

1.2 Scope of procurement/ supply

1.2.1 All the instruments as depicted in the P&IDs (attached elsewhere in the MR) or required for the operation of the blower like pressure relief valves, vacuum relief valves, pressure and temperature gauges etc.

Yes (Note-1)

Note-1: In case it is found that the make and model number of the Instruments supplied by Bidder is not meeting the MR specifications, the same shall be rectified by Bidder providing the correct make and model without any delivery and price implication to Purchaser.

1.2.2 DCS / PLC Yes

1.2.3 Supply of junction boxes in field for interconnection between bidder supplied instruments and control room. (if applicable)

Yes

1.2.4 All skid mounted instrument/junction boxes supplied by bidder shall be duly installed and completely pre-wired. (Flying leads for any instrument is not acceptable)

Yes

1.2.5 Cables (if applicable)

1.2.5.1 Special cables between speed probes and its transmitters

Yes

1.2.5.2 Cables between RTDs and temperature transmitters

Yes

1.2.5.3 Cables between bidder supplied instruments/transmitters and bidder supplied junction boxes mounted in field.

Yes

1.2.5.4 Multi pair cables for interconnecting bidder supplied Junction Boxes in field to Purchaser’s DCS/PLC System.

Yes

1.2.6 Installation & Erection materials

1.2.6.1 Complete installation material including cables and accessories, junction boxes, cable glands with PVC hood(for multi pair and single pair cables), instrument supports and mounting accessories, cable trays, canopies for instruments and junction boxes, etc as required

Yes

1.2.6.2 Any other installation material required for Yes

Page 184 of 286

Page 185: A096_5785_1233_ENQ_REV0

Page 4 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

S. No. DESCRIPTION Bidder Purchaser

installation and commissioning of various instruments and systems supplied by Bidder.

1.2.7 Commissioning spares Yes

1.2.8 Mandatory Spares No

1.2.9 Any additional instruments required as per Bidder’s recommendation for safe operation of blower.

Yes

1.2.10 Any special tools or tackles required for instrumentation supplied by Bidder.

Yes

1.2.11 Drawings and documents as listed in Vendor Data Requirement

Yes

2.0 Factory testing & calibration

2.1 Carrying out/ witnessing shop testing and calibration of all instruments as per approved Inspection Test Plan.

Yes

3.0 Installation, field calibration/ testing and

commissioning

3.1 Installation of all skid mounted instruments, junction boxes and accessories on blower.

Yes

3.2 Laying & termination of all cables up to bidder supplied skid mounted junction boxes

Yes

3.3 Laying & termination of all cables from instruments to bidder supplied Junction Boxes within skid.

Yes

3.4 Installation of bidder supplied instruments and Junction boxes outside skid

Yes

4.0 Coordination

Coordination with:

Purchaser,

DCS/PLC vendor,

Purchaser’s instrumentation erection contractor for loop checking

Bidder shall be fully responsible for package along with all associated instruments.

Yes

2.0 JOB SPECIFICATION

S. No.

1.0 GENERAL

1.1 Location of field equipments/ instruments

Hazardous area

1.2 Area classification As per Electrical area classification. (All instruments supplied shall be suitable for mounting in Zone-1 with Gas grouping IIA/IIB/IIC and temperature classification

Page 185 of 286

Page 186: A096_5785_1233_ENQ_REV0

Page 5 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

T3)

1.3 Type of instrumentation Electronic

Type of Instruments Smart type with HART

1.4 Logic representation ISA

1.5 Type of hazardous area protection

Instruments Intrinsically safe in general

1.6 Order of priority in case of any conflict between MR documents

In the event of any conflict between this specification, data sheets, standard specifications, related standards, codes etc: the following order of priority shall govern:

a) Statutory Regulations b) Licensor Technical Specifications c) Job Specifications d) Codes & Standards

However, Bidder shall inform EIL/ owner for any discrepancy for resolution before proceeding.

2.0 TYPE & LOCATION OF CONTROLS & INSTRUMENTS (if applicable)

2.1 Type of control system (For monitoring and control)

DCS located in control room (Purchaser’s scope)

2.2 Type of control system (For Interlock & shutdown)

PLC located in control room (Purchaser’s scope)

2.3 Blower speed control via VFD signal from DCS

NA

2.4 Start/ Stop, Auto/ Manual, Local/ Remote commands for all electrical drives from local control stations in field

Shall be directly wired to MCC.

2.5 Status signals of drives from MCC

Shall be wired to marshalling cabinet in control room.

2.6 Ingress protection for instruments and enclosures in field

Weatherproof to IP65 as a minimum. IP65 for transmitters and junction boxes.

2.7 Hazardous area protection for instruments (Note-1)

Intrinsically safe in general. Junction boxes for flameproof instruments shall be flameproof and flameproof cable glands shall be used. Increased safety/ non incendive concept for instruments including junction boxes & cable glands is not acceptable. Terminal boxes for intrinsically safe instruments shall be weatherproof and weatherproof cable glands shall be used.

Page 186 of 286

Page 187: A096_5785_1233_ENQ_REV0

Page 6 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

Note-1: Certification for use in hazardous area shall be as follows: For all intrinsically safe / explosion / flameproof equipment / instruments which are manufactured abroad and certified by any statutory authority like BASEEFA, FM, UL, PTB, ATEX, LCIE etc. should also have the approval of PESO(Petroleum Explosives safety organizer) / CCE(Chief Controller of Explosives),Nagpur. For all flame proof equipments manufactured locally (indigenously, the testing shall be carried out by any of the approved test house like CMRI / ERTL etc. The instruments shall in addition bear the valid approval from PESO (Petroleum Explosives safety organizer) / CCE (Chief Controller of Explosives), Nagpur and a valid BIS license. For all intrinsically safe equipment manufactured locally (indigenously, the testing shall be carried out by any of the approved test house like CMRI / ERTL etc. The equipment shall in addition bear the valid approval from PESO (Petroleum Explosives safety organizer) / CCE (Chief Controller of Explosives), Nagpur. Approvals other than above shall neither be offered nor will these be acceptable.

2.8 Temperature detectors-RTD RTD (Resistance Temperature Detector) shall be platinum element 3 wire type with 100 ohms resistance at 0°C and calibrated as per IEC 60751. Duplex sensors shall be supplied. Two separate cable entries shall be provided with one entry plugged.

3.0 POWER SUPPLY REQUIREMENT

3.1 Interrogation voltage for contact input

24 V DC

3.2 Intrinsically safe transmitters (loop powered)

24 V DC

4.0 CABLES & CABLE GLANDS

4.1 Type (single pair/triad) 1.5 mm² twisted in pair individually and overall shielded with aluminum Mylar tape with drain wire and armored.

4.2 Flame retardant Required, as per IEC 60332 Cat. A.

4.3 Cable glands Nickel-plated brass, double compression type suitable for armored cables. Flameproof for flameproof instruments/ junction boxes. Weather proof cable glands shall be used for intrinsic safe instruments & weather proof junction boxes.

Page 187 of 286

Page 188: A096_5785_1233_ENQ_REV0

Page 7 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

4.4 Slipper type PVC sleeves/hoods (cable shrouds)

Required (over cable glands for all cable entries in junction boxes).

4.5 Cable entries ½” NPTF for 1-Pair/triad cables for various transmitter signals to be terminated on bidder supplied junction box. 1.5”NPTF for 8-Triad/12-Pair multi cables (by Purchaser) to be terminated on bidder supplied junction box.

5.0 JUNCTION BOXES

5.1 Separate Junction boxes for different type of signals

Yes, separate junction boxes for following signals:

4~20 mA signals (speed)

Contact (vibration)

RTDs (temperature)

6.0 Transmitters

Type of Transmitters SMART HART with 4-20 mA type transmitters shall be provided

6.1 Integral LCD type outputmeter

Required (Display output in user configurable

engineering units) with each transmitter.

Page 188 of 286

Page 189: A096_5785_1233_ENQ_REV0

Page 8 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

6.2 a) Pressure/ Differential pressure transmitter shall have electronic state-of-art capacitance or any other type of sensor meeting all functional specifications. Element material for transmitters shall be SS316, as a minimum, and shall be able to withstand over pressure of at least 30% of range or maximum working pressure whichever is higher.

b) Diaphragm seal element with capillary shall be used for congealing, corrosive and highly viscous services. In these cases the flange material shall be in accordance with piping classes. Spacer ring shall be provided along with vent and drain. Capillary shall be minimum AISI 316SS with AISI 304 SS armouring. Seal fluid shall be suitable for the temperature.

c) D/P cells with one side open to atmosphere shall be used for low pressure at near atmosphere pressure.

d) The rangeability and accuracy shall be as below:

Type of

Transmitter

Range of Transmitter Accuracy for the rangeability of 1:10

Direct 760 mm WC and

above

Equal to or better than ±0.075%

Direct Less than 760 mm

WC

Equal to or better than ±0.15%

Diaphragm

seal

500 mm WC and

above

Equal to or better than ±0.25%

Diaphragm

seal

Less than 500 mm

WC

Equal to or better than ±0.5%

The accuracy is defined as the combined effect of repeatability, linearity and

Hysteresis. e) Unless specified otherwise, the over-range/static pressure protection of the transmitter

shall be as follows;

However if the Over range/ static pressure value specified above is less than the maximum/

design pressure of service conditions, offered instrument shall be suitable for the maximum/

design pressure.

Range of Transmitter

Over range/ static pressure

Pressure

Transmitter

(kg/cm²)

Differential

Pressure

Transmitter(kg/c

m²)

0 < ® < 250 mm WC 20 20

250 < ® < 1000 mm WC 45 52

1000 < ® < 5000 mm

WC 45 70

5000 < ® < 10000 mm

WC 45 160

1 < ® < 10 kg/cm² 52 160

10 < ® < 100 kg/cm² 160 210

> 100 kg/cm² 210 210

7.0 Pressure Relief Valves

Page 189 of 286

Page 190: A096_5785_1233_ENQ_REV0

Page 9 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

7.1 Conventional valves shall be provided for constant back pressure while bellows seal type valves shall be provided for variable back pressure more than 10% of set pressure. Pilot operated pressure relief valves shall be used for special services and where set pressure is closer than 10% of the operating pressure or as per Process/ Licensor requirements. Spring loaded PSVs vents connected to flare/pressure shall be provided with balanced bellows. Also this bellow shall isolate the spring and guiding surface from the corrosive and dirty fluids. Test gag shall be provided for all pressure relief valves. PSVs shall be manufactured in accordance with ASME Boiler and pressure vessel code section VIII.

7.2 The bidder is responsible for selection of the valves including

accessories and it's suitability to meet the specifications in total. If at any stage, till the completion of the order, the offered valves & accessories are found unsuitable for the specified operating and design conditions, the bidder shall replace the same with a suitable model no. meeting the specifications without any schedule/cost implication.

7.3 Offered models shall be accompanied by detailed technical

catalogues in English. An offer without catalogues shall be considered incomplete and is liable for rejection

7.4 The Standard Specifications for Pressure Relieve Valve (6-52-

0026) as attached with this MR must also be followed by the bidder. However, it shall be obligatory on the bidder's part to bring to the notice of the purchaser all such conflicts, wherein the purchaser's decision shall be final.

7.5 Pressure Relief Valve nozzle shall be forged in general. In case

cast nozzle is offered for any valve, it shall be radio graphed (irrespective of the rating of the valve).

7.6 Where Body and Bonnet material has been specified as 'Carbon

Steel', ASTM A105 or A216 Gr. WCC are also acceptable.

7.7 Bidder shall carry out sizing of pressure relief valves and submit the same for purchaser’s review. After receiving purchaser’s acceptance only, bidder shall proceed of manufacturing.

7.8 All items supplied by the bidder shall be subjected to inspection at

valve manufacturing works by Third party inspection (TPI) agency. As minimum the inspection and testing requirements as per Standard Specification for Pressure Relief Valves (6-52-0026 Rev.3) and Inspection Test Plan for Pressure Relief Valves (6-81-2026) attached along with the MR shall be adhered to.

Page 190 of 286

Page 191: A096_5785_1233_ENQ_REV0

Page 10 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

8.0 Temperature Transmitters Foundation Filed bus. Filed barrier concept.

a) Required for all temperature elements. Field yoke mounted, but not head mounted. b) Temperature transmitters shall have a built-in line arising function to produce an

output linear to temperature range. c) Temperature transmitters shall have accuracy as given below:

i. Temp. Transmitter accuracy (with cold junction compensation with thermocouple

element)

(i) For temperature ranges above 0 to 150 °C and up to 0 °C to 350 °C : ± 0.25% of URL

(ii) For temperature greater than between 0 °C to 50°C and up to 0 °C to 150 °C : ± 0.5%

of URL.

(iii) For temperature < 50 °C : ± 1.25% of URL

ii. Temp. Transmitter accuracy (with RTD element)

(i) For temperature range > 350 °C: ± 0.075% of full scale

(ii) For temperature range between 150 °C to 350 °C : ± 0.15% of full scale

(iii) For temperature range < 150 °C : ± 0.2% of full scale.

8.1 Thermocouple/RTD

8.2 Type a) Design, manufacture and testing of TW shall comply with PTC 19.3.

b) Duplex type Thermocouple/RTD shall be provided. Refer attached standard drawing 7-52-0036

8.3 Grounded/ungrounded Grounded type

8.4 Element “K” type and 20AWG for duplex.

8.5 RTD(wherever applicable) PT-100, 3 wire , calibration as per IEC 60751

8.6 Thermowell and thermowell flange material

Thermowell shall be minimum SS316 or better and thermowell flanges as per Piping Material Specification. Refer attached standard drawing 7-52-0035. 9.0 Pressure gauges

a) Pressure gauge dial shall be white, non-rusting plastic with black figures. The dial face shall be marked with pressure element material. Pointers shall have micrometer adjustment.

b) Pressure gauges shall be weatherproof with dial size of 150 mm and shall have features like screwed bezels, externally adjustable zero, over range protection (at least 130% of max. operating pressure) and blowout discs. Shatter proof glass Pressure gauge sensing element shall be of SS 316 and movement of SS 304, as a minimum. Pressure gauges shall have SS casing.

c) Pressure gauges shall have an accuracy of ±1% of URV as a minimum. d) The pressure element shall be Bandon, diaphragm or bellows depending upon process

condition.

Page 191 of 286

Page 192: A096_5785_1233_ENQ_REV0

Page 11 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

e) Over range protector and pulsation dampener, whenever used, shall be of SS 304, as a minimum. Pulsation dampner shall be used for all pulsating services. It shall be floating pin type, externally mounted and externally adjustable.

f) Pressure gauges with range as 0-100 kg/Cm2g shall have safety type solid front case. g) Pressure gauge shall have 1/2" NPT (M) bottom connection except for diaphragm seal

where 1.5” flanged connection shall be used in general. h) Cases shall normally be minimum SS-304 and weatherproof to IP-65 as per IEC-

60529/IS-2147. Blowout discs shall be provided. i) Ranges shall be so specified that the gauge normally operates in the middle third of

the scale and shall conform to IS-3624 standard dials, wherever possible. j) Where vibrations and pressure fluctuations are expected, glycerin filled type shall be

used. In case of vibrating service like pump outlets, flexible armored hoses shall be used in place of impulse piping and gauges shall be mounted separate stanchion.

k) Syphon shall be provided for steam service.

10.0 MISCELLANEOUS

10.1 Proven track record The instruments as being offered / supplied should have been operating satisfactorily under similar process conditions for at least 4000 hrs.

10.2 Vendor list Refer vendor list for instrumentation items attached elsewhere in MR. Instrument vendor list attached is for the make only, and not for any specific Model. For any item, the offered model for same must meet specifications and PTR requirement. For items not appearing in vendor list, Bidder shall furnish proposed sub-vendor list for purchaser’s approval.

11.0 SPARES

11.1 Mandatory Spares NA

11.2 Commissioning spares Bidder shall provide instrument commissioning spares as required for successful commissioning of blower. Price for commissioning spares shall be included in the base price. Bidder shall procure these spares as per recommendation of sub vendors/Suppliers and these shall be available at the time of commissioning. Bidder shall note that in case any additional spare is required during erection and commissioning over and above the quoted erection and commissioning spares, the same shall be supplied by bidder without any time and cost implications. Also, if any

Page 192 of 286

Page 193: A096_5785_1233_ENQ_REV0

Page 12 of 8

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Document No.

A096-000-16-51-SP-11

Rev. 0

INSTRUMENTATION INPUT FOR

VRU AIR BLOWER

GAIL PETROCHEMICAL COMPLEX-II

spares are consumed during commissioning from mandatory spares, the same shall be replenished by bidder without any cost implication.

11.3 2 years operation spares Bidder shall furnish separate list of recommended spares for instruments for 2 years operation along with unit price.

12.0 INSPECTION & TESTING

12.1 Factory testing & inspection of all instrument items by Vendor’s authorized representatives, EIL/Owner, unless specified otherwise

Yes

3.0 LIST OF ATTACHMENTS

S. No. Description Document No. No. of sheets

1 Vendor Data requirement A096-000-16-51-VD-11 4

2 Technical Compliance A096-000-16-51-TQ-11 3

4 Approved Vendor list for Instrumentation items

Annexure I 1

5 Standard Specification for Pressure Relief Valves

6-52-0026

6 Inspection Test Plan for Pressure Relief Valves

6-81-2026

Page 193 of 286

Page 194: A096_5785_1233_ENQ_REV0

Page 1 of 1

1. PRESSURE RELIEF VALVE

ANDERSON GREEWOOD CROSBY INDIA BHEL (TRICHY) INDIA BLISS ANAND PVT LTD INDIA CURTIS WRIGHT FLOW CONTROL CORPORATION INDIA DRESSER INC. INDIA FUKUI SEISKUSHO CO. LTD. JAPAN LESSER GMBH & CO. KG GERMANY MEKASTER ENGINEERING LTD INDIA NAKAKITA SEISAKUSHO CO. LTD. JAPAN SAFETY SYSTEMS UK LTD. UK TYCO SANMAR LTD. INDIA

2. PILOT OPERATED SAFETY VALVE

ANDERSON GREENWOOD CROSBY U.S.A. CURTISS WRIGHT FLOW CONTROL CORPORATION USA, CANADA/UK DRESSER INC. U.S.A. SAFETY SYSTEMS UK LTD U.K. TYCO SANMAR LTD INDIA WEIR POWER & INDUSTRIAL FRANCE BLISS ANAND PVT LTD INDIA

3. FIELD INSTRUMENTS

ABB LTD. INDIA ABB AUTOMATION PRODUCTS GMBH GERMANY EMERSON PROCES MGMTG ASIA PACIFIC PTE LTD INDIA/SINGAPORE EMERSON PROCESS MANAGEMENT INDIA PVT LTD INDIA FUJI ELECTRIC INSTRUMENTS CO.LTD INDIA HONYWELL AUTOMATIN INDIA ITD INDIA YOKOGAWA ELECTRIC CORPORATION INDIA YOKOGAWA INDIA LIMITED INDIA HONEYWELL INC.

INSTRUMENTATION VENDOR LIST ID FANS-ELECTRIC MOTOR DRIVEN GAIL PETROCHEMICAL COMPLEX-II

A096-000-16-51-SP-11

Annexure-I

Page 194 of 286

Page 195: A096_5785_1233_ENQ_REV0

Page 1 of 3

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

TECHNICAL COMPLIANCE (INSTRUMENTATION) FOR

VRU AIR BLOWER GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-000-16-51-TQ-11

TECHNICAL COMPLIANCE

DISCIPLINE : INSTRUMENTATION DOCUMENT NO. : A096-000-16-51-TQ-11

PROJECT : GAIL PETROCHEMICAL COMPLEX-II

PACKAGE : AIR BLOWER - ELECTRIC MOTOR DRIVEN

OWNER : GAIL EIL JOB NO. : A096 BIDDER :

NOTES: 1. The bidder shall indicate the reply in the space provided in the Technical Questionnaire. In

case space provided is not adequate, the reply may be furnished separately under suitably numbered annexure/ attachments duly referred against the comment/ query.

2. The Compliance Statements/ Queries are required to be categorically confirmed /

answered by the bidder and the completely filled-in technical Questionnaire shall be submitted together with the Bid.

Bidder’s Signature and stamp

Page 195 of 286

Page 196: A096_5785_1233_ENQ_REV0

Page 2 of 3

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

TECHNICAL COMPLIANCE (INSTRUMENTATION) FOR

ID FAN-ELECTRIC MOTOR DRIVEN GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-110-16-51-TQ-03

INSTRUMENTATION

Sr.

No.

COMPLIANCE STATEMENT/QUERY BIDDER’S CONFIRMATION/

ANSWER

Please note that it is mandatory to furnish replies to the technical queries listed below, without which your offer will be considered incomplete.

1. This Technical Questionnaire with categorical confirmation against each of the clauses, deviation, if any, against the applicable specifications and codes shall be duly consolidated at one place (under Exceptions / deviations list) by the bidder. In case no deviations are furnished, it will be presumed that all requirements are fully met and complied with, by the bidder. Any deviations/ deletions/ corrections made by the bidder elsewhere will not be taken cognizance of and all such deviations shall deem to have been withdrawn by the bidder.

2. Confirm categorical compliance to the scope of work, various technical specifications, drawing and document and relevant control & instrumentation specification in the bid package, and all other equipment, materials and work not explicitly mentioned but nevertheless required to fulfil the functional requirements which shall be deemed to be included in the scope of bidder with no additional cost and time implication to the owner.

3. Confirm that the all instrumentation items, its accessories etc. supplied shall be of one of the approved makes given in the APPROVED VENDOR LIST (ANNEXURE-I) attached with bid package.

4. Compliance to Drawings/ Documents requirements

BIDDER’S SIGNATURE & STAMP

Page 196 of 286

Page 197: A096_5785_1233_ENQ_REV0

Page 3 of 3

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

TECHNICAL COMPLIANCE (INSTRUMENTATION) FOR

ID FAN-ELECTRIC MOTOR DRIVEN GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-110-16-51-TQ-03

TECHNICAL COMPLIANCE STATEMENT (TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s CONFIRM THAT THE PROPOSAL OF ---------------

-------------------------------------QUOTED BY M/s FOR GAIL,

PETROCHEMICAL COMPLEX-II PROJECT, PATA (INDIA) AGAINST MATERIAL

REQUISITION /TENDER/PACKAGE No. A096-000-KF-MR-5785 IS IN TOTAL

COMPLIANCE TO THE SCOPE AS WELL AS ALL THE TECHNICAL SPECIFICATION

AND NO DEVIATION, VARIATION OR RESERVATION WHATSOEVER HAS BEEN

MENTIONED IN THE TECHNICAL OFFER. IT IS FURTHER AGREED THAT THE

TECHNICAL DETAILS FURNISHED IN OUR OFFER WILL BE REVIEWED BY EIL/GAIL

DURING DETAILED ENGINEERING STAGE AFTER ORDER AND ANY CHANGE

REQUIRED TO MEET THE REQUIREMENTS OF ENQUIRY SPECIFICATION INCLUDING

AMENDMENT(S) (IF ANY) WILL BE INCORPORATED BY US WITHOUT ANY PRICE

AND TIME IMPLICATION.

(SIGNATURE WITH SEAL)

Page 197 of 286

Page 198: A096_5785_1233_ENQ_REV0

Page 1 of 4

Template No. 5-00-0001-T2 Rev. 1 Copyright EIL – All rights reserved

INSTRUMENTATION VENDOR DATA REQUIREMENTS FOR VRU AIR

BLOWER GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-000-16-51-VD-11

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA

OWNER : GAIL

JOB NO. : A096

MR NO. : A096-000-KA-MR-5785

0 20.09.13 Issued with MR PK AS RKG

Rev. No

Date Purpose Prepared

by Checked

by Approved By

Page 198 of 286

Page 199: A096_5785_1233_ENQ_REV0

Page 2 of 4

Template No. 5-00-0001-T2 Rev. 1 Copyright EIL – All rights reserved

INSTRUMENTATION VENDOR DATA REQUIREMENTS FOR VRU AIR

BLOWER GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-000-16-51-VD-11

1.0 GENERAL

1.1 Bidder‟s scope shall include furnishing documentation as specified in requisite number of sets, both during bidding and project execution stage.

1.2 Bidder shall furnish documentation in number of sets and CDs as specified elsewhere in MR.

1.3 Bidder shall furnish the soft copies of the all the engineering drawings/documents in their

scope including sub packages in the formats which shall be given during detail engineering. The specifications of all field instruments like transmitters, orifices, control valves, Temperature elements etc. in MS Access/Excel and all drawings in ACAD.

1.4 In addition to documentation pertaining to the Instruments and accessories supplied by the

bidder, bidder shall also furnish all engineering deliverable as listed below required for detailed engineering of Control systems and field activities. These engineering deliverables shall be submitted as per the schedule agreed after award of contract. Bidder shall ensure that this schedule is strictly adhered to.

1.5 Bidder shall note that the documents listed below are the minimum requirements and any

additional document required as per bidder‟s experience should also be furnished. Bidder is required to furnish a revised drawing/ document schedule incorporating additional drawings as required for purchaser‟s review after award of contract.

1.6 All revisions of drawings/ documents shall have revisions clearly marked/ clouded. Further

Bidder shall submit a Revision Summary sheet listing the sheets where revision/ changes are made, type of changes/ revision (e.g. „Model number changed‟, „Body material changed‟, „Size changed‟, „Measuring Range changed‟, „Type of enclosure protection changed‟, „Type of ingress protection changed‟, „Type of signal changed‟, etc.), and reason for changes. In case bidder makes some changes in the drawing/ document on his own (i.e. not as per Purchaser’s comment), bidder must state those in revision summary sheet with reasons while submitting the revised drawing/ document.

1.7 Bidder shall clearly indicate the sequence of submission of all the drawings/ documents after

award of contract. This sequence shall be adhered to during entire execution period. Bidder shall also ensure that drawing/ documents, which are based on other drawings/ documents, are submitted only after the basis document has been reviewed/ approved in minimum Code 2. Submissions not following this sequence will be treated as redundant and may not be reviewed / approved by owner.

1.8 It is mandatory for the bidder to furnish „AS BUILT‟ revision of all drawings/ documents listed

below. Bidder shall prepare & submit the as built drawings / documents after commissioning. All the drawings/ documents listed shall be converted into “As Built” after commissioning of Project. “As Built” shall include documents generated by bidder & documents generated/ submitted by various Sub-vendors. For intermediate documents e.g. I/O list etc., which is provided as an input for DCS engineering, “As Built” is not required to be prepared.

2.0 DRAWING / DOCUMENTS REQUIRED DURING BIDDING STAGE

Following documents shall be provided by the bidder during bidding stage: (a) Deviation list, if any, point-wise/ clause wise to the bid specifications. (b) Filled up Technical compliance format (as per A095-000-16-51-TQ-11)

Page 199 of 286

Page 200: A096_5785_1233_ENQ_REV0

Page 3 of 4

Template No. 5-00-0001-T2 Rev. 1 Copyright EIL – All rights reserved

INSTRUMENTATION VENDOR DATA REQUIREMENTS FOR VRU AIR

BLOWER GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-000-16-51-VD-11

3.0 DRAWING / DOCUMENTS REQUIRED AFTER AWARD OF CONTRACT

Following drawing documents shall be required after award of contract:

Sr. No.

Description

Review

Records

Remarks

1. Documents / drawings list with schedule of submission

Note-7

2. Purchase Requisition for all instruments (including catalog with model decoding)

Note-3

3. Sub-vendor list

4. Cable schedule

5. Junction box layout on vendor supplied pre-wired equipment

6. Instrument location Plan, JB location, Local Panels/ gauge board locations

7. Bill of material

8. Instrument Installation drawing which shall indicate the requirement of various installation materials required for installation of each instrument.

9. Instrument mounting details

10. Commissioning spares

11. Special test equipment/ tool requirement for maintenance

12. List of 2 years spares

13. Certificates (statutory/ test/ calibration/ inspection)

14. Installation, operation and maintenance manuals

15. As-built drawings/ documents

Page 200 of 286

Page 201: A096_5785_1233_ENQ_REV0

Page 4 of 4

Template No. 5-00-0001-T2 Rev. 1 Copyright EIL – All rights reserved

INSTRUMENTATION VENDOR DATA REQUIREMENTS FOR VRU AIR

BLOWER GAIL PETROCHEMICAL COMPLEX-II

Document No. A096-000-16-51-VD-11

NOTES:

1. Bidder shall furnish instrument data sheets (as per ISA format) for each tag incorporating necessary sizing, range selection, material selection, make and model nos. Bidder can use in-house data sheet formats, provided those contain all information as per ISA formats, as a minimum. These data sheets shall be reviewed / retained for records by Purchaser after placement of order. Proper selection of instruments, materials etc. shall be bidder's responsibility. Any necessary change required later for meeting the specification shall be done by the bidder without any price or delivery implications. While filling the instruments data sheets, the following shall be taken care:

i) All the relevant data shall be filled in. If any point is not applicable then N/A shall

be indicated. ii) Make and model number of the offered instruments shall be indicated with model

decoding details for offered instrument, without model no, data sheet shall not be reviewed.

iii) Vendor‟s seal with signature shall be provided and bidder shall ensure the correctness of the process data.

iv) Instruments tag numbers /data sheet numbers shall be indicated.

2. All post-order instrument documents/ drawings shall be submitted after issue of P&IDs. The submission of document / drawing is sequenced in such a way that submitted document/ drawing is neither dependant nor changed due to drawing / document yet to be submitted. Document/ drawing submission schedule shall be made accordingly.

3. Review and Records as marked has to be strictly followed.

4. The drawings/ documents requirement as identified by licensor shall also be supplied even if the same drawings/ documents are not covered in the above table.

5. Documents shall be submitted within three weeks of placement of LOI/FOI.

Page 201 of 286

Page 202: A096_5785_1233_ENQ_REV0

Page 202 of 286

Page 203: A096_5785_1233_ENQ_REV0

Page 203 of 286

Page 204: A096_5785_1233_ENQ_REV0

Page 204 of 286

Page 205: A096_5785_1233_ENQ_REV0

Page 205 of 286

Page 206: A096_5785_1233_ENQ_REV0

Page 206 of 286

Page 207: A096_5785_1233_ENQ_REV0

Page 207 of 286

Page 208: A096_5785_1233_ENQ_REV0

Page 208 of 286

Page 209: A096_5785_1233_ENQ_REV0

Page 209 of 286

Page 210: A096_5785_1233_ENQ_REV0

Page 210 of 286

Page 211: A096_5785_1233_ENQ_REV0

Page 211 of 286

Page 212: A096_5785_1233_ENQ_REV0

Page 212 of 286

Page 213: A096_5785_1233_ENQ_REV0

Page 213 of 286

Page 214: A096_5785_1233_ENQ_REV0

Page 214 of 286

Page 215: A096_5785_1233_ENQ_REV0

Page 215 of 286

Page 216: A096_5785_1233_ENQ_REV0

Page 216 of 286

Page 217: A096_5785_1233_ENQ_REV0

Page 217 of 286

Page 218: A096_5785_1233_ENQ_REV0

Page 218 of 286

Page 219: A096_5785_1233_ENQ_REV0

Page 219 of 286

Page 220: A096_5785_1233_ENQ_REV0

Page 220 of 286

Page 221: A096_5785_1233_ENQ_REV0

Page 221 of 286

Page 222: A096_5785_1233_ENQ_REV0

Page 222 of 286

Page 223: A096_5785_1233_ENQ_REV0

Page 223 of 286

Page 224: A096_5785_1233_ENQ_REV0

Page 224 of 286

Page 225: A096_5785_1233_ENQ_REV0

Page 225 of 286

Page 226: A096_5785_1233_ENQ_REV0

Page 226 of 286

Page 227: A096_5785_1233_ENQ_REV0

Page 227 of 286

Page 228: A096_5785_1233_ENQ_REV0

Page 228 of 286

Page 229: A096_5785_1233_ENQ_REV0

Page 229 of 286

Page 230: A096_5785_1233_ENQ_REV0

Page 230 of 286

Page 231: A096_5785_1233_ENQ_REV0

General Conditions of Contract-GOODS

INDEX Article Title 1. Definitions 2. Seller to inform 3 Application 4. Country of origin 5. Scope of Contract 6. Standards 7. Instructions, direction & correspondence 8. Contract Obligations 9. Modification in Contract 10. Use of Contract Documents & Information 11. Patent Rights, Liability & Compliance of Regulations 12. Performance Guarantee 13. Inspection, Testing & Expediting 14. Time Schedule & Progress Reporting 15. Delivery & Documents 16. Transit Risk Insurance 17. Transportation 18. Incidental Services 19. Spare Parts, Maintenance Tools, Lubricants 20. Guarantee 21. Terms of Payment 22. Prices 23. Subletting & assignment 24. Time as Essence of Contract 25. Delays in the Seller’s Performance 26. Price Reduction Schedule for Delayed delivery 27. Rejections, Removal of rejected equipment &

replacement 28. Termination of Contract 29. Force Majeure 30. Resolution of disputes/arbitration 31. Governing Language 32. Notices 33. Taxes & Duties 34. Books & Records 35. Permits & Certificates 36. General 37. Import Licence 38. Fall clause 39. Publicity & Advertising 40 Repeat Order 41 Limitation of Liability

Page 231 of 286

Page 232: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

1. Definitions In this document, General Conditions of Contract (GCC-Goods),

the following terms shall have the following respective meanings: 1.0 BIDDER : Designates the individual or legal entity which

has made a proposal, a tender or a bid with the aim of concluding a Contract with the PURCHASER.

1.1 CONSULTANT [if engaged] shall mean M/s.

……………having its registered office at……………. The term consultant includes successors, assigns of M/s. ……….

1.2 CONTRACT shall mean Purchase Order/Contract and

all attached exhibits and documents referred to therein and all terms and conditions thereof together with any subsequent modifications thereto.

1.3 CONTRACT PRICE shall mean the price payable to the

Seller under the Contract for the full and proper performance of his contractual obligations.

1.4 COMPLETION DATE shall mean the date on which the

goods are successfully commissioned by the Seller and handed over to the PURCHASER.

1.5 COMMERCIAL OPERATION shall mean the condition

of the operation in which the complete equipment covered under the Contract is officially declared by the PURCHASER to be available for continuous operation at different loads up to and including rated capacity.

1.6 DELIVERY terms shall be interpreted as per INCO

TERMS 2000 in case of Contract with a foreign Bidder and as the date of LR/GR in the case of a contract with an Indian Bidder.

1.7 DRAWINGS shall mean and include Engineering

drawings, sketches showing plans, sections and elevations in relation to the Contract together with modifications and/or revisions thereto.

1.8 ENGINEER or Engineer-in-Charge of the Project SITE

shall mean the person designated from time to time by PURCHASER/CONSULTANT at SITE and shall include those who are expressly authorized by him to act for and on his behalf for operation of this CONTRACT.

1.9 FINAL ACCEPTANCE shall mean the PURCHASER’s

written acceptance of the Works performed under the Contract after successful completion of performance and guarantee test.

1.10 GOODS shall mean articles, materials, equipment,

design and drawings, data and other property to be supplied by Seller to complete the contract.

1.11 INSPECTOR shall mean any person or outside Agency

nominated by PURCHASER/CONSULTANT through

Rev.0: May’04 1

Page 232 of 286

Page 233: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

CONSULTANT to inspect equipment, stagewise as well as final, before dispatch, at SELLER’s works and on receipt at SITE as per terms of the CONTRACT.

1.12 INITIAL OPERATION shall mean the first integral

operation of the complete equipment covered under the Contract with sub-systems and supporting equipment in service or available for service.

1.13 PURCHASER shall mean GAIL (INDIA) LIMITED

(GAIL) having its registered office at 16, BHIKAIJI CAMA PLACE, R.K.PURAM, NEW DELHI-110066 (INDIA). The term PURCHASER includes successors, assigns of GAIL.

1.14 PERFORMANCE AND GUARANTEE TESTS shall

mean all operational checks and tests required to determine and demonstrate capacity, efficiency and operating characteristics as specified in the Contract documents.

PROJECT designates the aggregate of the Goods and/or Services to be provided by one or more Contractors.

Quantities – Bills of quantities

Bills of quantities

Designate the quantity calculations to be taken into account when these calculations are made from detailed or construction drawings, or from work actually performed, and presented according to a jointly agreed breakdown of the Goods and/or Services.

1.15 SELLER shall mean the person, firm or company with whom PURCHASE ORDER/CONTRACT is placed/ entered into by PURCHASER for supply of equipment, materials and services. The term Seller includes its successors and assigns.

1.16 SERVICE shall mean erection, installation, testing,

commissioning, provision of technical assistance, training and other such obligations of the Seller covered under the Contract.

1.17 SITE designates the land and/or any other premises on,

under, in or across which the Goods and/or Services have to be supplied, erected, assembled, adjusted, arranged and/or commissioned.

1.18 SPECIFICATIONS shall mean and include schedules, details, description, statement of technical data, performance characteristics, standards (Indian as well as International) as applicable and specified in the Contract.

1.19 SUB-CONTRACT shall mean order placed by the

Seller, for any portion of the contracted work, after necessary consent and approval of PURCHASER.

Rev.0: May’04 2

Page 233 of 286

Page 234: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

1.20 SUB-CONTRACTOR shall mean the person named in

the CONTRACT for any part of the work or any person to whom any part of the CONTRACT has been sub-let by the SELLER with the consent in writing of the CONSULTANT/PURCHASER and will include the legal representatives, successors, and permitted assigns of such person.

1.21 START-UP shall mean the time period required to bring

the equipments covered under the Contract from an inactive condition, when construction is essentially complete to the state of readiness for trial operation. The start-up period shall include preliminary inspection and check out of equipment and supporting subsystems, initial operation of the complete equipments covered under the Contract to obtain necessary pre-trial operation data, perform calibration and corrective action, shutdown inspection and adjustment prior to the trial operation period.

1.22 TESTS shall mean such process or processes to be

carried out by the Seller as are prescribed in the Contract or considered necessary by PURCHASER or his representative in order to ascertain quality, workmanship, performance and efficiency of equipment or part thereof.

1.23 TESTS ON COMPLETION shall mean such tests as

prescribed in the Contract to be performed by the Seller before the Works are taken over by the PURCHASER.

2. Seller To Inform

2.1 The Seller shall be deemed to have carefully examined all contract documents to his entire satisfaction. Any lack of information shall not in any way relieve the Seller of his responsibility to fulfill his obligation under the Contract.

3. Application 3.1 These General Conditions of Contract (GCC-Goods)

shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

4. Country of Origin 4.1 For purposes of this Clause “origin” means the place

where the Goods were mined, grown or produced, or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components.

5. Scope of Contract 5.1 Scope of the CONTRACT shall be as defined in the PURCHASE ORDER/CONTRACT specifications, drawings and Annexure thereto.

5.2 Completeness of the EQUIPMENT shall be the

responsibility of the SELLER. Any equipment, fittings and accessories which may not be specifically

Rev.0: May’04 3

Page 234 of 286

Page 235: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

mentioned in the specifications or drawings, but which are usual or necessary for the satisfactory functioning of the equipment (successful operation and functioning of the EQUIPMENT being SELLER’s responsibility) shall be provided by SELLER without any extra cost.

5.3 The SELLER shall follow the best modern practices in

the manufacture of high grade EQUIPMENT notwithstanding any omission in the specifications. The true intent and meaning of these documents is that SELLER shall in all respects, design, engineer, manufacture and supply the equipment in a thorough workmanlike manner and supply the same in prescribed time to the entire satisfaction of PURCHASER.

5.4 The SELLER shall furnish twelve (12) copies in English

language of Technical documents, final drawings, preservation instructions, operation and maintenance manuals, test certificates, spare parts catalogues for all equipments to the PURCHASER.

5.5 The documents once submitted by the SELLER shall be

firm and final and not subject to subsequent changes. The SELLER shall be responsible for any loss to the PURCHASER/CONSULTANT consequent to furnishing of incorrect data/drawings.

5.6 All dimensions and weight should be in metric system. 5.7 All equipment to be supplied and work to be carried out

under the CONTRACT shall conform to and comply with the provisions of relevant regulations/Acts(State Government or Central Government) as may be applicable to the type of equipment/work carried out and necessary certificates shall be furnished.

5.8 The Seller shall provide cross sectional drawings,

wherever applicable, to identify the spare part numbers and their location. The size of bearings, their make and number shall be furnished.

5.9 Specifications, design and drawings issued to the

SELLER alongwith RFQ and CONTRACT are not sold or given but loaned. These remain property of PURCHASER/CONSULTANT or its assigns and are subject to recall by PURCHASER/CONSULTANT. The SELLER and his employees shall not make use of the drawings, specifications and technical information for any purpose at any time except for manufacture against the CONTRACT and shall not disclose the same to any person, firm or corporate body, without written permission of PURCHASER/CONSULTANT. All such details shall be kept confidential.

5.10 SELLER shall pack, protect, mark and arrange for

despatch of EQUIPMENT as per instructions given in the CONTRACT.

Rev.0: May’04 4

Page 235 of 286

Page 236: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

6. Standards 6.1 The GOODS supplied under the CONTRACT shall

conform to the standards mentioned in the Technical Specifications, or such other standards which ensure equal or higher quality, and when no applicable standard is mentioned, to the authoritative standard appropriate to the GOODS’ country of origin and such standards shall be the latest issued by the concerned institution.

7. Instructions,

Direction & Correspondence

7.1 The materials described in the CONTRACT are to be supplied according to the standards, data sheets, tables, specifications and drawings attached thereto and/or enclosed with the CONTRACT, itself and according to all conditions, both general and specific enclosed with the contract, unless any or all of them have been modified or cancelled in writing as a whole or in part. a. All instructions and orders to SELLER shall,

excepting what is herein provided, be given by PURCHASER/CONSULTANT.

b. All the work shall be carried out under the direction of and to the satisfaction of PURCHASER/CONSULTANT.

c. All communications including technical/commercial clarifications and/or comments shall be addressed to CONSULTANT in quintuplicate with a copy to PURCHASER and shall always bear reference to the CONTRACT.

d. Invoices for payment against CONTRACT shall be addressed to PURCHASER.

e. The CONTRACT number shall be shown on all invoices, communications, packing lists, containers and bills of lading, etc.

8. Contract Obligations 8.1 If after award of the contract, the Seller does not

acknowledge the receipt of award or fails to furnish the performance guarantee within the prescribed time limit, the PURCHASER reserves the right to cancel the contract and apply all remedies available to him under the terms and conditions of this contract.

8.2 Once a contract is confirmed and signed, the terms and conditions contained therein shall take precedence over the Seller’s bid and all previous correspondence.

9. Modification In Contract 9.1 All modifications leading to changes in the CONTRACT

with respect to technical and/or commercial aspects including terms of delivery, shall be considered valid only when accepted in writing by PURCHASER/CONSULTANT by issuing amendment to the CONTRACT. Issuance of acceptance or otherwise in such cases shall not be any ground for extension of agreed delivery date and also shall not affect the performance of contract in any manner except to the extent mutually agreed through a modification of contract.

9.2 PURCHASER/CONSULTANT shall not be bound by any printed conditions or provisions in the SELLER’s Bid Forms or acknowledgment of CONTRACT, invoices, packing list and other documents which purport to

Rev.0: May’04 5

Page 236 of 286

Page 237: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

impose any conditions at variance with or supplemental to CONTRACT.

10. Use of Contract

Documents & Information

10.1 The Seller shall not, without the PURCHASER’s/ CONSULTANT’s prior written consent, disclose the CONTRACT or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the PURCHASER in connection therewith, to any person other than a person employed by the SELLER in the performance of the CONTRACT. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purpose of such performance.

10.1 The SELLER shall not, without the PURCHASER’s prior

written consent, make use of any document or information enumerated in Article 10.1. except for purpose of performing the CONTRACT.

11. Patent Rights,

Liability & Compliance of Regulations

11.1 SELLER hereby warrants that the use or sale of the materials delivered hereunder will not infringe claims of any patent covering such material and SELLER agrees to be responsible for and to defend at his sole expense all suits and proceedings against PURCHASER based on any such alleged patent infringement and to pay all costs, expenses and damages which PURCHASER and/or CONSULTANT may have to pay or incur by reason of any such suit or proceedings.

11.2 The SELLER shall indemnify the PURCHASER against

all third party claims of infringement of patent, trade mark or industrial design rights arising from use of the GOODS or any part thereof in the PURCHASER’s country.

11.3 SELLER shall also protect and fully indemnify the

PURCHASER from any claims from SELLER’S workmen/employees or their heirs, dependants, representatives, etc. or from any other person/persons or bodies/companies etc. for any acts of commissions or omission while executing the CONTRACT.

11.4 SELLER shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely the PURCHASER from any claims/penalties arising out of any infringements.

12. Performance

Guarantee 12.1 Within 15 days after the SELLER’s receipt of notification

of award of the CONTRACT, the SELLER shall furnish Performance Guarantee in the form of Bank Guarantee/irrevocable Letter of Credit to the PURCHASER, in the form provided in the Bidding Documents, for an amount equivalent to 10% of the total value of the CONTRACT.

12.2 The proceeds of Performance Guarantee shall be

appropriated by the PURCHASER as compensation for any loss resulting from the SELLER’s failure to complete his obligations under the CONTRACT without

Rev.0: May’04 6

Page 237 of 286

Page 238: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

prejudice to any of the rights or remedies the PURCHASER may be entitled to as per terms and conditions of CONTRACT. The proceeds of this Performance Guarantee shall also govern the successful performance of Goods and Services during the entire period of Contractual Warrantee/Guarantee.

12.3 The performance guarantee shall be denominated in

the currency of the CONTRACT. 12.4 The Performance Guarantee shall be valid for the

duration of 90 days beyond the expiry of Warrantee/Guarantee period. The Bank Guarantee will be discharged by PURCHASER not later than 6 months from the date of expiration of the Seller’s entire obligations, including any warrantee obligations, under the CONTRACT.

13. Inspection,

Testing & Expediting 13.1 The PURCHASER or its representative shall have the

right to inspect and/or to test the GOODS to confirm their conformity to the CONTRACT specifications. The special conditions of CONTRACT and/or the Technical Specifications shall specify what inspections and tests the PURCHASER requires and where they are to be conducted. The PURCHASER shall notify the SELLER in writing the identity of any representative(s) retained for these purposes.

13.2 The inspections and tests may be conducted on the

premises of the SELLER or his sub-contractor(s), at point of DELIVERY and/or at the GOODS’ final destination, When conducted on the premises of the SELLER or his sub-contractor (s), all reasonable facilities and assistance including access to the drawings and production data shall be furnished to the inspectors at no charge to the PURCHASER.

13.3 Should any inspected or tested GOODS fail to conform

to the specifications, the PURCHASER may reject them and the SELLER shall either replace the rejected GOODS or make all alterations necessary to meet Specifications’ requirements, free of cost to the PURCHASER.

13.4 The PURCHASER’s right to inspect, test and where

necessary reject the GOODS after the GOODS’ arrival in the PURCHASER’s country shall in no way be limited or waived by reason of the GOODS having previously been inspected, tested and passed by the PURCHASER, or their representative prior to the GOODS shipment from the country of origin.

13.5 The INSPECTOR shall follow the progress of the

manufacture of the GOODS under the CONTRACT to ensure that the requirements outlined in the CONTRACT are not being deviated with respect to schedule and quality.

Rev.0: May’04 7

Page 238 of 286

Page 239: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

13.6 SELLER shall allow the INSPECTOR to visit, during working hours, the workshops relevant for execution of the CONTRACT during the entire period of CONTRACT validity.

13.7 In order to enable PURCHASER’s representatives to

obtain entry visas in time, SELLER shall notify PURCHASER two months before assembly, testing and packing of main EQUIPMENT. If requested, SELLER shall assist PURCHASER’s representatives in getting visas in the shortest possible time (applicable only in case of foreign order).

13.8 SELLER shall place at the disposal of the INSPECTOR,

free of charge, all tools, instruments, and other apparatus necessary for the inspection and/or testing of the GOODS. The INSPECTOR is entitled to prohibit the use and dispatch of GOODS and/or materials which have failed to comply with the characteristics required for the GOODS during tests and inspections.

13.9 SELLER shall advise in writing of any delay in the

inspection program at the earliest, describing in detail the reasons for delay and the proposed corrective action.

13.10 ALL TESTS and trials in general, including those to be

carried out for materials not manufactured by SELLER shall be witnessed by the INSPECTOR. Therefore, SELLER shall confirm to PURCHASER by fax or e-mail about the exact date of inspection with at least 30 days notice. SELLER shall specify the GOODS and quantities ready for testing and indicate whether a preliminary or final test is to be carried out.

13.11 If on receipt of this notice, PURCHASER should waive

the right to witness the test, timely information will be given accordingly.

13.12 Any and all expenses incurred in connection with tests,

preparation of reports and analysis made by qualified laboratories, necessary technical documents, testing documents and drawings shall be at SELLER’s cost. The technical documents shall include the reference and numbers of the standards used in the construction and, wherever deemed practical by the INSPECTOR, copy of such standards.

13.13 Nothing in Article-13 shall in any way release the

SELLER from any warrantee or other obligations under this CONTRACT.

13.14 Arrangements for all inspections required by Indian

Statutory Authorities and as specified in technical specifications shall be made by SELLER.

13.15 Inspection & Rejection of Materials by consignees

When materials are rejected by the consignee, the supplier shall be intimated with the details of such

Rev.0: May’04 8

Page 239 of 286

Page 240: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

rejected materials, as well as the reasons for their rejection, also giving location where such materials are lying at the risk and cost of the contractor/supplier. The supplier will be called upon either to remove the materials or to give instructions as to their disposal within 14 days and in the case of dangerous, infected and perishable materials within 48 hours, failing which the consignee will either return the materials to the contractor freight to pay or otherwise dispose them off at the contractor’s risk and cost. The PURCHASER shall also be entitled to recover handling and storage charges for the period, during which the rejected materials are not removed @ 5% of the value of materials for each month or part of a month till the rejected materials are finally disposed off.

14. Time Schedule &

Progress Reporting 14.1 Time Schedule Network/Bar Chart 14.1.1 Together with the Contract confirmation, SELLER shall

submit to PURCHASER, his time schedule regarding the documentation, manufacture, testing, supply, erection and commissioning of the GOODS.

14.1.2 The time schedule will be in the form of a network or a

bar chart clearly indicating all main or key events regarding documentation, supply of raw materials, manufacturing, testing, delivery, erection and commissioning.

14.1.3 The original issue and subsequent revisions of

SELLER’s time schedule shall be sent to PURCHASER.

14.1.4 The time schedule network/bar chart shall be updated

at least every second month. 14.2 Progress Trend Chart/Monthly Report 14.2.1 SELLER shall report monthly to PURCHASER, on the

progress of the execution of CONTRACT and achievement of targets set out in time bar chart.

14.2.2 The progress will be expressed in percentages as

shown in the progress trend chart attached to the Time Schedule specification.

14.2.3 The first issue of the Progress Trend Chart will be

forwarded together with the time bar chart alongwith CONTRACT confirmation.

14.3.1 PURCHASER’s/CONSULTANT’s representatives shall

have the right to inspect SELLER’s premises with a view to evaluating the actual progress of work on the basis of SELLER’s time schedule documentation.

14.3.2 Irrespective of such inspection, SELLER shall advise

CONSULTANT, with copy to PURCHASER, at the earliest possible date of any anticipated delay in the progress.

Rev.0: May’04 9

Page 240 of 286

Page 241: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

14.4 Notwithstanding the above, in case progress on the execution of contract at various stages is not as per phased time schedule and is not satisfactory in the opinion of the PURCHASER/CONSULTANT which shall be conclusive or SELLER shall neglect to execute the CONTRACT with due diligence and expedition or shall contravene the provisions of the CONTRACT, PURCHASER/CONSULTANT may give notice of the same in writing to the SELLER calling upon him to make good the failure, neglect or contravention complained of. Should SELLER fail to comply with such notice within the period considered reasonable by PURCHASER/CONSULTANT, the PURCHASER/ CONSULTANT shall have the option and be at liberty to take the CONTRACT wholly or in part out of the SELLER’s hand and make alternative arrangements to obtain the requirements and completion of CONTRACT at the SELLER’s risk and cost and recover from the SELLER, all extra cost incurred by the PURCHASER on this account. In such event PURCHASER/ CONSULTANT shall not be responsible for any loss that the SELLER may incur and SELLER shall not be entitled to any gain. PURCHASER/CONSULTANT shall, in addition, have the right to encash Performance Guarantee in full or part.

15. Delivery &

Documents 15.1 Delivery of the GOODS shall be made by the SELLER

in accordance with terms specified in the CONTRACT, and the goods shall remain at the risk of the SELLER until delivery has been completed.

15.2 Delivery shall be deemed to have been made :

a) In the case of FOB, CFR & CIF Contracts, when the Goods have been put on board the ship, at the specified port of loading and a clean Bill of Lading is obtained. The date of Bill of Lading shall be considered as the delivery date.

b) In case of FOT despatch point contract (For Indian

bidder), on evidence that the goods have been loaded on the carrier and a negotiable copy of the GOODS receipt obtained. The date of LR/GR shall be considered as the date of delivery.

c) In case of FOT site (for Indian bidders) on receipt

of goods by PURCHASER/Consultant at the designated site(s).

15.3 The delivery terms are binding and essential and

consequently, no delay is allowed without the written approval of PURCHASER/CONSULTANT. Any request concerning delay will be void unless accepted by PURCHASER/CONSULTANT through a modification to the CONTRACT.

15.4 Delivery time shall include time for submission of

drawings for approval, incorporation of comments, if any, and final approval of drawings by PURCHASER/

Rev.0: May’04 10

Page 241 of 286

Page 242: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

CONSULTANT. 15.5 In the event of delay in delivery, Price Reduction

Schedule as stipulated in Article – 26 shall apply. 15.6 The documentation, in English Language, shall be

delivered in due time, in proper form and in the required number of copies as specified in the contract.

15.7 The additional copies of final drawings and instructions

will be included in the package of goods, properly enveloped and protected.

15.8 The SELLER should comply with the Packing, Marking

and Shipping Documentation Specifications enclosed.

16. Transit Risk Insurance

16.1 All goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery.

16.2 Where delivery is on FOB or CFR basis, marine

insurance shall be the responsibility of the Purchaser. Insurance Requirements : Indigenous Bidders : Transit risk insurance from

F.O.T. despatch point onwards shall be arranged and borne by GAIL.

Foreign Bidders : Marine insurance as well as

transit insurance in Purchaser’s country shall be arranged and borne by GAIL.

The SELLER shall ensure that in effecting despatch of materials, the primary responsibility of the carriers for safe movement is always retained so that the PURCHASER’s interests are fully safeguarded and are in no way jeopardised. The Seller shall furnish the cost of materials against each equipment.

16.2 PURCHASER’s Insurance Agent :

[The name and address-as mentioned under SCC]

17. Transportation 17.1 Where the SELLER is required under the CONTRACT to deliver the GOODS FOB, transport of the GOODS until delivery, that is, upto and including the point of putting the GOODS on board the export conveyance at the specified port of loading, shall be arranged and paid for by the SELLER and the cost thereof shall be included in the Contract price.

17.2 Where the SELLER is required under the CONTRACT

to deliver the GOODS CFR or CIF, transport of the Goods to the port of discharge or such other point in the country of destination as shall be specified in the CONTRACT shall be arranged and paid for by the

Rev.0: May’04 11

Page 242 of 286

Page 243: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

SELLER and the cost thereof shall be included in the Contract price.

18. Incidental

Services 18.1 The Seller may be required to provide any or all of the

following services:

18.1.1 Performance or supervision of onsite assembly and/or start-up of the supplied Goods:

18.1.2 Furnishing tools required for assembly and/or maintenance of the supplied Goods:

18.1.3 Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Seller of any warrantee/guarantee obligations under the Contract.

18.1.4 Training of the Purchaser’s personnel at the Seller’s plant and/or at Site, in assembly, start-up operation, maintenance and/or repair of the supplied Goods at no extra cost. However, Purchaser will bear boarding, lodging & personal expenses of Trainees.

18.2 Prices charged by the Seller for the preceding incidental services, shall not exceed the prevailing rates charged to other parties by the Seller for similar services.

18.3 When required, Seller shall depute necessary personnel for supervision and/or erection of the Equipment at site for duration to be specified by Purchaser on mutually agreed terms. Seller’s personnel shall be available at Site within seven days for emergency action and twenty-one days for medium and long-term assistance, from the date of notice given by Purchaser.

18.4 The cost of incidental services shall not be included in the quoted prices. The cost of applicable incidental services should be shown separately in the price schedules.

19. Spare Parts,

Maintenance Tools, Lubricants

19.1 Seller may be required to provide any or all of the following materials and notification pertaining to spare parts manufactured or distributed by the Seller.

19.1.1 Such spare parts as the Purchaser may opt to purchase from the Seller, provided that his option shall not relieve the Seller of any warrantee obligations under the Contract, and

19.1.2 In the event of termination of production of the spare parts:

i) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure needed requirements, and

ii) Following such termination, furnishing at no cost to

the Purchaser, the blue prints, drawings and specifications of the spare parts, if any when requested.

19.2 Seller shall supply item wise list with value of each item

of spare parts and maintenance tools requirements,

Rev.0: May’04 12

Page 243 of 286

Page 244: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

along with full details of manufacturers/vendors for such spares/maintenance tools for :

19.2.1 The construction, execution and commissioning.

19.2.2 Two years operation and maintenance.

19.3 Spare parts shall be new and of first class quality as per engineering standards/ codes, free of any defects (even concealed), deficiency in design, materials and workmanship and also shall be completely interchangeable with the corresponding parts.

19.4 Type and sizes of bearings shall be clearly indicated.

19.5 Spare parts shall be packed for long storage under tropical climatic conditions in suitable cases, clearly marked as to intended purpose.

19.6 A list of special tools and gauges required for normal maintenance and special handling and lifting appliances, if any, for the Goods shall be submitted to Purchaser.

19.7 Bidders should note that if they do not comply with Clause 19.2 above, their quotation may be rejected.

19.8 Lubricants

19.8.1 Whenever lubricants are required, Seller shall indicate the quantity of lubricants required for the first filling, the frequency of changing, the quantity of lubricants required for the one year’s continuous operation and the types of recommended lubricants indicating the commercial name (trade-mark), quality and grade.

19.8.2 If Seller is unable to recommend specific oil, basic recommended characteristics of the lubricants shall be given.

19.8.3 Seller shall indicate various equivalent lubricants

available in India.

20. Guarantee 20.1 All Goods or Materials shall be supplied strictly in accordance with the specifications, drawings, data sheets, other attachments and conditions stated in the Contract.

No deviation from such specifications or alterations or of these conditions shall be made without PURCHASER’S /CONSULTANT’S agreement in writing which must be obtained before any work against the order is commenced. All materials supplied by the SELLER pursuant to the Contract (irrespective of whether engineering, design data or other information has been furnished, reviewed or approved by PURCHASER/CONSULTANT) are guaranteed to be of the best quality of their respective kinds (unless otherwise specifically authorised in writing by PURCHASER/CONSULTANT) and shall be free from faulty design, workmanship and materials, and to be of sufficient size and capacity and of proper materials so as to fulfil in all respects all operating conditions, if any, specified in the Contract.

Rev.0: May’04 13

Page 244 of 286

Page 245: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

If any trouble or defect, originating with the design, material, workmanship or operating characteristics of any materials, arises at any time prior to twelve(12) months from the date of the first commercial operation of the Plant for which the materials supplied under the Contract form a part thereof, or twenty four (24) months from the date of last shipment whichever period shall first expire, and the SELLER is notified thereof, SELLER shall, at his own expense and as promptly as possible, make such alterations, repairs and replacements as may necessary to permit the materials to function in accordance with the specifications and to fulfil the foregoing guarantees. PURCHASER/CONSULTANT may, at his option, remove such defective materials, at SELLER’S expense in which event SELLER shall, without cost to PURCHASER/CONSULTANT and as promptly as possible, furnish and install proper materials. Repaired or replaced materials shall be similarly guaranteed by the SELLER for a period of no less than twelve (12) months from the date of replacement/repair. In the event that the materials supplied do not meet the specifications and/or not in accordance with the drawings data sheets or the terms of the Contract and rectification is required at site, PURCHASER/ CONSULTANT shall notify the SELLER giving full details of differences. The SELLER shall attend the site within seven (7) days of receipt of such notice to meet and agree with representatives of PURCHASER/ CONSULTANT, the action required to correct the deficiency. Should the SELLER fail to attend meeting at Site within the time specified above, PURCHASER/ CONSULTANT shall immediately rectify the work/ materials and SELLER shall reimburse PURCHASER all costs and expenses incurred in connection with such trouble or defect.

20.2 PERFORMANCE GUARANTEE OF EQUIPMENT 20.2.1 SELLER shall guarantee that the performance of the

EQUIPMENT supplied under the CONTRACT shall be strictly in conformity with the specifications and shall perform the duties specified under the CONTRACT.

20.2.2 If the SELLER fails to prove the guaranteed

performance of the EQUIPMENT set forth in the specification, the SELLER shall investigate the causes and carry out necessary rectifications/modifications to achieve the guaranteed performance. In case the SELLER fails to do so within a reasonable period, the SELLER shall replace the EQUIPMENT and prove guaranteed performance of the new equipment without any extra cost to PURCHASER.

20.2.3 If the SELLER fails to prove the guarantee within a

reasonable period, PURCHASER/CONSULTANT shall

Rev.0: May’04 14

Page 245 of 286

Page 246: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

have the option to take over the EQUIPMENT and rectify, if possible, the EQUIPMENT to fulfil the guarantees and/or to make necessary additions to make up the deficiency at Seller’s risk and cost. All expenditure incurred by the PURCHASER/ CONSULTANT in this regard shall be to SELLER’s account.

21. Terms of Payment

21.1 The method of payment to be made to the SELLER under this CONTRACT shall be specified in the Special Conditions of Contract.

21.2 The type(s) of payment to be made to the SELLER

under this CONTRACT shall be specified in the Special Conditions of Contract.

21.3 The SELLER’s request(s) for payment shall be made to

the PURCHASER in writing accompanied by an invoice describing, as appropriate, the Goods delivered and services performed, and by shipping documents submitted, and upon fulfillment of other obligations stipulated in the Contract.

21.5 Payment will be made in the currency or currencies in

which the Contract Price has been stated in the SELLER’s bid, as well as in other currencies in which the SELLER had indicated in his bid that he intends to incur expenditure in the performance of the Contract and wishes to be paid. If the requirements are stated as a percentage of the bid price along with exchange rates used in such calculations these exchange rates shall be maintained.

General Notes:

i) All foreign currency payments to foreign bidder

shall be released through an irrevocable Letter of Credit, which shall be opened through Government of India Nationalised Bank and hence shall not be confirmed. In case any bidder insists on confirmation, charges towards confirmation shall be borne by him. L/C shall be established within 30 days after receipt of unconditional acceptance of Letter/Fax of Intent together with Performance Guarantee for 10% of total order/Contract value.

ii) For dispatches on FOT dispatch point (in India)

basis, the payment shall be through PURCHASER’s bank. Payment through Bank, wherever applicable, shall be released as per normal banking procedures.

iii) Payment shall be released within 30 days after

receipt of relevant documents complete in all respects.

iv) All bank charges incurred in connection with

payments shall be to Seller’s account in case of

Rev.0: May’04 15

Page 246 of 286

Page 247: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

Indian bidders and to respective accounts in case of Foreign bidder.

v) Unless otherwise specifically stated in bid

document, all payments shall be made in the currency quoted.

vi) No interest charges for delay in payments, if any,

shall be payable by PURCHASER.

vii) In case of Indian bidder, variation, if any, on account of customs duty on their built-in- import content, as per terms of bid document, shall be claimed separately by bidder after receipt of goods at site (s). However, any price benefits to the PURCHASER, on account of such variation as per terms specified in the bid document, shall be passed on to the PURCHASER along with invoicing itself.

viii) Agency commission, if any, to Indian agent for

Foreign bidders, indicated in prices, shall be paid to the agent in equivalent Indian Rupees on receipt and acceptance of material at site.

22. Prices 22.1 Prices charged by the SELLER for Goods delivered and

services performed under the CONTRACT shall not, with the exception of any price adjustments authorized by the Contract vary from the prices quoted by the SELLER in his bid.

23. Subletting &

Assignment 23.1 The contractor shall not without previous consent in

writing of the PURCHASER authority, sublet, transfer or assign the contract or any part thereof or interest therein or benefit or advantage thereof in any manner whatsoever. Provided, nevertheless, that any such consent shall not relieve the contractor from any obligation, duty or responsibility under the contract.

24. Time As

Essence of Contract

24.1 The time and date of delivery/completion of the GOODS/SERVICES as stipulated in the Contract shall be deemed to be the essence of the Contract.

25. Delays In

The Seller’s Performance

25.1 If the specified delivery schedule is not adhered to or the progress of manufacture or supply of the items is not satisfactory or is not in accordance with the progress schedule the PURCHASER has the right to:

i) hire for period of delay from elsewhere goods

which in PURCHASER’s opinion will meet the same purpose as the goods which are delayed and SELLER shall be liable without limitation for the hire charges; or

ii) cancel the CONTRACT in whole or in part without

liability for cancellation charges. In that event, PURCHASER may procure from elsewhere goods which PURCHASER’s opinion would meet the same purpose as the goods for which CONTRACT

Rev.0: May’04 16

Page 247 of 286

Page 248: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

is cancelled and SELLER shall be liable without limitations for the difference between the cost of such substitution and the price set forth in the CONTRACT for the goods involved; or

iii) hire the substitute goods vide (I) above and if the

ordered goods continue to remain undelivered thereafter, cancel the order in part or in full vide (ii) above.

25.1 Any unexcusable delay by the SELLER or his sub-

contractor shall render the SELLER liable, without prejudice to any other terms of the Contract, to any or all of the following sanctions: forfeiture of Contract performance guarantee, imposition of price reduction for delay in delivery and termination of the contract for default.

26. Price Reduction

Schedule For Delayed Delivery

26.1 Subject to Article -29, if the SELLER fails to deliver any or all of the GOODS or performance the services within the time period (s) specified in the CONTRACT, the PURCHASER shall, without prejudice to his other remedies under the CONTRACT, deduct from the CONTRACT PRICE, a sum calculated on the basis of the CONTRACT PRICE, including subsequent modifications.

26.1.1 Deductions shall apply as per following formula:

In case of delay in delivery of equipment/materials or delay in completion, total contract price shall be reduced by ½ % (half percent) of the total contract price per complete week of delay or part thereof subject to a maximum of 5% (five percent) of the total contract price.

26.2 In case of delay in delivery on the part of Seller, the invoice/document value shall be reduced proportionately for the delay and payment shall be released accordingly.

26.3 In the event the invoice value is not reduced

proportionately for the delay, the PURCHASER may deduct the amount so payable by SELLER, from any amount falling due to the SELLER or by recovery against the Performance Guarantee. Both seller and PURCHASER agree that the above percentages of price reduction are genuine pre estimates of the loss/damage which the PURCHASER would have suffered on account of delay/breach on the part of the SELLER and the said amount will be payable on demand without there being any proof of the actual loss/or damage caused by such breach/delay. A decision of the PURCHASER in the matter of applicability of price reduction shall be final and binding.

27. Rejections, Removal of

Rejected Equipment & Replacement

27.1 Preliminary inspection at SELLER’s works by INSPECTOR shall not prejudice PURCHASER’s/ CONSULTANT’s claim for rejection of the EQUIPMENT on final inspection at SITE or claims under warranty provisions.

Rev.0: May’04 17

Page 248 of 286

Page 249: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

27.2 If the EQUIPMENTS are not of specification or fail to perform specified duties or are otherwise not satisfactory the PURCHASER/CONSULTANT shall be entitled to reject the EQUIPMENT/MATERIAL or part thereof and ask free replacement within reasonable time failing which obtain his requirements from elsewhere at SELLER’s cost and risk.

27.3 Nothing in this clause shall be deemed to deprive the

PURCHASER AND/OR AFFECT ANY rights under the Contract which it may otherwise have in respect of such defects or deficiencies or in any way relieve the SELLER of his obligations under the Contract.

27.4 EQUIPMENT rejected by the PURCHASER/

CONSULTANT shall be removed by the Seller at his cost within 14 days of notice after repaying the amounts received against the SUPPLY. The PURCHASER shall in no way be responsible for any deterioration or damage to the EQUIPMENT under any circumstances whatsoever.

27.5 In case of rejection of EQUIPMENT, PURCHASER shall

have the right to recover the amounts, if any, from any of CONTRACTOR’S invoices pending with PURCHASER or by alternative method(s).

28. Termination of Contract 28.1 Termination for Default

28.1.1 The PURCHASER may, without prejudice to any other

remedy for breach of CONTRACT, by written notice of default sent to the SELLER, terminate the CONTRACT in whole or in part:

A) If the SELLER fails to deliver any or all of the

GOODS within the time period(s) specified in the CONTRACT; or

B) If the SELLER fails to perform any other

obligation(s) under the CONTRACT, and C) If the SELLER, in either of the above

circumstances, does not cure his failure within a period of 30 days (or such longer period as the PURCHASER may authorize in writing) after receipt of the default notice from the PURCHASER.

28.1.2 In the event the PURCHASER terminates the

CONTRACT in whole or in part, pursuant to Article 28.1.1, the PURCHASER may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the SELLER shall be liable to the PURCHASER for any excess costs for such similar GOODS. However, the SELLER shall continue performance of the CONTRACT to the extent not terminated.

Rev.0: May’04 18

Page 249 of 286

Page 250: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

28.1.3 In case of termination of CONTRACT herein set forth (under clause 28) except under conditions of Force Majeure and termination after expiry of contract, the VENDOR shall be put under holiday [i.e. neither any enquiry will be issued to the party by GAIL (India) Ltd. Against any type of tender nor their offer will be considered by GAIL against any ongoing tender (s) where contract between GAIL and that particular VENDOR (as a bidder) has not been finalized] for three years from the date of termination by GAIL (India) Ltd. to such VENDOR.

28.2 Termination for Insolvency 28.2.1 The PURCHASER, may at any time, terminate the

CONTRACT by giving written notice to the SELLER, without compensation to the SELLER, if the SELLER becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the PURCHASER.

28.3 Termination for Convenience 28.3.1 The PURCHASER may, by written notice sent to the

SELLER, terminate the CONTRACT, in whole or part, at any time for his convenience. The notice of termination shall specify that termination is for the PURCHASER’s convenience, the extent to which performance of work under the CONTRACT is terminated and the date upon which such termination becomes effective.

28.3.2 The GOODS that are complete and ready for shipment

within 30 days after the SELLER’s receipt of notice of termination shall be purchased by the PURCHASER at the CONTRACT terms and prices. For the remaining GOODS, the PURCHASER may opt:

a) to have any portion completed and delivered at the

CONTRACT terms and prices, and /or b) to cancel the remainder and pay to the SELLER an

agreed amount for partially completed GOODS and for materials and parts previously procured by the SELLER.

29. Force Majeure 29.1 Shall mean and be limited to the following:

a) War/hostilities b) Riot or Civil commotion c) Earthquake, flood, tempest, lightening or other

natural physical disaster. d) Restrictions imposed by the Government or other

Statutory bodies which prevents or delays the execution of the Contract by the SELLER.

The SELLER shall advise PURCHASER/ CONSULTANT by a registered letter duly certified by the local Chamber of Commerce or statutory authorities, the beginning and end of the above causes of delay

Rev.0: May’04 19

Page 250 of 286

Page 251: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the event of delay lasting over one month, if arising out of causes of Force Majeure, PURCHASER/CONSULTANT reserves the right to cancel the Contract and the provisions governing termination stated under Article 28.0 shall apply. For delays arising out of Force Majeure, the SELLER shall not claim extension in completion date for a period exceeding the period of delay attributable to the causes of Force Majeure and neither PURCHASER/CONSULTANT nor SELLER shall be liable to pay extra costs provided it is mutually established that Force Majeure Conditions did actually exist. SELLER shall categorically specify the extent of Force Majeure Conditions prevalent in their works at the time of submitting their bid and whether the same have been taken into consideration or not in their quotations. In the event of any force majeure cause, the SELLER or the PURCHASER shall not be liable for delays in performing their obligations under this order and the delivery dates will be extended to the SELLER without being subject to price reduction for delayed deliveries, as stated elsewhere.

30. Resolution of

Disputes/ Arbitration

30.1 The PURCHASER and the SELLER shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract.

30.2 If, after thirty days from the commencement of such

informal negotiations, the PURCHASER and the SELLER have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism as specified hereunder.

30.3 Legal Construction

The Contract shall be, in all respects be construed and operated as an Indian Contract and in accordance with Indian Laws as in force for the time being and is subject to and referred to the Court of Law situated within Union Territory of New Delhi.

30.4 Arbitration

All disputes, controversies, or claims between the parties (except in matters where the decision of the Engineer-in-Charge is deemed to be final and binding) which cannot be mutually resolved within a reasonable time shall be referred to Arbitration by a sole arbitrator. The PURCHASER (GAIL (India) Limited) shall suggest a panel of three independent and distinguished persons to the Seller to select any one among them to act as the sole Arbitrator.

Rev.0: May’04 20

Page 251 of 286

Page 252: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

In the event of failure of the Seller to select the Sole Arbitrator within 30 days from the receipt of the communication suggesting the panel of arbitrators, the right of selection of Sole Arbitrator by the other party shall stand forfeited and the PURCHASER shall have discretion to proceed with the appointment of the Sole Arbitrator. The decision of the PURCHASER on the appointment of Sole Arbitrator shall be final and binding on the parties. The award of the Sole Arbitrator shall be final and binding on the parties and unless directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings shall be shared equally by the parties. The arbitration proceeding shall be in English language and the venue shall be at New Delhi, India. Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996 and the rules framed thereunder shall be applicable. All matters relating to this contract are subject to the exclusive jurisdiction of the Courts situated in the State of Delhi (India). Seller may please note that the Arbitration & Conciliation Act 1996 was enacted by the Indian Parliament and is based on United nations Commission on International Trade Law (UNCITRAL model law), which were prepared after extensive consultation with Arbitral Institutions and centers of International Commercial Arbitration. The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1996. The WORK under the CONTRACT shall, however, continue during the Arbitration proceedings and no payment due or payable to the Seller shall be withheld on account of such proceedings.

31. Governing Language 31.1 The Contract shall be written in English language as

specified by the PURCHASER/CONSULTANT in the Instruction to Bidders. All literature, correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in English language. Printed literature in other language shall only be considered, if it is accompanied by an English translation. For the purposes of interpretation, English translation shall govern and be binding on all parties.

32. Notices 32.1 Any notice given by one party to the other pursuant to

the Contract shall be sent in writing or by telegram or fax, telex/cable confirmed in writing.

32.2 A notice shall be effective when delivered or on the

notice’s effective date, whichever is later.

Rev.0: May’04 21

Page 252 of 286

Page 253: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

33. Taxes & Duties 33.1 A foreign Seller shall be entirely responsible for all

taxes, stamp duties, licence fees, and other such levies imposed outside the PURCHASER’s country.

33.2 A domestic Seller shall be entirely responsible for all

taxes, duties, licence fees etc. incurred until the delivery of the contracted goods to the PURCHASER. However, Sales Tax and Excise duty on finished products shall be reimbursed by PURCHASER.

33.3 Customs duty payable in India for imported goods

ordered by PURCHASER on foreign Seller shall be borne and paid by PURCHASER.

33.4 Any income tax payable in respect of supervisory

services rendered by foreign Seller under the Contract shall be as per the Indian Income Tax Act and shall be borne by SELLER. It is upto the bidder/seller to ascertain the amount of these taxes and to include them in his bid price.

34. Books & Records 34.1 SELLER shall maintain adequate books and records in

connection with Contract and shall make them available for inspection and audit by PURCHASER/ CONSULTANT or their authorized agents or representatives during the terms of Contract until expiry of the performance guarantee. Fixed price (lumpsum or unit price) Contract will not be subject to audit as to cost except for cost reimbursable items, such as escalation and termination claims, transportation and comparable requirements.

35. Permits &

Certificates 35.1 SELLER shall procure, at his expense, all necessary

permits, certificates and licences required by virtue of all applicable laws, regulations, ordinances and other rules in effect at the place where any of the work is to be performed, and SELLER further agrees to hold PURCHASER and/or CONSULTANT harmless from liability or penalty which might be imposed by reason of any asserted or established violation of such laws, regulations, ordinances or other rules. PURCHASER will provide necessary permits for SELLER’s personnel to undertake any work in India in connection with Contract.

36. General

36.1 In the event that terms and conditions stipulated in the General Conditions of Contract should deviate from terms and conditions stipulated in the Contract, the latter shall prevail.

36.2 Losses due to non-compliance of Instructions

Losses or damages occurring to the PURCHASER owing to the SELLER’s failure to adhere to any of the instructions given by the PURCHASER/CONSULTANT in connection with the contract execution shall be recoverable from the SELLER.

Rev.0: May’04 22

Page 253 of 286

Page 254: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

36.3 Recovery of sums due

All costs, damages or expenses which the PURCHASER/CONSULTANT may have paid, for which under the CONTRACT SELLER is liable, may be recovered by the PURCHASER(he is hereby irrevocably authorized to do so) from any money due to or becoming due to the SELLER under this Contract or other Contracts and/or may be recovered by action at law or otherwise. If the same due to the SELLER be not sufficient to recover the recoverable amount, the SELLER shall pay to the PURCHASER, on demand, the balance amount.

36.4 Payments, etc. not to affect rights of the PURCHASER No sum paid on account by the PURCHASER nor any extension of the date for completion granted by the PURCHASER/CONSULTANT shall affect or prejudice the rights of the PURCHASER against the SELLER or relieve the SELLER of his obligation for the due fulfillment of the CONTRACT.

36.4 Cut-off Dates

No claims or correspondence on this Contract shall be entertained by the PURCHASER/Consultant after 90 days after expiry of the performance guarantee (from the date of final extension, if any).

36.6 Paragraph heading

The paragraph heading in these conditions shall not affect the construction thereof.

37. Import License 37.1 No import license is required for the imports covered

under this document.

38. Fall Clause

38.1 The price charged for the materials supplied under the order by the supplier shall in no event exceed the lowest price at which the supplier or his agent/principal/dealer, as the case may be, sells the materials of identical description to any Persons/Organizations including the Purchaser or any Department of the Central Govt. or any Department of a State Govt. or any Statutory Undertaking of the Central or State Govt. as the case may be, during the currency of the order.

38.2 If at any time during the said period, the supplier or his

agent/principal/dealer, as the case may be, reduces the sale price, sells or offers to sell such materials to any persons/organizations� including the Purchaser or any Deptt. Of Central Govt. or State Govt. as the case may be, at a price lower than the price chargeable under the order, he shall forthwith notify such reduction or sale or offer of sale to the Purchase Authority who has issued this order and the price payable under the order for the materials supplied after the date of coming into force of such reduction or sale or offer of sale shall stand

Rev.0: May’04 23

Page 254 of 286

Page 255: A096_5785_1233_ENQ_REV0

General Conditions of Contract (Goods)

correspondingly reduced.

The above stipulation will, however, not apply to: a) Exports by the Contractor/Supplier or b) Sale of goods as original equipment at prices

lower than the prices charged for normal replacement

c) Sale of goods such as drugs which have expiry dates.

38.3 The supplier shall furnish the following certificate to the

concerned Paying Authority along with each bill for payment for supplies made against this order:-

“I/We certify that there has been no reduction in sale price of the items/goods/materials of description identical to those supplied to the GAIL under the order herein and such items/goods/materials have not been offered/sold by me/us to any person/organizations including the Purchaser or any Deptt. of Central Govt. or any Deptt. of State Govt. or any Statutory Undertaking of the Central or State Govt. as the case may be upto the date of bill/during the currency of the order whichever is later, at a price lower than the price charged to the GAIL under the order”.

Such a certificate shall be obtained, except for quantity of items/goods/materials categories under sub-clause (a), (b) & (c) of sub-para 38.2 above, of which details shall be furnished by the supplier.

39. Publicity &

Advertising 39.1 Seller shall not without the written permission of

PURCHASER/CONSULTANT make a reference to PURCHASER/CONSULTANT or any Company affiliated with PURCHASER/CONSULTANT or to the destination or the description of goods or services supplied under the contract in any publication, publicity or advertising media.

40. Repeat Order 40.1 PURCHASER reserves the right, within 6 months of

order to place repeat order upto 50% of the total order value without any change in unit price or other terms and conditions.

41. Limitation of

Liability 41.1 Notwithstanding anything contrary contained herein, the

aggregate total liability of Seller under the Agreement or otherwise shall be limited to 100% of Agreement / Order price. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

Rev.0: May’04 24

Page 255 of 286

Page 256: A096_5785_1233_ENQ_REV0

Pag

e 256 of 286

Page 257: A096_5785_1233_ENQ_REV0

Pag

e 257 of 286

Page 258: A096_5785_1233_ENQ_REV0

Pag

e 258 of 286

Page 259: A096_5785_1233_ENQ_REV0

Pag

e 259 of 286

Page 260: A096_5785_1233_ENQ_REV0

Pag

e 260 of 286

Page 261: A096_5785_1233_ENQ_REV0

Pag

e 261 of 286

Page 262: A096_5785_1233_ENQ_REV0

Pag

e 262 of 286

Page 263: A096_5785_1233_ENQ_REV0

Pag

e 263 of 286

Page 264: A096_5785_1233_ENQ_REV0

Pag

e 264 of 286

Page 265: A096_5785_1233_ENQ_REV0

Pag

e 265 of 286

Page 266: A096_5785_1233_ENQ_REV0

Pag

e 266 of 286

Page 267: A096_5785_1233_ENQ_REV0

Pag

e 267 of 286

Page 268: A096_5785_1233_ENQ_REV0

Pag

e 268 of 286

Page 269: A096_5785_1233_ENQ_REV0

Pag

e 269 of 286

Page 270: A096_5785_1233_ENQ_REV0

Pag

e 270 of 286

Page 271: A096_5785_1233_ENQ_REV0

Pag

e 271 of 286

Page 272: A096_5785_1233_ENQ_REV0

Pag

e 272 of 286

Page 273: A096_5785_1233_ENQ_REV0

Pag

e 273 of 286

Page 274: A096_5785_1233_ENQ_REV0

1 . 0

PROCEDUNS FOR SVALUATION SF FFRTCIRY{Aff{F QTvE N poasJcQNrRAqrCIsF / f sFrsiJ rr4Nt-s

GENERAL

A system for evaluat ion of vendors/contrdctors ant l thr , : i r pc i - forr r i i t r r i . ( : i : -a key process anci important lo sLlppor f ar . i e f fcc l ive purch;1s i f t ! l &contract inq funct ion Ot an or l lan izat ion.

Pelr forrnance of a l l parL ic ip i : t i r ig Venr iors/ Ccnfrac l "ors/ Cor isu l farrLs r l i : { r f ito ber closely monitored to <.:nsuret t irnely ri:r:eipt of sr.l;rg:l ies frcrn ;tVendor, complet ion of ar ' t ass ignment by a Consul lani or corr lp i r leexecut ion of order by a contractcr wi th in schedLr led complet i { ln per icd.I -or t imely execut iorr of pro jects ancl meet i i rg t l re oper ; ; i ion 8arnaintenance ret lu i rernelnt of operat ing ; : lants, i t is ncccsE;rr r1 to nr i :n i iorthe execut ion of 'order or contracts r ight f ronr lhe a,"var- r . l s lagc tocomplet ion stage and take correct ive nreasures in t in :e.

OBJECTIVE "

The object ive of Evaluat ion. of Per f 'or rnance a in is tc recognizc, ar i r idevelop re l iab le Vendors/Contrac lors/Consul tanls so t l ra t t i reyco ns is tent ly meet or exceed expectat ions a nd ' r 'eq u i ret lents.

The purp:ose of th is proceclurc is to pr i t in p lace a systcrr ) to rnoni t i : i -per forntance of Vendors/Contractors lConsul tants associat .ec l wi ih GAiLin Projects and in O&F1 so as to ensure t imely coinplet icn of var iousprojects, t inre ly receipL of sLrppl ies inc luding conrplet iorr of ln ;orxs &serv ices for operat ion and rnaintcnanr:e of opcrat ing ; ; lants arrd r ; r - ra l i tys landards in a l l respects.

METHODALCIGY:

(i) P,qeparalion i:f Peffqrnary;g Rattrut Datals[cq{

Performance Rat ing Data Sheet for each ancl everyVendor/Conlractor or Consul tant for a l l orders/Ccnlracts wi th avalue of Rs. i lakh and above is recomrne r rded to be c i ravrn up.These data sheets ar{ } to be separate ly prr :pare;d fororc lers/contrac ls re latec l to Pro jects and O&M. Forrnal ,Pa ra meters, Prccess, responsi b i l i ty for prepa r"a l ion o l ' - rer fo r l -na nceRat ing i la ta Sheet aTe separate lv nrerr l ioned" .

2 . 0

3 . 0

Page 274 of 286

Page 275: A096_5785_1233_ENQ_REV0

( i i ) Measurement of per formancq

Based on the paramelers rje:finerJ in Data Sireir:t, Pcrfornlanr-et cfconcernecl Vendor, Contrac lor or Consul tani . l . r rould be crrn ipuicr larrc i graded accot 'c j tnqly . The measurernerr t o f t l re per forrnance afthe Party wot t ld be i ts abi l i ty to achieve the nr in i t rL: i r r sc l r ing c i '600lo points in the g iven parameters indiv idr" ia l iy and cc l lect ive iy .Any Party fail ing to sccurt: iess than thc rninirrir-rl Sct,, i-{: ir i any ofthe paranteters shal l not be considered lo remair i in business,r i : : i rG A I L . . '

(iii) IniLiotio-n qf M-e"a,!ure_p;

De pe ncl ing upon the Gracl l r rg of Per forrnar . )cc, corre c l ive rncasurc: ;r ,vould be in i t ia ted by tak ing up the nrat ter wi th concerr iedVendor,/Contractclr,/Consultant. Response af VertdorlContrac.tor/Consultant wr:ulcl bc r:nsirjerer.l bcfrlrc rltzr..rdirtrifur ther course of ac l . ion"

( iv) Implementat ion of Cr : r rect ive Measures:

Based on the response of Vendor/Contractor /Consi t l tant ,concerned Engineer - In - Charge for the ProjecLs anci lor OjC incase of O&M would recommend f i : r cont inuat ion or c l rscont inuat innof such par ty l rom the business of GAIL^ T 'hese recommendat ionswould be submit ted to the Competent Author i ty who woulc l p ; tss areasoned order for put t ing thc par ty on Hol iday/b lack l is t ing" .

(v) Orders/contracts p laced on propi t ia tory l0FM basis for Oi lF l ' r i i l br :evaluated and, i f requi red, correct ive act ion wi l l be taken fori rnprove ment in futurc.

4.4 EXCLUSIONs:

l -he fo l lowing would be excluded f rom the scc lpe of evaluat icn ofperforrna nce of Ve n d o rslCo ntra ctr: rslCo nsu lt;: nts.

( i ) O.c lers/L-ontracts belor ,v the vakte r : f Rs. 1 l_akh.

( i i ) One t ime vendor/ Corr t ractor lConsul tani .

( i i ' ) Orders for I { isc. /Adminis l ra l ive i temslNon stock Non valualec ir t ems .

However, conccrncd Enginecr- I r i ihargel /OlCs lv i l l cont inun to monrtorsuch cases so as to min i i ' i r ize the impact on Pi -o jects lO&l4 p; lanls duc l 'cnon pe r f 'or 'mance of Vendors/ Conlrac lors lConsLr l lants in a l i such case s.

Page 2 of 13

Page 275 of 286

Page 276: A096_5785_1233_ENQ_REV0

5 .0

3 . 1

PRp--C.ESS qF fVALUATION OF " psnronM&Frc"fi oFVENDSR$IEO NTRACTO R5 I CO N SU I=TANIS

FOR PRO]ECTS

(i ) Evaluat ion r : f per forrnancc of Vi ;nr io i -sy Conlrac iors, / Ccnsr i l tanrsin case of pROIfiCTS shiti l be rjr:nc imrnerji;tr,: i ' ; r,rrif f tcomrniss ionlng of any Project .

( i i ) On commiss ion ing o f any P ro jec t , L IC ( l ng l i nee r - i nChargeJ/Project In-charge shal l prepare a Perfqrrn; i r r r_e R.r t inq lData Sheet (Forrnat at Aririexurel-1) fcr all Orr.1r,:rs i,rrir l Cc;ntrai: i:,exc l i rc i ing i cases under para 4.0

( i i i ) Deperrd ing upon t l re Performarrce t i .a t lng, fo l lowing act ior i neeci t *b e i n jt i a ted b y F n g i n r:c r- i n - r:h a rg c/ P roj ilr.t- I n - r: h a rg,,: :

Reply f rom concerned Vendor/Ccntractor , /Ccnsul lant shal l br :examined. In case of sat is factory reply , Per formance l {at ing c iataSheel tri bel ck:seti rri i th a lcttclr to tl ie." r:orrcelrneci for i i .r ipravingperformance in future.

When no reply is received or reasons indicated are unsat is factury,the fo l lowing act ions need to be taken:

,w-irerc P_s {-q r-r.Da {K _c- rc lin s . i :. I' P" Q Q B ll ;

( i ) Recomnrend such defau l t i r rg \J endor/Contractor /Consul tant for put t i r rg on HOLIDAY for ; rper iod of l yc- :ar ' .

( i i ) When h is per forn lance has af fec ied overal l comple l io l ' rschedule c i f the prc ject , recon":nrend such defaul t ingVcndor/ Crntractor /Consul lant for put t lng or)l io l lDt .Y : 'cr ; r pcr icd r i ? l : : yca15,

Page 3 o f l3

( i v )

( v )

(A)

Pclrfr:rrnanceRat ing

VERY GOOD

Seek explar iat ion for Poore rforrnanc:c

Seek e>glanat ion for Fai r per fo i l 'nq{rceLet t r r to lhe conce rncd for inrprov i r ;93per l 'or rnance in future.

No fudhe r

Page 276 of 286

Page 277: A096_5785_1233_ENQ_REV0

(B) Where Performance rating ig l lFAIBll.

Recornrncnd for issuance of lv;:rri ing to sur:h r.icfaL.r!irri<1Vendor/Contrac lor /Consul tant to i rnpi -c ,ve t . i rc i rper formance.

(v i ) I r respect ive of Per farmance rat ing, vrhere Vencior l Contrac. icr , /Consul tant subrni t f i : rgeci docurr ;cnts in rcspei : t c ; f i lx ; : t r i r t lcc,turnover and any othen condi l ion forrn ing t f ie basis f r : r the ; : i -e ,qua I i fy in g/e l i -c ib i l i ty cr i ter icn, su ch Vendor/Cantrac lo r /Co n s i r l iantshould be reconrrrencied for l lL-ACKLlSl lNG.

(vii) On receipt of r-onsoliclaler.i rc-corrrrrrcrid;.tt ians rtf i ::rrqint:r,:r, 1.n-Charge of a Projec l , the Fro ject Manager wi l l cr i r rs l i l r_ : t<, : .1Commit tee of Head of Pro jects, C&P and Finani :e to exanr jne thereconr inendat io | ts forwarded by the Engineer, in charge.

(v i i i ) In case commit lee recon' )mends pr . r i . t ing a par ty on hol ic lay or fcrb lack l is t ing, the Project Manager wi i l put up t i re re ccnrr lenrJat ronof commit tee to the concerned Director thrcugi r Corpci ra ie C.&i)Dept t . a long wi th a draf t show caus€ not j r :e prov id ing a f i r rs i iopportuni ty to defencl h is caEc-.

- [he draf t s f io l ,v caus<: r ro i icr :

shoulc l be vet tec i by l -egal Dept t .

( ix) Af ter obta in ing approval f rom t l re concerned Director , CorporaieC&P department wi l l issue the show cause ncr l ice to the concernecjpa rty.

(x) On receipt of reply in response to s l iow cause not ice, CorporalsC&P Dept t . lv i l l forward lhe same to Project l " lanager w*ho af tertak ing legal opin ion wi l l prepare a proposal for ketetp ing thc par tyon l lo l iday, / for b lack l is t ing and forwarc l the same t r : CorporaLcC&P Dept t . for obta in ing the approval o1 ' lhe conccrned Dircc lor .

(x i ) Af ter obta in ing approval f rorn the concernecJ Director , CorporeteC&P Dept t . wi l l issue a le t tcr to the; :ar ty r : r : r ivcy ing thc dcc: i : i ior ro f pu l t i ng h im on ho l i day f o r t he spcc i f i c pe r i oc l o r b l ack l i s t i r r g I neparuy.

( x i i ) A l i s t o f a l l pa r t i es pu t on ho l i day o i -b lack l i s ted r ^ r i l l' comrTrunicatec i to a l l concerneci and y l i l l a lso be: r la in la i i red

GAIL Int ranet .

(x i i i ) Hclvever, Hol iday restr ict ior ls shal l not appl) , on Vendor: ; fsr-procurei ient r : f spares frorn them on proprietary i :asis.

Page 4 of 13

b ei l l

Page 277 of 286

Page 278: A096_5785_1233_ENQ_REV0

t '

5 . 2 FOR CONSULTANCY ]OB5

Moni tor ing and Evaluat ion of consul tancy jobs wi l l be r :arr ie : rJ r . l i r t in t i re :same way as descr ibed in para 5.1 f ( ) r pro jects exr .cpt tne funct ior is c fPro jec i Manacjer wl l l be per formed by concerned r r r -charges of r rse iDept ts . such as Project Developmerr t , Business Developm*r iL, [ap, i l , ] . ,F i n . rnce , HSE e tc . I he p rov i s i on o f pa ra 5 .1 ( x r i i ) w r i r no l l : e a i : r i i r : " : b r r .fc i r consul tancy jobs"

FO R O p E RATr 0 N,&']y!AiNIE rlANe_F

( i ) Evaluat i r : r i o f per forrnance r : f V i tnrJr : rs l Ci rnt rackrr -s / Con: ; r ; l i ; i r r : :sin casc of Ope rat ior : and Mainte:na{rc{ : shal i Lr r : rJor ic inr r : rc iJ ia i l l , , ,a f ter execut ion of order / conl rac l .

( i i ) Af ter execut ion of order a per f r : rnrance Rat ing Daia s i re et { ' iar rnar .at Annexure-?-) shal i bc prepi l re l r i fo i - a l l or r jurs i ;y 3r ter c&l ar i r ifor a l i Contracts/serv ices by respccr ivc Fngincer-- l r i - fh ; i rgcexc lud ing cases unde r pa ra 4 .0

( i i ' ) Depending upon Performance Rar i i rg , fc l lowing; ac i ;o i - r n i :ec i to bcin i t i ; rLerJ by Si te C&p:

Sl . Nt : PerformanceRatins

Act ion

1 POOR Seek explarr ; t ion f 'or pDerformance

2 FAIR Ser:k explanaf ion for rDe rformancc

3 GOOD Letter to the concernerJimproving per fornrancefutu re.

A VERY GOOD No fur ther act ion

( iv) Reply { ' rorn concerned Vendor/contractor /conEul lanl shal l bcexamined" In case of sat is factory reply , per forrnance Rat in-c; <1atasl r r :e t to be c loserJ wi th a le t tcr to t l re cr , r r r r - r r rncc j fu i i r r rg. r ;1, i , ; r ,1pe,'rforrna ncr: in fu tu re.

When no reply is received oT reasons jncJ icatccJ are unsal is f ,actcrv,the fo l iowing act ions need to be taken:

where Ptl-fBrnatce ratlns is llP-oaR"

P.ccoinrnerrci sLrch de fau i r ! ng Ven io r lput t ing on H0l , l i lAY fc l - aContractor/Consu ltani for

period of 1. ycar.

Page 5 of 13

( v )

(A)

{ 1 1

Page 278 of 286

Page 279: A096_5785_1233_ENQ_REV0

( i i ) When l r is per formance has ser io i - rs ly af fect .ed 1.heopt:ratir:n & rlaintertanr:c of plant, rer:ori.rrlerlrJ sr-tr.;f lt le faul t ing Vendor/ Conlractor /Consr , r l tan i f 'or pr , i i . t in , .1on H0LIDAY for a per iod af ? i3 y*a15.

(fi) $l-here P-e-rf-prm.an-E.e.latins i$ ::fAlJ-{1.

Reconrnrend for issuance of lvarn ing | r r such deiar- r i l ingVendors, /Contractors/Ccnsul tanls tc i r rprcve ihc i rper formance.

(v i ) I r rcspect ive. : o f Pe, ' r formance rat ing, whcre Vcnclor / Coi l t rac, t r : r lConsu l tan t su brnit forged d cci-r i'n e il ts : ;uc f iVendor/Contractor /Consul ta i i t should be reccmmerrder j farBLACKLISI ' iNG.

(v i i ) A quarter ly meet ing of l -JOD (C&P), i {OU { f&A) a i rc i i tOL) c frespect ive departments shal l be held at Si te lc rerr ie ' l ; rndexamine a l l cases requ i r inq pu t t ing the

( v i l i )

vendcrs/contractors/consu l ta nts on ho l iday ror l i na I decis ic n.

On receipt of ' recommenclat iorr af commit icc for pLi t t i r - l i , r a prr lyon Ho l i day o r f o r b l ack l i s t i nq , O IC w i l l pu t up l herecommendat ion of Comni i t tee to t l ie concerned Direr torthrough Corporate C&P Dept t . a long wi lh a draf t .s f row causenot ice provid ing; l f ina l opportuni ty to par ty lo r le fcnd i r is c .ase.The show cause not ice wi l l be lcgal ly ve l |ed.

Af ter obta in ing approvcr l f rom t l rc conce i 'ne d Di iect r - r r ,Corporate C&P department r ry i l i issr . re ' i l re l show r :a i rsc r ro l i r . t : lothe concerned par ly .

On rece ip t o f r ep l y i n r cspo t t se t o s l t o ' r cause no t i cc , f c rp rL ra l cC&P Dept t . wi l l foruvard the same to OiC who af ter fa i<rng legaiop in ion w i l l p repa re a ; : r o ; : r os i : l f o r kecp ing thg pa r l y o i tl " lo l iday/ for b lack l is t ing and forwarc l thc sanrc to Cr: rporate C&PDept t . for obta in ing t l re approrra l of t l re c .J i raui I r ; :C i r i ; r : . tor .

Af ter obta in ing approval f rom the concernerJ [ ) ! rector ,Corporate C&P Dept t . ur i l l issual a l r ' : l tcr to thq: pat ' ty co lvcy i r rqthe dec i s i on o1 'pu t l i ng h i rn on ho l i c i ay f o r l he spec i f ! c pc r i cd o rb lack l is t inq t l re par ty .

A l is t o f a l l par t ies put cn hol id ; . ty r : r h iack i iEt r , r t i l t i l i br :comrnuni i .a ted to a i i LorrLer i lcd and wi l l a lso bt : r r ia int , r i r l r , : 'J a lGAIL In l ranel .

( i x )

( x i )

t * i , l

Page 6 of 13

( x )

Page 279 of 286

Page 280: A096_5785_1233_ENQ_REV0

6 . l "

(x i l i ) Holvever , Hol iday restr ic l ions shal l not appiy r :n Vendors fc i -procurement of spares f rorr thenr on prcpnet i l ry l :as is .

6.0 RTVIEW & RE5IQ_8AfI_Q,N O-T PA-RITES PU, ON TOLIDAY/BL.ACKL ISTT}

Af ter expi ry of Hoi iday per iod, the venclcrs/ccntractorr /ccnsui ta; r l ! ' rnr i ro

have becn put on Holiday cjuc to dr.: lay in r:r:rnJ:leliclri schi':r jr i ir: lr l l i i .:r,:autornatir:ally restoreci to partic;ig:ate in i:usinE::;s wilh GAii..^ i '- lor,vctvr:r,pa r t i es who have been pu t on l l o l i c l ay due to qua l i t y p rcb len rs u ; t l l bcres lored only af ter a rev i€rv by the commit tee ra. r i r i r : i i had r :ar i ierreconrmended the par ty to be put on Hol iday.

6.2. The per ior l o f Ht t l iday wi l l be i . f r r : r t r onel ycar te thr t :e y i t i ' : r 's c i r , ) i lc l ( l l i ) tupon the ser iousness of fa i lure. l t can bc three yea;-s in cx l , rernc c i ;s ' :sand may be one year or ln 'o years dependinq upon the : rature of fa i l , . t r "ei n ne r fo rn rance .

I 'age 7 of 13

Page 280 of 286

Page 281: A096_5785_1233_ENQ_REV0

JT

GAIL (India) t- inr i ted

pf"Rf oRFlA.NQr RATING D.AJ& S.l:t f; E:r( rqR p RoJ EcJs / c0 N q-u LTAFT Cy- 3QS S l

(i) Pnr:jcr:t/ Work Csnter

( i i ) 'Orde

r /Contract No. & Date

( , i i ) Br ief c lescr ipt i0n 0f I temsWorks/Assig nrfinnt

( iv) Order /Contract va lue (Rs.)

(v) Name of Vendor/Contractor /Co ns u l ta nt

Contracted dei ivery/Comp le t i on Schedu le

Actual del ivery/Comp le t i on da le

Remarks ( i f any)

PER|"ORMANCE RAT ING (x1,)No te :(* ) Al local ion of marks would be as per encloser i ins l r i - rc t ions(* t ' ) Per formance rat inq shal l be c lass i f ied as urrder :

( v i )

( v i i )

s t .N o .

f J r n r r o

(MarksRat i ng

l 60 & belor,ar POOR2 o I - , / : FAIRJ 76-90 GOODAq More than 90 yFRY

GOOD

Signa tu re o fauthor ized Signatc l ry

Name :

Des igna t i on :

Page 8 of 13

PerformancePa ra nreter

Del ivery/Complct i< lnPerformance

Qual i t yPerforrra nce

Rei iab i l i l y I To ta lPerlorr lanr:c I

Nlaximum Marks 40 4 0 7f) I f i ntr ' larks Ailocated( * )

Page 281 of 286

Page 282: A096_5785_1233_ENQ_REV0

,

lnstruct ions fof al !ocFt ion of*marks

Marks are lo be al located as under:

1 .1 DELMRY/COIv IPLETIONpERFCIRfqANCF 4SMarks

DeliveuPgriod/ pelay irryVeei($ l4artq{$giopletion Sch"edule

a) Up to 3 months

t " 2

more lhan 16 weeks r r

b) Abovc 3 rnonths Before CDD 4CIDe lay up to 4 yreeks , \ :

., B rveeks "ii)" "10 we eks :-i" 16 weeks ::o" 20 weeks i,{" 24 weeks l0

more than 24 lveeks t. l

Q{JALITY PERFOF{,MAr{CE 4S Marks

lor Nor lnal Cases: No Def€cts/ /No Deviat lorr /Nc fnr iu ic :

i Rcjcct ion/ Del 'ec ls Marks 1.o be a l located onA F ^ - 5 F l h a - i - { ^ . - - - - ^ ^ r - l . l ^p r u r d L d u d ) r 5 t u t d L L C p , . . i l ] r c

quant i ty as compared to tora iquant i ty for nornra l cases

i i When qual i ly Fai lure of severe natr . r refa i l r " r re endanger Moderate naluresystenr in le grat icn - low seve re na ' .u.eand safety of thesystelrn.

i i i N u m b e r o fdev ia t ions

Pagc 9 o f l 3

Before CDD 4fiDclay up to 4 wl:eks r i

" I weeks l i l" "1

0 r,.;eeks ).1"

12 weeks ^j-t ll ( r \ , V C € K S i l

1 . No dev ia i i o r i2 . No. of deviat icns *< 23. Nr :^ of rJevia l ions > 2-

4() rnerks

1C rnai 'ks

0 nrarl. ls5 nrarksi ( l ' . 25 l l a r k :

5 rnarks2 rnarksfi rni:rks

l

Page 282 of 286

Page 283: A096_5785_1233_ENQ_REV0

)

1.3 RELIAf i IL ITY pSRfORMAt{Cf Z# F4arks

l \ . FoR wORKs/ COHTRACTS

(i ) Submiss ion of c i -der f iccepta i tce, 4 r r : * rk : ;agreement , PBG, Drar l ings a i rd otherd0cLr rr'rents lvitfi in tirn<l

Mobi l izat ion af resourc€sCont rac t and in t ime

( i i )

{ i i i ) l . . . ic1r.r id;r t lon of Check-l ist 1rr : in is

( iv) Compliance to statutcrry arrd HS & b:requ irements

as i , ) € r 4 m . : i kc

tll iJ :-l.i 5

J)ar?.s

4

4

ts.

( i )

o r

Re l iab i l i t y o f Es t imates /Des iqn /Drawr n getc. in case of Consultancy jobs

{v ) f ime ly submiss ion o f es t imates anc l 4 n rarksother docurnenLs for Exlra, l iubst l tLrted& AHR i t en rs

F O R S U P P L I E S

Sl tbmiss ior i o l orc ler acceptance, PBG, 5 nra i -ksDraur ings and other docul r rents wi th int i rne.

( i i ) At tending compla ints and requesls 1 'or 5 mai ' i rsaf ter Sales serv ice/ warranty repai rsand /or query ladvice (urpto theevaluat ion pcr iorJ) .

( i i i ) Response to vei r ious corre lpc i i r ier rce l l marksand ccnformance to s tandards l ike i50

( iv) Subrniss ion r : f i l l l rc l r lu i red c locurni : r r ts 5 rn; l ik : ;i i r c l ud ing Tes t Ce r t i f i ca tes a l t he t imeo f supp i y

Page 10 of l3

Page 283 of 286

Page 284: A096_5785_1233_ENQ_REV0

f

.rl

@e-aqeEGAIL ( Ind ia ) L imi ted

qFRTOSMANCE R,qrrr{C pArA gH.rg-r {r-Q-Kq&ry}

( i v )

( v )

( i )

( i i )

( i i i )

Co nsu l ta nt

(v i ) Contracted del ivery lComp le t i on Schedu le

(v i i ) Actual del ivery/Conrplet ion r la te l

l-ocatioir

Orcjcr/Contract lJo. & Date:

Br ief descr ipt ior r of I tenrs\l/orks/Assig n nrent

Orc lcr /Ccntract va luer (Rs. )

Nanre of Vendor/Cantracto/

Performa nceParam*ter

Del iveryFe rfornranci:

Qua l i t yPerfi:rrlanr:e

R e l i a b i l i t y I 1 oI

rc i ' t0 r ina f t ( . ( t IM a x i m u mMarks

40 ?,() 1 0

MarksAl loca ted ( *

,;l-tRemarks ( i f any)

PIRFORMANCF RAl 'rNG ( '*) I I

Note: (x) Al lccal ion of nrarks to be as per enclnser l i i rs l ruc l ions( 'F ' r ) Per fornrance rat i r rg s l ra l l be c lass i f ied as unde r :

5 t .N o .

Ranqe (P la rks ) R a t l n 0

i 6 0 & bellow POOR2 6 r - 7 5 FAlR3 76-94 GOO{)A More than 90 VERY

GOOD

P a g e l l o f 1 3

5 ig ;na tu re o iauthor ized Sic l r ra iory :

N a m e :

De s igna t i on :

Page 284 of 286

Page 285: A096_5785_1233_ENQ_REV0

t..i :

In_stlustions for a!tocatipn-*of ryrarks iFo!- 0&F,l !

Marks are lc be a l located as unde r :

1.1 SFLMRY/COI.NPLHTIOFJpf iRFORMAf{ t f lS 4SMarks

Detivery-Feriod/ Defay in-lUeetqs Wal}:S€p.nlpletion Sqhedule

a) LJp to 3 montlrs Befcre CDI)Dciay up to 4 lvccks

" I wc.eks' ' 10 wt ;e ks" 12 weeks" 16 week: ;

nrore than 1fi we eks

b) Abr:ver 3 rnonths Bcfore CDI)De lay up to 4 weeks

" B r,^tr:eks" 10 l reeks" 16 wecks" 20 vreeks" 24 weeks '

nrore than 24 weeks

4t)' l i

_ : i l

..1 r1l{}i :

t J

4i)

t , ,

a*,l i

l l l

i l

L.2 QUALITY PERTORMAFICE 4o Marks

For Nor;nal Cascs: No t.)efucf.s/No l.)cviai. ion./No fuii,rrr: : 40 tnai-l<:

i Reiection/ Defects Marks to be allocateC orr .1[,r ni;rri<spr0rata basis for acceptablequant i ty as compared to tota lquant i ty for norr ra l c . rse:s

Fai lLrre of seveie nat l l re l l . nark:- I ' iqderale nalate l ; r t r i i rks- low se 'Jere natr t re l .C- . l f i r r ; r rk

i i When qua l i l yf ; : i l u re e r rdange rsystem integrat ionand safely of tfresystem.

i i i N u m b e r o f- r lev iat ions

1 . No dev ia t i cn2^ No. of dc:v iat iorr : ; S3 . No . o f dev ia { . i ons >

2.2

5 nrark:;2 rnarks0 r l a r ' l <s

P a g e l 2 o f 1 3

Page 285 of 286

Page 286: A096_5785_1233_ENQ_REV0

1.3 RELIASILITY FFRFOR.MANCE 2G Marks

A, FOR WORKS/ COhiTRACTS

(i ) Subrniss ion cf order acccf) tancc, 4 r larks;ag reemcn t , PBG, D raw ings and o thc rdocumen ls w i t h i n t ime

{ i i ) Mobi l izat iorr of rcsourcLlsCort t . ract and i r r t ime

i r5; i ) f r f 4 l l ic ; ; { ! -

marks

f n a i k I

( i i i ) L iqu ida t ion o f Check- l i s t po in ts

( iv) Compliarrce t i l statr- l tory and HS & trcquirements

or

4

4

( v )

B .

Rel iabi l i ty of Hst imateslDesignlDrarrv i r rgetc. in casc t l f Consul tancy jo i :s

T ime ly submiss ion o f es t jma tes and 4 mar r< :other documents for [x t ra, Subst i tu ted& AHR i t ems

FOR SUPFL IES :

Page 13 o f 13

( i ) Subr l iss ion of orc jer- accc; : tar icc: , PBG,Drawings and other c locunrenls rv i lh int ime .

5 r t r a r ks

( i i ) At tending compla in ls and rec lur ls ts i 'c raf ter Salcs serv lce/ warranty rcpai rsand /ar query/advice (up t<: t i reeva lua t i on pe r i od ) .

5 nt a iKS

( i i i ) Response ro va r i ous co r respondc i r ccar id conformance to s tandards l ike I50

5 marks

( i v ) Subrr i iss ion of a l l requi rec l docurneni .si nc lud ing Tes l Ce r t i f i ca tes a t t l ' ] c t imeo f s u p p l y

5 marks

Page 286 of 286