159
GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India. TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941 Bid Document No. / E-Tender No. 8000005216 Page 1 of 159 GAIL (INDIA) LIMITED 16, GAIL BHAWAN, Bhikaji Cama Place, R. K. Puram, NEW DELHI (INDIA) E-TENDER NO. 8000005216 BIDDING DOCUMENT FOR HIRING OF SERVICES FOR DETAILED ROUTE SURVEY AND OBSTACLES PERMISSION FOR SURAT-PARADIP PIPELINE PROJECT OPEN DOMESTIC COMPETITIVE BIDDING (ODCB) THROUGH E-TENDERING Issued by GAIL (India) Limited (A Government of India Undertaking) A Maharatna Company 16, Bhikaiji Cama Place, R. K. Puram, New Delhi 110 066

GAIL (INDIA) LIMITED3.imimg.com/data3/DY/EN/HTT-1316/1316_2013-04-04... · gail (india) limited 16, gail bhawan, bhikaji cama place, r. k. puram, new delhi (india) e-tender no. 8000005216

  • Upload
    others

  • View
    22

  • Download
    2

Embed Size (px)

Citation preview

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 1 of 159

GAIL (INDIA) LIMITED 16, GAIL BHAWAN, Bhikaji Cama Place,

R. K. Puram, NEW DELHI (INDIA)

E-TENDER NO. 8000005216

BIDDING DOCUMENT FOR

HIRING OF SERVICES FOR DETAILED ROUTE

SURVEY AND OBSTACLES PERMISSION FOR

SURAT-PARADIP PIPELINE PROJECT

OPEN DOMESTIC COMPETITIVE BIDDING (ODCB)

THROUGH E-TENDERING

Issued by

GAIL (India) Limited (A Government of India Undertaking)

A Maharatna Company

16, Bhikaiji Cama Place, R. K. Puram, New Delhi – 110 066

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 2 of 159

SECTION - I

NOTICE INVITING TENDER

(NIT)

&

INVITATION FOR BIDS (IFB)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 3 of 159

GAIL (India) Limited

(A Govt. of India Undertaking)

NOTICE INVITING TENDER

(OPEN DOMESTIC COMPETITIVE BIDDING)

GAIL (India) Limited invites bids from eligible bidders for Hiring of Services for

Detailed Route Survey and Obstacles Permission as detailed below:

Sl.

No.

E-tender

No.

IFB and Bid

Document available

on website from

Date of Pre Bid

Meeting

Last date & time

for submission of

Bid

1 8000005216 19.03.2013 01.04.2013 at 1100

Hours (IST) at GAIL,

New Delhi

23.04.2013 at 1400

Hours (IST)

For further details, please visit our e-tender website (https://etender.gail.co.in) and Tender

website (http://www.gailtenders.in) and Govt. website (http: //www.tenders.gov.in &

http://eprocure.gov.in).

For any queries, bidders may contact General Manager (C&P), GAIL (India) Limited, New

Delhi, 16, Bhikaiji Cama Place , New Delhi – 110066, Phone : 00-91-11-26182955 Extn

6703/6707/6728; e-mail: [email protected]/ [email protected]/

[email protected]

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 4 of 159

GAIL (India) Limited (A Govt. of India Undertaking)

16, GAIL Bhawan, Bhikaiji Cama Place, R. K. Puram, New Delhi -66 (India)

INVITATION FOR BID (IFB)

Ref.: GAIL/ND/C&P/PROJ/SURVEY/SPPL/12-027 Date: 19.03.2013

To,

M/s...................................................

Sub: Hiring of Services for Detailed Route Survey and Obstacles Permission for

Surat-Paradip Pipeline Project

Dear Sirs,

1.0 GAIL (India) Limited, New Delhi, invites bids through e-tendering on Open

Domestic Competitive Bidding basis for Hiring of Services for Detailed Route

Survey and Obstacles Permission for Surat-Paradip Pipeline Project, under

single stage two e-envelopes system from competent agencies meeting the Bidder’s

Eligibility Criteria as stated in the detailed Bid Document attached. Bids, submitted

on line shall only be considered for processing.

2.0 The brief description of the project is as under:

The scope of work shall include detailed route survey of Surat-Paradip pipeline

which includes reconnaissance survey, centerline survey, population density

index survey, cadastral survey, preparation of 3 (i) notification as per P&MP

Act 1962, soil investigation and corrosion survey, preparation of route in

different scales, preparation of site map for obstacle crossing and cross section

drawing etc. and to obtain permission / NOC for obstacle crossing from

respective statutory authorities.

The total job is divided in following four sections:

Section Description Length in

Km.(Approx.)

Obstacle Crossings

I Pipeline passing through

Gujarat &

Maharashtra (Distt. Surat, Valsad,

Nandurbar, Dhule,

Jalgaon & Buldhana )

447 Railway-5

NH-5

SH-15

ODR-104

Rivers-17

Canals & Nalah-32

Forest stretch-6.42 Km

II Pipeline passing through

Maharashtra

(Distt. Akola, Amravati,

Wardha, Nagpur,

399 Railway-9

NH-5

SH-21

ODR-92

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 5 of 159

Section Description Length in

Km.(Approx.)

Obstacle Crossings

Bhandra & Gondia) Rivers-15

Canals & Nalah-63

Forest Stretch-12.82 Km

III Pipeline passing through

Chhattisgarh

(Distt. Rajnandgaon,

Durg, Raipur &

Mahasamund)

227 Railway-3

NH-4

SH-5

ODR-90

Rivers-11

Canals & Nalah-46

Forest Stretch-22.19 Km

IV Pipeline passing through

Odisha (Distt. Nuapada,

Bargarh, Balangir,

Sonepur, Sambalpur,

Angul, Dhenkanal,

Jajpur, Kendrapada &

Jagatsinghpur )

467 Railway-7

NH-6

SH-2

ODR-145

Rivers-15

Canals & Nalah-70

Forest Stretch-1.5 Km

Note: Length and crossing details mention above are tentative subject to variation

3.0 BID EVALUATION CRITERIA (BEC):

3.1 TECHNICAL CRITERIA:

The bidder should be a reputed Company in the field of pipeline survey and

shall meet the following criteria.

3.1.1 Technical Criteria

A. Bidder must have completed “Detailed route survey for Gas/Oil

pipelines which includes table top study, reconnaissance survey,

centerline survey, population density index survey, cadastral survey, soil

investigation and corrosion survey etc.” for a cross country pipeline

having minimum length or contract value in single order as detailed

below during any of the last 7 (Seven) years to be reckoned from the due

date of bid submission.

Section Length in

Km.

(Approx.)

Requirement of Minimum Length (in km)

or contract order value (Rs. in Lakh)

surveyed under single work order for

Detail Survey Work

I 447 224 or 69

II 399 199 or 62

III 227 114 or 35

IV 467 234 or 72

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 6 of 159

Note: In case bidder quotes for more than one (01) section, the

requirement of Minimum Length or contract order value under

single order shall be on cumulative basis for the quoted

sections.

B. Bidder must have experience of developing Arc GIS module for cross

country Gas / Oil pipeline. Bidders not having experience to develop

Arc GIS / LIS module for Gas / Oil pipeline, may submit an agreement /

tie-up with suitable agency having experience to develop Arc GIS / LIS

module, along with the bid.

C. The bidder should have experience of obtaining obstacles crossing

permission of State Highways/ Roads/ Canals/ Other water bodies etc.

for Oil/Gas Cross Country pipelines containing at least one no. of

National Highways/Railway/Forest in any of the preceding 07 (seven)

years, to be reckoned from the date of submission of bid which should

be as an exclusive Work Order or in Composite Work Order involving

detailed route survey & permission of crossings as mentioned above.

The minimum work order value executed by bidder for obtaining

permission should be as follows:

Section Length in

Km.

(Approx.)

Requirement of Minimum contract value

(Rs. in Lakh) for permission work under

single order for crossing permission

I 447 38

II 399 43

III 227 32

IV 467 49

Note: In case bidder quotes for more than one (01) section, the

requirement of Minimum contract order value under single order shall

be on cumulative basis for the quoted sections.

3.2 FINANCIAL CRITERIA:

3.2.1 Turnover

The minimum Annual Turnover of the Bidder as per their audited financial

results in any one of the three preceding financial years shall be as under:

Section Minimum Annual Turnover Requirement [in Rs.]

I 7,107,600.00

II 6,997,600.00

III 4,466,400.00

IV 8,082,900.00

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 7 of 159

3.2.2 Net worth

Net worth of the Bidder shall be positive as per the last audited financial

statement.

3.2.3 Working capital

The minimum working capital of the Bidder as per the last audited financial

statement shall be as under:

Section Minimum Working Capital Requirement [in Rs.]

I 1,421,500.00

II 1,399,500.00

III 893,300.00

IV 1,616,600.00

If the bidder's working capital is inadequate, the bidder should supplement this

with a letter from bidder's bank, having net worth not less than Rs. 100 Crores

conforming the availability of line of credit to cover the inadequacy of above

working capital requirement.

3.2.4 In case bidder quotes for more than one (01) section, the requirement of

Minimum Annual Turnover and Working Capital shall be on cumulative basis

for the quoted sections.

3.3 Documents Required:

3.3.1 Documents required to be submitted by bidder along with the bid for qualification of

BEC:

The bidder shall furnish following documentary evidence in support BEC

(Technical):

(i) Details of Similar Works / Services in past 07 (seven) years and certification

from a Statutory Auditor /Chartered Accountant (if audit of account is not done

as per law/ jurisdiction)

(ii) Copy of Work order along with SOR, copy of document(s) clearly indicating

the executed length of pipeline survey or certificate from client clearly

indicating the executed length of pipeline survey, copy completion certificate

and copy of “Experience Certificate for Development of Arc GIS / LIS

Module for Gas / Oil pipeline” or Notarised copy of agreement / tie-up with

the agency having experience to develop Arc GIS /LIS Module for Gas / Oil

Pipelines, in proof of their meeting the criteria along with the bid to establish

his experience and track-record for meeting BEC.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 8 of 159

The bidder shall furnish following documentary evidence in support BEC

(Financial):

(iii) Audited Financial Statements, including Balance Sheets, Profit & Loss

Account for last three preceding financial years

3.3.2 Following formats are to be submitted by bidder certified by their Statutory

Auditor/Chartered Accountant (if audit of account is not done as per law/

jurisdiction) along with the bid:

i) Format-3A “Covering letter from Statutory Auditor/ Chartered Accountant”

ii) Format- 3B “Details of Financial Capability of the bidder.

iii) Format-8A “Details of Similar Supply of Goods in past seven years and

certification from a Chartered Accountant (Applicable for cases where

bidder’s account are not audited by Statutory Auditor as per Law /

Jurisdiction)

OR

iv) Format-8B “Details of Similar Supply of Goods in past seven years and

certification from a Statutory Auditor who audits Annual accounts of bidder”.

In absence of requisite documents GAIL reserves the right to reject the Bid without

making any reference to bidders.

Bidder should ensure submission of complete information / documents in the first

instance itself. Evaluation may be completed based on the details so furnished without

seeking any subsequent additional information. Subsequent to submission of bid,

bidders are not allowed to change the price or substance of the bid, i.e. scope of work,

specifications, delivery schedule, completion period, etc., including modification of

the bid, to meet the BEC of the tender.

3.3.3 General:

(i) A job completed by a bidder as a sub-contractor shall be considered for the

purpose of meeting the experience criteria of BEC subject to submission of the

following documents for the purpose of meeting BEC of the tender:

(a) Notarized Copy of Work Order along with SOR issued by main

contractor.

(b) Notarized Copies of Completion Certificates from the End-User /

Owner and also from the main contractor. The Completion Certificates

shall have details like Work Order no. & date, brief scope of work,

ordered & executed value of the job, completion date, etc.

(ii) Experience of a consortium member, if such a member has executed earlier a

job within its scope as a member of the consortium, which is required as

experience as per the qualification criteria in a clause no. 3.1 will be

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 9 of 159

considered. Appropriate documentary evidence to establish is to be submitted

towards such experience.

(iii) Bidder shall remain single-point responsible for project management and

execution of complete scope covered in the tender.

3.4 Bidder shall not be affiliated with a firm or entity, (i) that has provided consulting

services related to works to employer during preparatory stages of works or of the

period of which the work form a part, or (ii) that has been hired (or proposed to be

hired) by the employer as Engineer / Consultant for the contract.

4.0 DETAILS OF BID DOCUMENT:

4.1 Bid Document no. 8000005216

(Ref.: GAIL/ND/C&P/PROJ/SURVEY/SPPL/12-027)

4.2 Type of Tender Open Domestic Competitive Bidding (ODCB) basis

through e-Tendering

4.3 Bid Document on

Website

From 19.03.2013 to 23.04.2013

4.4 Tender Fee (Non-

refundable)

For Indian Bidders: Rs. 3,000.00

4.5 Date, Time &

Venue of Pre-Bid

Meeting

at 1100 hrs.(IST) on 01.04.2013

GAIL (India) Ltd., 16, Bhikaiji Cama Place, R. K.

Puram, New Delhi-110066

4.6 Due date and time

for submission of

the bid

Latest by 1400 hrs. (IST) on 23.04.2013

4.7 Date, time and

Venue of opening

of Un-priced Bids

At 1500 hrs. (IST) on 23.04.2013

GAIL (India) Ltd., 16, Bhikaiji Cama Place, R. K.

Puram, New Delhi-110066

(If the particular day happens to be a declared holiday in

GAIL, Delhi, the next working day shall be considered)

4.8 Completion

Period

Completion period shall be as per Annexure- VII to

Special Conditions of Contract (SCC).

4.9 Bid security/EMD

Section Amount

Section-I Rs. 2,84,300.00 (Indian Rupees

Two Lakh Eighty Four Thousand

Three Hundred only)

Section-II Rs. 2,79,900.00 (Indian Rupees

Two Lakh Seventy Nine Thousand

Nine Hundred only)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 10 of 159

Section-III Rs.1,78,700.00 (Indian Rupees

One Lakh Seventy Eight Thousand

Seven Hundred only)

Section-IV Rs. 3,23,300.00 (Indian Rupees

Three Lakh Twenty Three

Thousand Three Hundred only)

Note: In case bidder is quotes for more than one (01)

item, the requirement of EMD / bid security shall be on

cumulative basis for the quoted items of tender.

Bid security/EMD shall be furnished in physical form as

per Clause 14 of Instructions to Bidders

4.10 Contact person GAIL (India) Limited

16, Bhikaiji Cama Place,

R. K. Puram,

New Delhi – 110066

Shri Kunal Kumar Ghosh,

Chief Manager (C&P)

Ph: +91-11-26182955 Extn: 6707

Fax: +91-11-26185941 Extn: 02580

E-mail: [email protected]

Shri Shailendra Chaurasia,

Manager (C&P)

Ph: +91-11-26182955 Extn: 6728

Fax: +91-11-26185941 Extn: 08140

E-mail: [email protected]

If any of the days specified above for pre-bid meeting and un-priced bid opening,

happens to be a holiday in GAIL, the next working day shall be implied.

5.0 Bidders are requsted to attend the Pre-Bid conference so that their queries, if

any, related to the tender Document, Scope of work and e-tendering can be

addressed during the meeting.

6.0 Bidders are required to submit the EMD of requisite amount in original in the

prescribed formats and in the manner prescribed in the bid document at the time of

bid submission in sealed envelope. However, if the bidder is unable to submit EMD in

original on the due date, they may upload a scanned copy of EMD while submitting

the bid electronically, provided the original EMD, copy of which has been uploaded,

is received by GAIL within 7 days from the date of un-priced bid opening, failing

which the bid will be rejected irrespective of their status/ranking in tender and

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

MSEs (Micro or Small Enterprises) are also exempted from payment of EMD/ Bid

Security subject to provision of clause no. 43 of ITB.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 11 of 159

7.0 Apart from uploading of the offers / documents, following documents shall only be

submitted in original in physical form within 7 days from the date of un-priced bid

opening:

(i) Demand Draft towards Bid Document Fee.

(ii) Bid Security / EMD

(iii) Integrity Pact,

(iv) Power of Attorney,

(v) Formats to be submitted by bidder certified by their statutory auditor/ chartered

account (in case audit of account is not mandatory as per law) along with the

bid as specified in clause no. 3.3.2 of IFB.

8.0 Purchase preference to Central Public Sector Undertakings as admissible under the

prevailing Government of India policy shall be applicable.

9.0 This is a ZERO Deviation Bidding Document. Bidder is to ensure compliance of all

provisions of the Bidding Document and submit their bid accordingly. Bid with any

deviation to the bid conditions shall be liable for rejection.

10.0 Bid is to be submitted on our E-Tendering website ( https://etender.gail.co.in) .

GAIL will appreciate submission of offer based on the terms and conditions in the

enclosed Conditions of the Contract to avoid wastage of time and money in seeking

clarifications on commercial aspects of the offer.

11.0 The bid will be submitted in two parts as follows:

PART-I (UN-PRICED BID)

To be submitted on Tender Folders of e-tendering system. Un-priced bid must be

complete with all technical details along with all other required documents including

price schedule WITH PRICE BLANKED OUT, etc., duly filled in and signed with

seal. In addition documents as mentioned under Clause 7.0 above shall also be

submitted in physical form.

Documents are to be submitted in respective sub-folders as available in Tender

Document Folder of e-tendering system.

PART-II (PRICED BID)

To be submitted as an attachment in “Note & Attachment” tab of e-tendering portal.

Price bid should contain only the prices, without any condition whatsoever.

Bids complete in all respects should be submitted on or before last date and time of

Bid submission. The Bids submitted on line in GAIL’s E-tendering system will

only be considered for evaluation. Physical Bids sent through Fax/E-

mail/Courier/Post will not be accepted.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 12 of 159

12.0 Bids complete in all respects should submitted on or before due date and time of Last

date of Bid submission. Bids can not be submitted after the due date and time.

13.0 Bids should be valid for 3 (three) months from the bid due date.

14.0 Only the Bids submitted on our E-tendering system will be considered for evaluation.

15.0 Physical Bids sent through Fax/E-mail/Courier /Post will not be acceptable.

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

documents and not to stipulate any deviations/exceptions.

16.0 GAIL reserves the right to accept or reject any or all tenders received at its absolute

discretion without assigning any reason whatsoever.

17.0 Class 3 digital signature with organisation name signed bids only shall be

accepted. Offers submitted with files digitally signed by other than Class 3 digital

signature shall be liable for rejection of bid.

18.0 BIDS FOR CONSORTIUM: NOT PERMITED

19.0 GENERAL

19.1 No extension in the bid due date/time shall be considered on account of delay in

receipt of any document.

19.2 Bidder can download the Bid Document from GAIL’s website

http://www.gailtenders.in or GAIL’s e-Tendering website https://etender.gail.co.in

or Govt. website http: //www.tenders.gov.in. However, bidders have to submit their

bids only through e-tendering website of GAIL. Only salient details of the bid

document shall be hosted on GAIL’s website http://www.gailtenders.in as the same is

for information only. For detailed bid document, bidder shall refer GAIL’s e-tender

website.

Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further,

bidder shall give an undertaking on their letter head that the content of the bidding

document have not been altered or modified.

19.3 Payment of bid document fee shall be by Crossed Bank Draft from a first class

International Bank or an Indian Nationalized Bank or any schedule private bank, in

favour of GAIL (India) Limited, payable at New Delhi and the same shall be

submitted in physical form along with Bid Security. Demand Draft should be valid

for three months. The bid of any bidder shall be considered only if the bid is

accompanied by the prescribed bid document fee in the form of demand draft along

with Bid Security.

MSEs (Micro or Small Enterprises) are also exempted from payment of bid document

fee subject to provision of clause no. 43 of ITB.

In the event of this tender being cancelled, the Bid Document Fee will be refunded to

the concerned bidder.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 13 of 159

19.4 Bid document is non-transferable. Bids received from bidders in whose name Bid

Document fee has been submitted shall only be considered. Bidder must submit the

Bid Document Fee in their name. Bid Document Fee will be submitted by Bidders as

per Clause no. 4.4 above.

19.5 GAIL will not be responsible or liable for cost incurred in preparation & delivery of

bids, regardless of the conduct or outcome of the bidding process.

19.6 GAIL reserves the right to reject any or all the bids received at its discretion without

assigning any reason whatsoever.

* Please specify Bid Document No. 8000005216 in all future correspondence.

THIS IS NOT AN ORDER.

This Invitation of Bids (IFB) is an integral and inseparable part of the Bid Document.

Yours faithfully,

For GAIL (India) Limited

Kunal Kumar Ghosh

Chief Manager (C&P)

Phone: 011-26172580 Ext 6707

Fax: 011-26185941 Fax extension 02580

E-mail: [email protected]

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 14 of 159

APPENDIX-1 to IFB

BIDDER'S QUERIES FOR PRE BID MEETING

Sl. No. Reference of Bidding Document Bidder's Query

Section No. Page No. Clause No. Subject

Note: The Pre-Bid Queries may be sent by fax (Fax Numbers 91-11-26185941 ext. 1235# / 2580#

/ 8140#) or by e-mail to [email protected] or [email protected].

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 15 of 159

CUT OUT SLIPS

DO NOT OPEN - THIS IS A QUOTATION

Bid Document No. : 8000005216

Item : Hiring of Services for Detailed Route

Survey and Obstacles Permission for Surat-

Paradip Pipeline Project

Due Date& Time : Up to 1400 Hrs. (IST) on 23.04.2013

From: To:

General Manager (C&P)

GAIL (India) Limited

U. G. Floor, 16, Bhikaiji Cama Place,

R. K. Puram, New Delhi – 110 066 (India)

Ph. +91-11-26182955, Fax. +91-11-26185941

(To be pasted on the physical envelope containing Physical Documents as per clause no. 7.0 of IFB)

Part III)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 16 of 159

SECTION - II

INSTRUCTIONS TO BIDDERS

(ITB)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 17 of 159

Addendum to Instruction to Bidders

Instructions to Bidders for participation in E-Procurement

GAIL (India) Ltd., has developed a secured and user friendly system which will enable

Vendors /Bidders to Search, View, Download tenders directly from GAIL (India) Ltd.

secured website and also enables them to participate and submit Online Bids/Offers in the E-

Procurement site directly from the website in secured and transparent manner maintaining

confidentiality and security throughout the tender evaluation process and award.

Bidders are requested to read following conditions in conjunction with various conditions,

wherever applicable appearing with this bid invitation for e-Procurement. The conditions

mentioned here in under shall supersede and shall prevail over the conditions enumerated

elsewhere in the Bid Document.

1) How to submit On-line Bids/Offers electronically against E-Procurement tenders?

Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL

(India) Ltd. Website https://etender.gail.co.in should follow the following steps

which shall permit them to Search, Display/View, Download and Submit their

electronic Bids/Offers online in a secured manner ensuring confidentiality.

Vendors/Bidders are advised to read the following instructions for participating

in the electronic tenders directly through Internet:

i) No Late and delayed Bids/Offers after due date/time shall be permitted in

e-Tendering system. Time being displayed on our e-Tendering System

shall be final binding on bidder and bids have to be submitted by

bidder(s) considering this time only and not the time as per their location

/ country. No bid can be submitted after the last date and time of submission

has reached, however if bidder intends to change the bid already entered may

change/revise the same on or before the last date and time of submission

deadline .The system time (IST) that will be displayed on e-Procurement

webpage shall be the time and no other time shall be taken into cognizance.

ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-

Procurement system well before the closing date and time of bid.

iii) No bid can be modified after the dead line for submission of bids.

iv) No Manual Bids/Offers shall be permitted. The offers submitted through

e-tendering system shall only be considered for evaluation.

2) HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER?

Vendors/Bidders must go to e-tender website https://etender.gail.co.in and logon

using their user-id and password. In the case of vendors not possessing the User Id

and Password, they can access through Guest Login as guest. This facilitates viewing

of tenders in display mode in Collaboration folder (C Folder). If the vendor desires to

download the NIT and attached e-tender at this stage, he may download the same for

viewing free of cost.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 18 of 159

Note: All e-tender notices and Bid Documents are available only in soft copies such

as Microsoft Word, Excel, PDF files. For downloading / viewing PDF files use

Adobe 6 Software utility which can be installed free of cost from Vendors home

page link by any vendor onto his own computer.

3) PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD:

To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have

User ID and Password. To obtain User ID and Password Vendor/Bidder must open

https://etender.gail.co.in site and perform the following steps:

i) Click on button Request User ID (For new Bidders)

ii) Fill the on line form and submit. Ensure that the email address given in the

form is valid and active. If you have already been provided with the Vendor

Code of GAIL, please mention the 10 digit Vendor code in specified field,

otherwise leave blank.

iii) Ensure that all the mandatory fields (identified with a star mark) are filled in

application form for User ID creation.

e-Procurement administrator would take possible care to allot an User id and

Password within 4 working days .An Email ( system generated) shall be sent

to your email – Id ( mentioned by you in the Registration form) giving details

of your User- ID and password. On Receipt of User Id, Please reset the

password immediately by logging to our E-tendering site.

User Id and passwords are unique to each vendor and the vendor can use the

same to view/download/participate in all e-tenders of GAIL.

Note: Without login registration I.D vendor cannot participate in e-tender. There will

be single login I.D permission for one single vendor. There can be more than one I.D

for the same vendor at different location address.

Obtaining User Id is an on-going process and is not linked to any particular Bid

Invitation (tender). Any vendor willing to participate in GAIL tenders can obtain User

Id as described above. Each vendor will get one user id. Vendors are requested to

designate one officer from their organization who will submit bids on line.

Vendors are advised to apply for user id at least 7 days prior to the last date of bid

submission in their own interests. User ids shall be given within 4 days subject to

condition that information furnished by the bidder is complete in all respect. GAIL

shall not be responsible for any delays in allocation of user id/password and the

ensuing consequences including but not limited to timely submission of bids.

4) WHAT IS A DIGITAL SIGNATURE?

This is a unique digital code which can be transmitted electronically and primarily

identifies a unique sender. The objective of digital signature is to guarantee that the

individual sending the message is who he or she really claims to be just like the

written signature.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 19 of 159

The Controller of Certifying Authorities of India (CCA) has authorized certain trusted

Certifying Authorities (CA) who in turn allot on a regular basis Digital Certificates.

Documents which are signed digitally are legally valid documents as per the Indian I

T Act (2000).

5) WHY IS A DIGITAL SIGNATURE REQUIRED?

In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid

Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA)

operating under the Root Certifying Authority of India (RCAI), Controller of

Certifying Authorities (CCA) of India.

6) HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING

AUTHORITY (CA)?

Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining

valid Digital Certificate from Certifying Agency (C.A). A hyperlink on

Vendor/Bidder home page gives link to Controller of Certifying Agency’s (C.C.A.)

website from there the bidder can access web sites of various CA sites, using the links

provided. One Digital Certificate is valid for specified period and can be used for

signing any number of quotations against enquiries issued by GAIL during such

validity period.

Note: In terms of I.T Act 2000, only a digitally signed document will be considered

as valid signed document.

The Digital Certificate is issued by C. A. in the name of a person authorized for filing

Bids/Offers on behalf of his Company. The certificate is installed / stored in his

computer or preferably received by him (his authorized person) in form as USB

token. A Vendor/Bidder can submit their Bids/Offers On-line only after digitally

signing the bid/documents with the above allotted Digital Signatures.

7) STEPS FOR OBTAINING DIGITAL CERTIFICATE: Digital Certificate can be

obtained by the following steps:

i) Visit the site of the licensed CA* using internet browser.

ii) Apply for a class 3 Digital Certificate for the designated individual with the

name of Organization. Ensure the Digital Certificate is legally valid in India.

iii) For making payment and submission of documents required for issue of the

iv) Digital Certificate, follow the instructions on the CA's website.

v) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-

Procurement site.

*Links to some licensed CA's are provided below

1. http://www.ncodesolutions.com

2. http://www.safescrypt.com/

3. http://www.tcs-ca.tcs.co.in/

4. http://www.mtnltrustline.com/

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 20 of 159

8) PRE-BID MEETING:

Subsequent to opening of bids, GAIL may not seek clarifications. Therefore,

clarifications, if any, are to be sought by the bidders during the pre-bid meeting.

During the pre-bid meeting, GAIL may also arrange demonstration of the e-

Procurement portal to the interested vendors.

9) BID DOCUMENT FEE:

Bidders are required to submit the Bid Document fee in the Form of DD in original on

or before bid due date and time. However, if the bidder is unable to submit the DD in

original on or before the due date & time, he may upload a scanned copy of the DD

while submitting the bid electronically, provided the original DD, copy of which has

been uploaded, is received within 7 days from the date of un-priced bid opening,

failing which the bid will be rejected irrespective of their status/ ranking in tender and

notwithstanding the fact that a copy of DD was earlier uploaded by the bidder.

10) EARNEST MONEY DEPOSIT

Bidders are required to submit the EMD in original in the prescribed formats and in

the manner prescribed in the tender at the time of bid submission in sealed envelope.

However, if the bidder is unable to submit EMD in original on the due date, he may

upload a scanned copy of the EMD while submitting the bid electronically, provided

the original EMD, copy of which has been uploaded, is received within 7 days from

the date of un-priced bid opening, failing which the bid will be rejected irrespective of

their status/ ranking in tender and notwithstanding the fact that a copy of EMD was

earlier uploaded by the bidder.

11) SUBMISSION OF DOCUMENTS:

Bidders are required to upload all Tender forms and supporting documents which

form part of the bid/tender in the e-Procurement (COLLABORATION, C-Folders)

site only. However, documents specified to be submitted physically viz: Bid

Document Fee etc. need to be submitted in a sealed envelope in accordance with the

method described in RFQ. The same should reach GAIL (India) Limited, Attn: GM

(C&P-Projects), 16, Bhikaiji Cama Place, New Delhi – 110066, India (cut -out slip

placed below). Bidder shall ensure that all the documents relevant to bid are uploaded

in time and failure to upload the same before bid submission date is the sole

responsibility of bidder. Under no circumstances, GAIL shall entertain any request for

acceptance of bid documents in physical form, which were required to be uploaded in

e-form.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 21 of 159

Note: i) Bidder is required to save/store their bid documents for each item into their

computers before submitting their bid into e-tendering system by pressing the

Hold Button.

ii) Bidder is required to fill up the price/rate strictly in the Schedule of Rate

(SOR) attached with the tender.

Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by

the bidders, such document can be deleted by the Bidder and in it’s place a

new/modified document can be uploaded. The new/modified document will be

required to be signed digitally. Where two similar documents are existing in

the folder, the latest version of the document shall only be taken into

cognizance for evaluation and earlier versions shall be ignored.

Bidders are requested to upload small sized documents preferably (up to 2

MB) at a time to facilitate easy uploading into e-Procurement site. GAIL does

not take any responsibility in case of failure of the bidder to upload the

documents within specified time of tender submission.

12) PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE:

The Prices are to be submitted online strictly as per the Schedule of Rates (SOR).

GAIL shall not be responsible for any failure on the part of the bidder to follow the

instructions.

Un-priced techno-commercial bid document should be placed in the private area

earmarked in the C-folder.

Before the bid is uploaded, the bid comprising of all attached documents should be

digitally signed using digital signatures issued by an acceptable Certifying Authority

(CA) in accordance with the Indian IT Act 2000. If any modifications are required to

be made to a document after attaching digital signatures, the digital signature shall

again be attached to the modified documents before uploading the same.

The Authenticity of above digital signatures shall be verified through authorized CA

after bid opening and in case the digital signature is not authorized /valid, the bid will

be rejected. Bidder shall be responsible for ensuring the validity of digital signatures

and proper usage of the same by responsible persons who can bind the bidder.

Scanned copy of Power of Attorney of the signatory issued by the bidding company

should be submitted on line along with other documents as per tender conditions.

Bidders shall obtain the digital certificate directly from certifying authority (ca) only

and digital certificate issued by sub ca / agent will not be compatible with our e-

tendering system.

Foreign bidders shall also have to obtain digital certificate from certifying authorities

in India as approved by CCA. Digital certificate obtained from foreign countries are

not acceptable.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 22 of 159

*Links to some licensed CA's IN India are provided below. Foreign Bidders may

obtain the Digital certificate from these CAs.

(1) http://www.ncodesolutions.com

(2) http://www.safescrypt.com/

(3) http://www.tcs-ca.tcs.co.in/

(4) http://www.mtnltrustline.com/

13) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format

provided in our E-Tender. No new conditions shall be added by the bidder.

14) SUBMISSION AND OPENING OF BIDS:

The bid along with all the copies of documents should be submitted in e-form only

through GAIL e-Procurement portal.

15) LAST DATE FOR SUBMISSION / RECEIPT OF BIDS:

System does not allow for submission / receipt of bids beyond the deadline for bid

submission. However, if the bidder for some reason intends to change the bid already

entered, he may change/revise the same on or before the last date and time of

submission. The system time displayed on GAIL’s e-Procurement webpage shall be

final and binding on the bidders for all purposes pertaining to various events of the

subject tender and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-

Procurement system well before the closing date and time of bid.

Bidders must use any computer having Windows 2000 or Windows XP versions or

higher of Window operating system and an internet Web Browser version Internet

explorer V6.0 or higher recommended.

16) Proxy: If any bidder is unable to access GAIL’s e-Procurement site or Bid

Documents, the bidder may please check whether they are using proxy to connect to

internet or their PC is behind any firewall and may contact their system administrator

to enable connectivity. Please note that Port 443 and Port 8443 should be enabled on

proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy

settings is another option

17) Contact Person:

Shri Kunal Kumar Ghosh, Chief Manager (C&P) / Shri Shailendra Chaurasia,

Manager (C&P) E-mail: [email protected] / [email protected]

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 23 of 159

READY RECKONERS FOR VENDORS

Ready Reckoner for e-tendering is available on e-tendering porter (https://etender.gail.co.in)

as shown below.”

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 24 of 159

Instructions to Bidders (ITB)

Table of Contents General

1. Scope of Bid

2. Eligible Bidders

3. One Bid per Bidder

4. Cost of Bidding Documents

5. Site Visit

A. Bidding Documents

6. Content of Bidding Documents

7. Clarification on Bidding Documents

8. Amendment of Bidding Documents

B. Preparation of Bids

9. Language of Bid

10. Documents Comprising the Bid

11. Bid Prices

12. Bid Currency

13. Bid Validity

14. Bid Security

15. Pre-Bid Meeting

16. Format and Signing of Bid

17. Zero Deviation

18. E-Payment

C. Submission of Bids

19. Sealing and Marking of Bids

20. Deadline for Submission of Bid

21. Late Bids

22. Modification and Withdrawal of Bids

D. Bid Opening and Evaluation

23. Bid Opening

24. Process to be Confidential

25. Contacting the Owner

26. Examination of bids and Determination of Responsiveness

27. Price Bid Opening

28. Arithmetic Corrections

29. Evaluation and Comparison of Bids

E. Award of Contract

30. Award

31. Owner’s Right to accept any bid and to reject any or all Bids

32. Notification of Award

33. Signing of Contract Agreement

34. Contract Performance Guarantee

35. Corrupt or Fraudulent Practices

36. Waiver or transfer of the Agreement

37. Order of Precedence

38. Cenvat / VAT Credit

39. Dispute Resolution

40. Integrity Pact

41. Forged/False document

42. Errant Bidder

43. Public Procurement Policy for Micro and Small Enterprises

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 25 of 159

INSTRUCTIONS TO BIDDERS (ITB)

GENERAL

1. SCOPE OF BID

1.1. The Purchaser/Owner/GAIL/Owner’s Representative as defined in the General

Conditions of Contract-Works, hereinafter “the Owner” wishes to receive bids for the

“Hiring of Services for Detailed Route Survey and Obstacles Permission for

Surat-Paradip Pipeline Project” as described in the bidding document.

1.2. SCOPE OF WORK: 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 work within the

period stated in Special Conditions of Contract.

1.4. Throughout these bidding documents, the terms “bid” and “tender” and their

derivatives (“bidder / tenderer”, “bid/tendered”, “bidding/tendering”, etc.) are

synonymous, and day means calendar day. Singular also means plural.

2. ELIGIBLE BIDDERS

2.1. Bidders shall, as part of their bid, submit a written Power of Attorney authorizing the

signatory of the bid to commit the bidder.

2.2. Pursuant to Bid Evaluation Criteria specified in Invitation for Bid (IFB), the bidder

shall furnish all necessary supporting documentary evidence to establish the bidder’s

claim of meeting Bid Evaluation Criteria.

2.3. Class 3 digital signature with organization name signed bids only shall be accepted,

failing which bid will be rejected”. Further, only the holder of Power of Attorneys is

allowed to upload the bids with his Digital Signature.

2.4. The Bidder shall furnish, as a part of his bid, documents establishing the bidder’s

eligibility to bid and his qualification to perform the contract if his bid is accepted.

2.5. Bidder shall not be affiliated with a firm or entity.

(i) That has provided consulting services related to the work to the Owner during

the preparatory stages of the works or of the project of which the works form a

part.

(ii) That has been hired by the Owner as Engineer / Consultant for the contract.

2.6. The Bidder shall not be under a declaration of ineligibility by Owner for corrupt or

fraudulent practices as defined in ITB Clause 35.

2.7. The Bidder is not put on holiday / blacklisted by GAIL and its PMC’s (EIL, MECON,

J P Kenny-Wood Group, TE and HRCP etc.) or put on holiday / blacklisted by any

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 26 of 159

Government Department/ Public Sector on due date of submission of bid. If

documents are downloaded from website, offers submitted by such bidders shall not

be considered for opening/ evaluation/award.

2.8. While evaluating the bids, pursuant to Bid Evaluation Criteria (BEC) as specified in

the Notice of Invitation for Bids (IFB), bidder’s past performance shall also be

assessed for ascertaining the responsiveness of the bid. In such a case, the decision of

the Owner shall be final and binding on the bidder.

2.9. Job executed by a bidder for its own concern can not be considered as experience for

Bid evaluation criteria Job executed by a bidder for its own plant/projects cannot 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 invoices(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

Bid Evaluation Criteria.

3. ONE BID PER BIDDER

3.1. A Bidder shall submit only one bid in the same bidding process. 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 bids are not acceptable.

4. COST OF BIDDING

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

bid, and Owner/ Consultant will in no case be responsible or liable for this cost,

regardless of the conduct or outcome of the bidding process.

5. SITE VISIT: CLAUSE DELETED.

A. BIDDING DOCUMENTS

6. CONTENT OF BID DOCUMENT

6.1. The Bid Documents hosted on GAIL website is as stated below and should be read in

conjunction with any addenda issued/hosted in accordance with clause 8 of ITB.

6.2. Volume I : Tender Document (Commercial & Technical)

Section-I : Notice Inviting Tender, Invitation for bids (IFB)

Section-II : Instruction to Bidders (ITB)

Section-III : General Conditions of Contract – (GCC– Works)

Section-IV : Scope of Work

Section –V : Special Conditions of Contract (SCC)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 27 of 159

Section-VI : Schedule of Rates (SOR)

6.3. The Bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all

sections of bid document containing instructions, forms/ formats, terms, specifications

and drawings, etc., enclosed in the bid document. The invitation for bid (IFB) 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 Bid

Documents or submission of a bid not substantially responsive to the Bid Documents

in every respect will be at Bidder’s risk and may result in the rejection of the Bid.

7. CLARIFICATION ON BID DOCUMENTS

7.1. A prospective Bidder requiring any information or clarification of the bidding

documents may notify GAIL in writing or by fax/e-mail/post at GAIL mailing address

indicated in the bid document. GAIL will respond in writing to any request for

information/clarification of the bidding documents, which it receives at least 02 (Two)

working days before the Pre-Bid meeting date. Written copies of GAIL response

(including an explanation of the query but without identifying the source of the query)

will be sent to bidders and same will be hosted on the website

http://www.gailtenders.in https://etender.gail.co.in and https://tenders.gov.in before the

bid due date.

8. AMENDMENT OF BID DOCUMENTS

8.1. At any time prior to the bid due date, the Owner may, for any reason, whether on its

own requirement or in response to a clarification requested by a prospective Bidder,

modify the bidding documents by issuing addenda and or Corrigendum.

8.2. Any addendum /corrigendum/ clarifications to bidders query thus issued shall be part

of the bidding documents pursuant to ITB Clause-6. These shall also be hosted on the

website as mentioned in Clause- 7 above. All the prospective bidders who have

attended the Pre-Bid Meeting/ submitted Bid Document Fee till date shall be informed

by email/post about the addendum /corrigendum/ clarifications to bidders query for

their reference. Bidders desirous to submit its bid have to take into consideration of all

the addendum(s) / corrigendum (s) / clarifications to bidders query hosted on the

above websites before submitting the bid.

8.3. The Owner may, at its discretion, extend the bid due date in order to allow

prospective Bidders a reasonable time to submit their most competitive bid taking into

account the addendum(s) / corrigendum (s) / clarifications to bidders query issued.

B. PREPARATION OF BIDS

9. LANGUAGE OF BID

9.1. The bid prepared by the Bidder as well as all correspondence/ drawings and

documents relating to the bid exchanged by Bidder and the Owner shall be written in

English language. 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.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 28 of 159

10. DOCUMENTS COMPRISING THE BID

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

10.2. Part I: E-Envelope Techno-Commercial/Un-priced Bid.

(i) Techno-commercial /Un-priced Bid shall contain the following:-

(i) Covering letter.

(ii) Format F-1: Bidder’s General Details / information.

(iii) Format F-2: Bid Form.

(iv) Format F-3: List of Enclosures (Documents as required in F-3)

(v) Format F-3A: Certificate from on Letter Head of Statutory Auditor /Chartered

Accountant

(vi) Format F-3B: Format for Statutory Auditor’s / Chartered Accountant*

Certificate for Financial Capability of the bidder. Bidder shall submit

complete copy of audited Annual reports for the last three years (as indicated

in IFB).

(vii) Format F-5: Letter of Authority

(viii) Format F-6: No Deviation Confirmation

(ix) Format F-7: Certificate (for confirming the Government of India is not party

of Agreement).

(x) Format F-8A or F-8B: For details of similar supply of goods/Services in past

seven years and format for certificate from Chartered Accountant* OR

Statutory Auditor

(xi) Format F-9: Performa for Bank Guarantee for Contract Performance.

(xii) Format F-10: PF Registration Details

(xiii) Format F-11: Check List

(xiv) Format F-12: Proforma for Contract Agreement

(xv) Format F-13: Performance Evaluation

(xvi) Format F-14: Brief Summary of Agreed Terms & Conditions (Duly filled in)

(xvii) Format F-15: Declaration (Bidder’s declaration that they are not under

liquidation, court receivership or similar proceedings)

(xviii) Format F-16: Integrity Pact

(xix) Format F-17: Enterprise’s information with respect to the Micro, Small and

Medium Enterprises Development act, 2006

(xx) Format F-18: Mandate Form

(xxi) Format F-19: Acknowledgement cum Consent Letter

(xxii) Document establishing the Qualification pursuant to clauses of IFB.

(xxiii) QA/QC Manuals.

(xxiv) Health Safety and Environment (HSE) Policy & Manual.

(xxv) Scanned copy of Power of Attorney in favour of person (s) signing the bid that

such person(s) is/are authorized to sign the bid on behalf of the Bidder and any

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

(xxvi) Copy of SOR (Schedule of Rates) with prices blanked out mentioning

“Quoted/Not Quoted” against each item.

(xxvii) Scanned copy of Bid Security / EMD in accordance with Clause no.14 of ITB

and as per Format F-4.

(xxviii) Scanned copy of Bid Document Fee / Tender Fee

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 29 of 159

(xxix) Copy of ESI registration certificate.

(xxx) Copy of EPF / PF registration certificate

(xxxi) Copy of service tax registration certificate

(xxxii) Any other information/ details required as per Bidding Documents.

Note: All pages of the bid to be e-signed by authorized person of the Bidder.

10.3. E-Envelope Part II : “Priced Bid”

(i) Bidder shall download the Schedule of Rates which is uploaded on website as an

excel attachment. Bidder shall submit Schedule of Rates duly filled in and e-signed

strictly as per format without altering the content of it. The duly filled Schedule of

Rates shall be uploaded by bidder on web site as per e-tendering procedure.

10.4. Envelope Part III: Documents to be submitted in Physical / Originals

(i) Part-III shall contain original Bid Security/ EMD, Power of Attorney, Integrity pact

duly signed, Letter of Authority and other documents as per clause no. 3.3.2 of IFB as

sought in sealed envelopes and shall be submitted to GM (C&P), UG Floor, GAIL

(India) Ltd., GAIL Bhawan, New Delhi-110066 in physical form by bid due date &

time as defined in bid document.

(ii) The bidder has an option to submit all above documents except Letter of Authority in

physical form within 7 (seven) days reckoned from bid due date provided scanned

copies of the above documents have been submitted as a part of e-bid on or before the

bid due date and time.

11. BID PRICES

11.1. The bidder shall e-quote bid Prices on the appropriate format for “Schedule of Rates”

enclosed as part of bidding document.

11.2. The bidder shall e-quote the prices for items in the Schedule of Rate after careful

analysis of cost involved for the performance of complete scope of work, scope of

supply after considering all parts of the Bidding Document. In case, any activity

though specifically not covered but is required to complete the work 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.

11.3. Bid for part scope of work quoted shall be rejected.

11.4. Prices must be filled in format for “Schedule of Rates” enclosed as part of bidding

document. If quoted in separate type sheets and any variation in item description, unit

or quantity is noticed, the bid is liable to be rejected.

11.5. Prices quoted should be inclusive of all charges towards complete scope of work, all

taxes, duties, levies, license fees and also payment towards third party charges, if any

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 30 of 159

etc. except service tax. Rate of service tax and cess thereafter should be indicated

separately in Price Schedule / Schedule of Rates.

In case of non-corporate entities, bidder is require to pay 50% of applicable service

and remaining 50% shall be deposited by GAIL directly as per service tax act.

However in SOR, entire applicable rate/amount of service tax to be indicated by

bidder.

11.6. Prices quoted by the bidder, shall remain firm and fixed and valid until completion of

the Contract and will not be subject to variation except statutory variation in Service

Tax. However, any increase in the rate of Service tax beyond contractual completion

period shall be on contractor’s account where as any decrease in the rate of service tax

shall be passed on to the employer.

11.7. Any new tax & duties if imposed by Govt of India on out put services after the Bid

Due Date but before the contractual delivery/completion shall be reimbursed to the

contractor on submission of documentary evidence for proof of payment to Govt.

authorities and after ascertaining its applicability with reference to the contract.

However, if such new taxes etc. is in substitution of existing taxes same will be

considered on merit of each case.

11.8. Alternate bids shall not be considered.

11.9. Conditional discount, if offered, shall not be considered for evaluation. Bidders

separation of the price components as aforesaid will be solely for the purpose of

facilitating the comparison of bids by GAIL and will not in any way limit GAIL’s

right to contract on any of the price basis/terms offered basis.

12. BID CURRENCY

12.1. Bidders shall submit bid in Indian Rupees only.

13. PERIOD OF VALIDITY OF BIDS

13.1. The bid shall remain valid for acceptance for three (3) months from the bid due date.

Bid valid for a shorter period is liable to be rejected being non-responsive.

13.2. In exceptional circumstances, prior to expiry of the original bid validity period, the

Owner may request that the Bidder extend the period of bid validity for a specified

additional period. The requests and the responses thereto shall be made in writing

(sent by fax/post/e-mail). A Bidder may refuse the request without forfeiture of his

bid security. A Bidder agreeing to the request will not be required or permitted to

modify his bid, but will be required to extend the validity of its bid security (without

any additional cost to Owner) for the period of bid validity extension and in

accordance with ITB Clause 14 in all respects.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 31 of 159

14. BID SECURITY

14.1. The bidder shall furnish, as part of his bid, a bid security in the amount specified in

the IFB.

14.2. The bid security is required to protect the Owner against the risk of Bidder’s conduct

which would warrant the bid security’s forfeiture, pursuant to ITB Clause – 14.9.

14.3. Bidders will submit bid security in Indian Rupees.

14.4. The bid security shall be in the form of Demand Draft / Banker’s Cheque in favour of

GAIL (India) Ltd. payable at New Delhi (issued by Indian Nationalised / Scheduled

bank or first class international bank) or in the form of an irrevocable Bank Guarantee

in favour of GAIL (India) Ltd. as per Format F-4.

GAIL shall not be liable to any bank charges, commission or interest on the amount of

bid security.

In case bid security is in the form of irrevocable Bank Guarantee the same shall be

from any Indian Scheduled Bank or a branch of an international bank situated in India

and registered with the Reserve Bank of India as scheduled foreign bank. However, in

case of Bank Guarantee from banks other than the Nationalized Indian bank, the bank

must be a commercial bank having net worth in excess of Rs. 100 Crores and a

declaration to this effect should be made by such commercial bank either in the bank

guarantee itself or separately on its letterhead.

14.5. The bid security shall be valid for two (2) months beyond the validity of the bid as

specified in Clause 13 of ITB i.e. 5 (Five) months beyond deadline for bid

submission.

14.6. Any bid not secured in accordance with ITB Clause 14.1 and 14.4 shall be rejected by

Owner as non-responsive.

14.7. Unsuccessful Bidder’s bid security will be discharged / returned, as promptly as

possible but not later than 30 days after the expiration of the period of bid validity

prescribed by the Owner, pursuant to ITB Clause-13.

14.8. The successful Bidder’s bid security will be discharged upon the Bidder’s accepting

the Order, pursuant to ITB Clause-32 and furnishing the Contract Performance

Guarantee pursuant to ITB Clause-34.

14.9. The bid security may be forfeited:

(i) If a Bidder withdraws his bid during the period of bid validity.

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

i) To accept the award in accordance with Clause-32 of ITB or

ii) To accept the arithmetic corrections pursuant to Clause-28 of ITB and/or

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 32 of 159

iii) In case of a successful Bidder, if the Bidder fails, within the specified period

a) to sign the Contract and

b) to furnish the performance guarantee in accordance with Clause-34 of

ITB

14.10. Bid Security should be in favour of GAIL (India) Limited. Bid Security must indicate

the Bid Document number and the item for which the Bidder is quoting. This is

essential to have proper co-relation at a later date. The Bid Security in the form of

Irrevocable Bank Guarantee shall be in the Format F-4, provided in the Bidding

Document.

14.11. Central Government of India/ Central Government Public Sector Undertakings (PSU)

are exempted from furnishing Bid Security.

Further, MSEs (Micro or Small Enterprises) are also exempted from payment of EMD

/ Bid Security subject to provision of clause no. 43 of ITB.

14.12. In case after Price Bid Opening, the lowest evaluated bidder (L-1) is not awarded the

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

term in regard thereof leading to Re-Tendering, GAIL shall forfeit Earnest Money

paid by bidder & such bidders shall be debarred from participating in Re-Tendering of

the same job (s)/item(s).

15. PRE-BID MEETING

15.1. The bidder(s) or his designated representative are invited to attend a pre-bid meeting

which will take place at GAIL (India) Limited, New Delhi on the date specified in

IFB.

The purpose of meeting will be to clarify issues related to tender on any matter that

may be raised at that stage. Session may also be arranged for bidders to demonstrate

the e-tendering system to facilitate bidders to submit the bid online.

A prospective Bidder requiring any clarification of the Bidding Documents may

notify GAIL in writing or by fax/e-mail/post at GAIL mailing address indicated in the

Invitation for Bids. It may not be practicable at the meeting to answer queries

received late, but queries and responses/clarifications will be transmitted in

accordance with following sub clauses.

GAIL will respond in writing to any request for clarification of the Bidding

documents, which it receives at least 02 (two) working days before the Pre-Bid

meeting date. Written copies of GAIL response (including an explanation of the query

but without identifying the source of the query) will be hosted on the websites as

mentioned in Clause-7.1 above before the bid due date.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 33 of 159

Any addendum /corrigendum /clarifications to bidders query thus issued shall be part

of the Bidding Documents pursuant to ITB Clause-6.1 and shall be hosted on the

websites as defined in Clause-7.1 above and will be informed to bidders as per

Clause-8.2 above.

15.2 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 Clause 1.0 of IFB 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 authorized 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 tender. Owner will appreciate submission

of offer based on the terms and conditions in the enclosed General Conditions of

Contract (GCC-Works), Special Conditions of Contract (SCC), Instructions to

Bidders (ITB), Scope of Work, technical specifications etc. to avoid wastage of time

and money in seeking clarifications on technical/ commercial aspects of the bid. Bids

with any deviation to the bid conditions shall be liable for rejection. Bidders may note

that no technical and commercial clarifications will be sought for after the receipt of

the bid.

17.2. Notwithstanding to the above, bids with deviation(s) to the bid conditions to

following shall be summarily rejected without any post bid reference to the bidders.

(i) Firm Price

(ii) Bid Price as per Clause-11 of ITB.

(iii) Bid Document Fee and Bid Security/ EMD as per above clauses.

(iv) Scope of Work as per IFB and as specified in Bid document

(v) Technical specifications as specified in Bid document.

(vi) Schedule of Rates.

(vii) Completion Schedule.

(viii) Period of Validity of bid.

(ix) Price Reduction Schedule.

(x) Acceptance to Performance bank Guarantee format and acceptance to submit

the same in case of award.

(xi) Guarantee/Defect Liability Period Clause

(xii) Arbitration / Resolution of Dispute

(xiii) Force Majeure

(xiv) Applicable Laws

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 34 of 159

(xv) PF/EPF registration

(xvi) Integrity pact duly signed

(xvii) Any other condition specifically mentioned in the tender document elsewhere

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

(xviii) In case Bidder stipulate deviations, Owner/consultant have the right to reject

such bid at its absolute discretion without giving any opportunity for such

Bidders to make good such deficiency.

18. E-PAYMENT

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

electronically and to facilitate the payments electronically, the bidder should submit

his account details in enclosed format to facilitate payments through e-Banking/

RTGS/NEFT mode.

C. SUBMISSION OF BIDS

19. SEALING AND MARKING OF BIDS

19.1. E-Bid shall be submitted in the following manner in separate e-envelope duly super

scribed as below:

Part I – Techno-commercial / Un-priced bid

Part II – Priced Bid

Part III – Documents to be submitted in originals

19.2. E-Bids for Part-I and Part-II must be received online by GAIL through their e-

tendering website by due date.

19.3. Part-III, Sealed envelopes containing the original documents required to be submitted

by the bidder in hard must be received by GAIL as per due date and time specified in

bid document.

Sealed envelope containing original/ physical form of bid (Part-III) shall have bid

document number and shall be addressed to General Manager (C&P)-Projects, GAIL

and submitted at address given below before due date & time.

General Manager (C&P)

GAIL (India) Limited

Project Services, UG Floor,

GAIL Bhawan,

16, Bhikaiji Cama Place,

New Delhi-110066 (India)

Each envelope shall indicate name and address of the bidder to enable the bid to be

returned unopened, if required.

The bidder has an option to submit hard copy of documents as per Clause-10.4(ii)

above. IN CASE ORIGINAL BID SECURITY/ EMD IS NOT RECEIVED

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 35 of 159

WITHIN 7 DAYS, THE BID WILL BE REJECTED IRRESPECTIVE OF

THEIR STATUS / RANKING IN TENDER AND NOTWITHSTANDING THE

FACT THAT A COPY OF EMD WAS EARLIER UPLOADED BY THE

BIDDER.

19.4. If the envelope is not sealed and marked as above, the Owner will assume no

responsibility for the misplacement or premature opening of the bid.

20. DEADLINE FOR SUBMISSION OF BID

20.1. The deadline for submission of bid shall be as mentioned in IFB.

20.2. The Owner may, in exceptional circumstances and at its discretion, on giving

reasonable notice by e-mail/ post or any written communication to all prospective

bidders who have downloaded the bid document extend the deadline for the

submission of bids in which case all rights and obligations of the Owner and bidders,

previously subject to the original deadline will thereafter be subject to deadline as

extended.

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

21.1. E-system of GAIL shall close immediately after the deadline for submission of bid

prescribed by the GAIL pursuant to Clause-20 of ITB.

21.2. Unsolicited bid or bids being submitted in physical form or to address to other than

one specifically stipulated in the bid document will not be considered for opening /

evaluation /award and will be returned to such bidders.

22. MODIFICATION AND WITHDRAWAL OF BIDS

22.1. The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but,

before the due date of submission as per provision of e-tendering system of GAIL.

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

22.3. 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 shall result in the

bidder’s forfeiture of its bid security, pursuant to Clause-14.9 of ITB.

D. BID OPENING AND EVALUATION

23. BID OPENING

23.1. Un-Priced Techno – Commercial bid opening.

23.2. The Owner will open, in the presence of bidders’ designated representatives, Un-

priced Part of bid (Part-I) at date and time as stipulated in IFB at GAIL (India) Ltd.,

GAIL Bhavan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi – 110066. The

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 36 of 159

bidder’s representatives who are present shall sign bid-opening statement evidencing

their attendance.

23.3. Bidder’s names, the presence (or absence) and amount of bid security, and any other

such details as GAIL may consider appropriate will be announced by GAIL.

24. PROCESS TO BE CONFIDENTIAL

24.1. 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 Owner in any manner in respect of bid evaluation or award

will result in the rejection of that bid.

25. CONTACTING THE OWNER

25.1. From the time of the bid opening to the time of the award, if any Bidder wishes to

contact the Owner for any matter relating to the bid, it should do so in writing.

25.2. Any effort by a Bidder to influence the Owner in any manner in respect of bid

evaluation or award will result in the rejection of that bid.

26. EXAMINATION OF BIDS & DETERMINATION OF RESPONSIVENESS

26.1. Techno-Commercial Bid Evaluation

(i) The Owner 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.

(ii) Prior to the detailed evaluation, the Owner 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.

(iii) 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 and

returned un-opened to such bidder(s).

(iv) The Owner 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 Owner, and may not subsequently be made responsive by the

bidder by correction of the nonconformity.

(v) The Owner 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

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 37 of 159

with the requirements set forth in the Bidding Documents. In order to reach

such a determination, the Owner 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 bid document, consistency and detail will be rejected as non-

responsive.

b. Any other relevant factor, if any that the Owner deems necessary or prudent to be

taken into consideration.

(vi) Requisite forms contains all necessary information including those required for

meeting qualifying criteria stipulated in IFB, etc.

27. PRICE BID OPENING

27.1. The Owner 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 24 hours.

27.2. The Owner will open price bids of all bidders notified to attend price bid opening in

presence of authorized 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.

27.3. The bidder’s name, prices, and such other details as the Owner, at its discretion, may

consider appropriate will be announced and recorded at the time of bid opening.

28. ARITHMETIC CORRECTIONS

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

(a) Where there is a discrepancy between the amounts in words and in figures, the

amount in words will govern; and

(b) Where there is a discrepancy between the unit rate and the total resulting from

multiplying the unit rate by the quantity, the unit rate as quoted will prevail

and total price will be corrected.

(c) If there is a discrepancy between the total amount and the sum of total prices,

the sum of total prices shall prevail and the total bid amount will be corrected.

28.2. If the Bidder does not accept the correction of errors, its bid will be rejected and the

bid security will be forfeited.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 38 of 159

29. EVALUATION AND COMPARISON OF BIDS

29.1. Tender shall be evaluated based on sum of total quoted price for full scope of work as

per SOR.

29.2. The evaluation of all responsive bids to arrive at lowest evaluated offer shall include

the following:

i) The quoted cost including all taxes and duties for scope of work after

arithmetic correction

ii) Less “CENVATABLE Service Tax”

29.3. In case a bidder does not quote for any items of schedule of prices, and the estimated

price impact of unquoted items is more than 10% of the quoted price, the bid will be

rejected. If such price impact of unquoted items is 10% or less of his total quoted

price and under special circumstances, Owner decide to consider the bid, then for the

purpose of comparison, the unquoted items shall be loaded by price impact calculated

on the basis of highest of the rates quoted by other bidders and estimated rate. If such

bidder happens to be selected bidder, price of unquoted items shall be considered built

up in the quoted price and no extra cost shall be payable for such items.

29.4. Any uncalled for lump sum/percentage or adhoc reduction / increase in prices, offered

by the Bidder after opening of the prices, shall not be considered.

29.5. Purchase preference to Central Public Sector Undertaking/ Enterprises as per

Government of India guidelines in vogue at the time of price bid opening shall be

considered for evaluation of the price bids.

29.6. Offers will be evaluated on Section wise basis, i.e. separately for each Section.

29.7. Bidders may quote for either one or two or three or all four "Section (s)". However,

bidders must quote for all the items (and for their entire quantities) against each

quoted Section. If any bidder fails to quote for any item against a quoted Section,

bidder's bid for that Section shall be evaluated as per provision mentioned at para 29.3

above.

29.8. If a bidder quotes for all the Section (s) and qualifies for lesser no of Sections then

Contract will be awarded on "Least-Cost-to-GAIL" basis". In such a case, after

selection of the Section for award on "Least-Cost-to-GAIL" basis, prices quoted by

such bidder for the remaining Section (s) would not be considered for evaluation and

comparison to decide inter-se-ranking. Same methodology would be followed for

award of the leftover SOR-Section among the remaining bidders.

E. AWARD OF CONTRACT

30. AWARD OF WORK

30.1. The Owner will award the Contract to the successful bidder(s) whose bid has been

determined to be substantially responsive, meets the technical & financial criteria

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 39 of 159

and/or have been determined as a lowest bid on least cost basis to Owner and capacity

of Bidders is as per qualification criteria based on IFB and is determined to be

qualified to satisfactorily perform the Contract.

30.2. Owner also reserves the right to negotiate the quoted prices before award of work.

31. OWNER RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

31.1. The Owner 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 Owner’s action.

32. NOTIFICATION OF AWARD

32.1. 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.

32.2. The Progressive Delivery / Completion period shall commence from the date of

notification of award / Fax of Acceptance (FOA).

32.3. The notification of award will constitute the formation of a Contract until the Contract

has been effected pursuant to signing of Contract as per Clause-33 of ITB.

33. CONTRACT AGREEMENT

33.1. Contract documents for agreement shall be prepared after the acceptance of bid. Until

the final contract documents are prepared and executed this bid document together

with the annexed documents, modifications, deletions agreed upon by the

Owner/Consultant and bidders acceptance thereof shall constitute a binding contract

between the successful Bidder and Owner/Consultant based on terms contained in the

aforesaid documents and the finally submitted and accepted rates.

33.2. The Contract document shall consist of the following:-

a) Original Bidding Document along with its enclosures issued.

b) Amendment / Corrigendum to original Bidding Document issued, if any

c) Fax of Acceptance.

d) Detailed Letter of Award/Acceptance and enclosures attached therewith.

33.3. After the successful bidder has been notified for acceptance of his bid, the bidder is

required to execute the Contract Agreement within 15 days of receipt of Fax of

Acceptance in the form provided in the Bidding Documents. The Contract Agreement

is to be executed on the non-judicial paper of appropriate value (the cost of stamp

paper shall be borne by the Contractor).

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 40 of 159

33.4. In the event of failure on the part of the successful bidder to sign the Agreement

within the above-stipulated period, the Bid Security shall be forfeited and the

acceptance of the tender shall be considered as cancelled.

34. PERFORMANCE GUARANTEE

34.1 Within 'fifteen [15] days' of the receipt of the "Fax of Acceptance [FOA]" from

GAIL, the successful Bidder shall furnish the 'Contract Performance Security /

Security Deposit' in accordance with 'Article-24' of "General Conditions of Contract

[GCC]" in the form provided in the Bidding Documents. The same shall be kept valid

for the entire duration of the Contract. The 'Contract Performance Security / Security

Deposit' shall be in the form of either 'Banker's Cheque' or 'Demand Draft' or Bank

Guarantee, and shall be in the currency of the Contract.

34.2 The 'Contract Performance Security / Security Deposit' shall be for an amount equal

to 7.5% of the annualized Contract Value towards faithful performance of the

contractual obligations. This Bank Guarantee / Demand Draft / Banker's Cheque shall

be from any Indian scheduled bank or a branch of an International bank situated in

India and registered with Reserve Bank of India as scheduled foreign bank. However,

in case of Bank Guarantees from banks other than the Nationalized Indian banks, the

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

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

commercial bank either in the Bank Guarantee itself or separately on its letterhead.

This 'Bank Guarantee' shall be valid until 'three [03] months' beyond the specified

"Contractual Period + Defect Liability Period".

34.3 Failure of the successful Bidder to comply with the requirements of this article shall

constitute sufficient grounds for the annulment of the award and forfeiture of the

'Earnest Money / Bid Security', in which event GAIL may award the Contract to the

next lowest evaluated Bidder or call for new Bids.

35. CORRUPT AND FRAUDLENT PRACTICES

35.1. The Owner requires that Bidders/Contractors observe the highest standard of ethics

during the execution of Contract. In pursuance of this policy, the Owner defines, for

the purpose 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 Owner, and includes

collusive practice among bidders (prior to or after bid submission) designed to

establish bid prices at artificial non-competitive levels and to deprive the

Owner of the benefits of free and open competition.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 41 of 159

35.2. The Owner 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:

35.3. The Owner will declare a firm ineligible for a period pursuant to Clause 32 (C) of

GCC.

35.4. The bidder(s) are required to execute the “Integrity Pact” attached in the bid

document. In case a bidder does not sign the Integrity Pact, his bid shall be liable for

rejection.

36. WAIVER OR TRANSFER OF THE AGREEMENT

36.1. 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 Owner.

37. ORDER OF PRECEDENCE

The Articles contained in this Section shall supplement to the Special Conditions of

Contract, General Conditions of Contract – Works. Where any portion of Special

Conditions of Contracts and General Conditions of Contract – Works 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 – Works 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, General Conditions of Contract –

Works.

37.1. UNSOLICITED POST TENDER MODIFICATIONS

Bidders are advised to quote as per terms and conditions of the Bidding Document

and not to stipulate deviations/exceptions. Once quoted, the bidder shall not make any

subsequent price changes, whether resulting or arising out of any technical /

commercial clarifications and details sought on any deviations, exceptions or

stipulations mentioned in the bid unless any amendment to Bidding Document is

issued by Owner/Consultant. Similarly, no revision in quoted price shall be allowed

should the deviations stipulated by him are not accepted by GAIL and are required to

be withdrawn by him in favour of stipulation of the Bidding Document. Any

unsolicited proposed price change is likely to render the bid liable for rejection.

38. CENVAT/ VAT CREDIT

38.1. Bidders shall provide required documents for availing Cenvat Credit applicable on

Service Tax as per prevailing rules.

39. DISPUTE RESOLUTION

Clause no. 107 GCC for Procurement of Works have been modified to the extent that

the following provision “Dispute Resolution Clause” shall be part of said clause:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 42 of 159

39.1. 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 dispute through conciliation. A

copy of the said rules made available on GAIL’s website www.gailonline.com for

reference.

Unless otherwise specified, the matter where decision of the Engineer-in-Charges is

deemed to be final and binding as provided in the agreement and the issues/ disputes

which cannot be mutually resolved with a reasonable time, all disputes shall be settled

in accordance with the Conciliation Rules 2010.

39.2. Any dispute(s)/ difference(s)/issue(s) of any kind whatsoever between/ amongst the

Parties arising under/ out of/ in connection with this agreement shall be settled in

accordance with the aforesaid rules.

39.3. In case of any dispute(s)/ difference(s)/issue(s), as mentioned above, 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.

39.4. Conciliation proceedings commence when the other Party (ies) accept(s) the invitation

to conciliate and confirmed in writing. If the other Party (ies) reject(s) the invitation,

there will be no conciliation proceedings.

39.5. 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 to other Party(ies) accordingly.

39.6. 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 as per the provisions of

arbitration clause.

For the purpose of this Article, the option of ‘Conciliation’ shall be deemed to have

been exhausted, even in case of rejection of ‘Conciliation’ by any of the Parties.

39.7. The cost of Conciliation proceeding 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.

39.8. The Parties shall freeze claims (s) of interest, if any, and shall not claim the same

during pendency of Conciliation proceedings. The Settlement Agreement, as and

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 43 of 159

when reached/ agreed upon, shall be signed between the Parties and Conciliation

proceeding shall stand terminated on the date of the Settlement Agreement.

40. INTEGRITY PACT

GAIL as one of its endeavour to maintain and foster most ethical and

corruption free business environment, have decided to adopt the Integrity Pact, a

tool developed by the Transparency International, to ensure that all activities and

transactions between the Company (GAIL) and its Counterparties (Bidders,

Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are handled in a

fair and transparent manner, completely free of corruption. Accordingly, an MOU on

Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency

International India.

Considering the above, the details mentioned below are applicable as stated in

Instruction to Bidders of Bid Document in addition to the existing stipulation

regarding Corrupt and Fraudulent Practices.

The attached copy of the Integrity Pact as Annexure -1 to ITB shall be included

in the Bid submitted by the bidder (to be executed by the bidder for all

tenders of value Rs. 1 (One) crore and above). In case a bidder does not sign the

Integrity Pact, his bid shall be liable for rejection.

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and

conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his

bid shall be liable for rejection.

COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor,

etc.), shall not pay any bribe/influence or give undue/ unlawful benefit to

anyone to gain undue advantage in dealing with GAIL.

b) The Counterparty will not engage in collusion of any kind including

price fixation etc. with other Counterparts.

c) The counterparty will not pass GAIL’s confidential information to any

third party unless specifically authorized by GAIL in writing.

d) The Counterparties shall promote and observe best ethical practices

within their respective organizations.

e) The Counterparty shall inform the Independent External Monitor.

i) If it received any demand, directly or indirectly, for a bribe/

favour or any illegal gratification/ payment / benefit;

ii) If it comes to know of any unethical or illegal payment / benefit;

iii) If it makes any payment to any GAIL associate

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 44 of 159

f) The Counterparty shall not make any false or misleading allegations against

GAIL or its associates.

40.1. VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations

under the Integrity Pact Programme during bidding process, their entire Earnest

Money Deposit/ Bid Security, would be forfeited and in addition, they may be

blacklisted from the GAIL business in future.

b) In case of violation of the Integrity pact by Counterparty after award of the

Contract, GAIL shall be entitled to terminate the Contract. GAIL would forfeit the

security deposits, encash the bank guarantee (s) and other payments payable to

Counterparty in such cases,

c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/ blacklist/

put on holiday and exclude the Counterparty from future dealings until GAIL is

satisfied that the Counterparty shall not commit any such violation in future.

d) In addition to above, GAIL reserves its right to initiate criminal proceedings

against the violating Counterparty, if the allegations by Counterparty are found

frivolous, untrue and misleading and may also impose exemplary cost for the same.

e) The Counterparty will be entitled to claim as determined by the Independent

External Monitor, if the above (d) is found incorrect.

40.2. INDEPENDENT EXTRNAL MONITORS (IEMS)

The following Independent External Monitors (IEM) have been appointed by GAIL,

in terms of Integrity Pact (IP) which forms part of GAIL Tenders / Contracts.

Mr. V.K. Gupta, E-Mail: [email protected]

Mr. V.K. Gupta is authorised to examine / consider all references made to it under this

tender. The bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender

may raise the issue either with the designated tender issuing officer in GAIL or

directly with the IEM on the panel c/o Chief Vigilance Officer, GAIL (India) Limited,

GAIL Bhawan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi – 110066.

41. FLASE/ FORGED DCOUMENTS

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 to be false/ forged, the same shall be considered

adequate ground for rejection of the bids and forfeiture of Earnest Money

Deposit.

b) In case, the information/ document furnished by the vendor/ contractor

forming basis of evaluation of his bid is found to be false / forged after the

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 45 of 159

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) In case this issue of submission of false documents 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.

42. ERRANT BIDDER:

In case after price bid opening the lowest evaluated bidder (L-1) is not awarded the

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

term in regard thereof leading to re-tendering, GAIL (India) Limited shall forfeit the

earnest money/ bid security paid by the bidder and such bidder shall be debarred from

participation in re-tendering of the same job (s)/ item (s)

43. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL

ENTERPRISES

Government of India, vide Gazelle of India No. 503 dated 26.03.2012 has proclaimed

the Procurement Policy on procurement of goods and services from Micro and Small

Enterprises (MSEs) by all Central Ministries/ Departments! PSUs for promotion and

development of Micro and Small Enterprises. Accordingly, following provisions shall

be applicable to MSEs:

(i) Issue of Tender Documents to MSEs free of cost.

(ii) Exemption to MSEs from payment of EMD / Bid Security.

(iii) 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 LI price in a situation where L1 price is from

someone other than a micro and small enterprises and such micro and small

enterprises shall he allowed to supply upto 20% of the total tendered value

(Wherever applicable). 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 (wherever applicable). This quota is to be transferred to

other MSEs in case of non-availability of MSEs owned by SC/ST

entrepreneurs.

(iv) The quoted prices against various items shall remain valid in case of splitting

of quantities of the items as above (wherever applicable).

(v) 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

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 46 of 159

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 the regard.

The above documents submitted by the bidder shall be duly certified by the Statutory

Auditor of the bidder or a practicing Chartered Accountant (not being an employee or

a Director or not having any interest in the bidder's company/firm) where audited

accounts are not mandatory as per law.

If the bidder does not provide the above confirmation or appropriate document or any

evidence, then it will be presumed that they do not qualify for any preference

admissible in the Public Procurement Policy (PPP), 2012.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 47 of 159

FORMS AND FORMATS

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 48 of 159

FORMAT 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 Address where order is to be

placed/ issued:

___________________________________________

City: ______________________________________

District: ____________________________________

State: ______________________________________

PIN/ZIP :___________________________________

1-6 Telephone Number

___________________________________________

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

1-7 Fax Number

___________________________________________

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

1-8 E-mail ID

1-9 Website

1-10 Name & Designation of

Contact Person

1-11 ISO Certification, if any

{If yes, please furnish details}

1-12 Bid Currency

1-13 Port of shipment

1-14 Whether Supplier /

Manufacturer Dealer /

Trader / Contractor

1-15 Type of Material / Services

Supplies

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 49 of 159

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Note: This should be submitted on the Letter Head of the Bidder

1-16 Banker’s Name

1-17 Branch

1-18 Branch Code

1-19 Bank Account Number

1-20 Whether SSI Registrant or not

1-21 We (Bidder) are cover under

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) filled with the authority

specified by the respective State Government.)

1-22 Status of MSMED

Micro / Small / Medium

1-23 Type of Entity Corporate/ Non-Corporate (As per Service tax Act).

(In case of Non-Corporate Entity, bidder will submit

documentary evidence for same).

1-24 PAN No. (for Indian Bidder)

(Enclose copy of PAN)

1-25 Service Tax Registration No.

(for Indian Bidder)

(Enclose copy of service tax

registration certificate)

1-26 EPF Registration No.

(Enclose copy of EPF/PF

registration No.)

1-27 ESI registration No.

(Enclose Copy of ESI

registration certificate)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 50 of 159

FORMAT 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………………………, including

technical specifications, drawings, General and Special Conditions of Contract and schedule

of rates etc. the receipt of which is hereby duly acknowledged, we, the undersigned, pleased

to offer to execute the whole of the Job of …………… and in conformity with, the said Bid

Documents, including Addenda Nos. ____________.

We confirm that this bid is valid for a period of three (3) months from the date of opening of

Techno-Commercial Bid, and it shall remain binding upon us and may be accepted by any

time before the expiration of that period.

If our bid is accepted, we will provide the performance security as per provision of biding

document, for the due performance with in fifteen days of such award.

Until a final Agreement is prepared and executed, the bid together with your written

acceptance thereof in your notification of award shall constitute a binding Agreement

between us.

We understand that Bid Document is not exhaustive and any action and activity not

mentioned in Bid Documents but may be inferred to be included to meet the intend of the Bid

Documents shall be deemed to be mentioned in Bid Documents unless otherwise specifically

excluded and we confirm to perform for 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.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Duly authorized to sign bid for and on behalf of____________________________

(Signature of Witness)

Witness Name:

Address:

Note: This should be submitted on the Letter Head of the Bidder

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 51 of 159

FORMAT F-3 [LIST OF ENCLOSURES]

To

GAIL (India) Limited,

16, Bhikaiji Cama Place,

R. K. Puram, New Delhi – 110 066

Dear Sir,

We are enclosing the following documents as part of the bid:

We are enclosing the following documents in Physical form as part of the e-bid:

1) Letter of Authority (Form F-5)

2) Power of Attorney of the signatory to the Bidding Document

3) Integrity Pact in physical form*

4) Bid Security/EMD *

5) Cost of Bidding Document *

6) Format F-3A, F-3B and F-8A or F-8B in physical form as explained in the clause no.

_____________________ * 7)

* The bidder has the option to submit these documents in physical form on /before the

bid due date or within seven days from bid opening date. However, scanned copy of

these (same) documents must be submitted on-line as part of e-bid before the bid due

date/time.

B. We are enclosing the following documents on line as part of the e-bid:

1. Documentary evidence required for meeting the stipulated bid evaluation criteria of

bidding document.

2. Methodology of execution of work

3. Copy of Bidding Documents along with addendum/corrigendum no…… duly signed

and sealed on each page, in token of confirmation that Bid Documents are considered

in full while preparing the bid and in case of award, work will be executed in

accordance with the provisions detailed in Bidding Documents.

4. QA/QC Manuals for pipes and coating

5. Health Safety and Environment (HSE) Policy and HSE Manual

C. In case of tenders having the bid closing date up to 30th September of the relevant

financial year and audited financial results of immediate 3 preceding financial year

being not available, the bidder has an option to submit the audited financial results of

three years immediately prior to relevant financial year. Wherever, the bid closing

date is after 30th September of the relevant financial year, bidder has to compulsorily

submit the audited financial results of immediate preceding three financial years.

D. In case of tenders having the bid closing date up to 30th September of the relevant

financial year and audited financial results of immediate preceding financial year is

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 52 of 159

not available, in such a case the audited financial results of the year immediately prior

to that relevant financial year will be considered as last financial year for “Net Worth”

and “Working Capital” calculations as specified in Financial BEC. Wherever, the bid

closing date is after 30th September of the relevant financial year, bidder has to

compulsorily submit the audited financial results for the immediate preceding

financial year.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 53 of 159

FORMAT F-3A

COVERING LETTER ON LETTER HEAD OF STATUTORY

AUDITOR/CHARTERED ACCOUNTANT*

To, Date:

Sub: Certificate regarding …………………………….

Dear Sir,

We …………………………………..… (Name of Statutory Auditor/Chartered Accountant)

are the Statutory Auditor/Chartered Accountant of M/s ………….…….. (Name of bidder).

We hereby confirm that we have issued following certificate:

1. 2. 3.

Thanking You,

Place (Signature)

Date Name of Authorised Signatory

Membership no.:

Encl.: As above

Note:

Bidder whose accounts are not audited by auditors as per Law/ jurisdiction,

certification from a Chartered Accountant to be submitted.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 54 of 159

FORMAT F-3B

FORMAT FOR STATUTORY AUDITOR’S/ CHARTERED ACCOUNTANT*

CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER

* Bidder whose accounts are not audited by auditors as per law/jurisdiction,

certification from a Chartered Accountant to be submitted.

We have verified the Annual Accounts and other relevant records of

M/s……………………………… (Name of the bidder) and certify the following

A. ANNUAL TURNOVER OF LAST 3 YEARS:

Year Amount (Currency)

Year 1:

Year 2:

Year 3:

B. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR :

Description Year _____

Amount (Currency)

1. Current Assets

2. Current Liabilities

3. Working Capital (Current

Assets-Current liabilities)

4. Net Worth (Paid up share

capital and Free Reserves &

Surplus)

Name of Audit Firm/ Chartered Accountant [Signature of Authorized Signatory]

Date: Name:

Designation:

Seal:

Membership no.

Instructions:

1. The financial year would be the same as one normally followed by the bidder for its

Annual Report.

2. The bidder shall provide the audited annual financial statements as required for this

Tender document. Failure to do so would result in the Proposal being considered as

non responsive.

3. For the purpose of this Tender document, (i) Annual Turnover shall be “Sale value/

Operating Income” (ii) Working Capital shall be “Current Assets less Current

liabilities” and (iii) Net Worth shall be “Paid up share capital and Free Reserves &

Surplus”

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 55 of 159

FORMAT F-4 PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID SECURITY

(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No.........

Date......................

To

GAIL (India) Limited,

16, Bhikaiji Cama Place,

R. K. Puram, New Delhi – 110 066

Dear Sir(s),

In accordance with Letter Inviting Tender under your reference No___________

M/s.______________________________ having their Registered / Head Office at

_________________________ (hereinafter called the Tenderer) wish to participate in the said

tender for _____________________________________. As an irrevocable Bank Guarantee

against Earnest Money for the amount of ______________ is required to be submitted by the

Tenderer as a condition precedent for participation in the said tender which amount is liable to

be forfeited on the happening of any contingencies mentioned in the Tender Document.

We, the _______________________________Bank at _____________________________

having our Head Office _______________________________________ (Local Address)

guarantee and undertake to pay immediately on demand without any recourse to the tenderers by

GAIL (India) Ltd., the amount________________________________ without any reservation,

protest, demur and recourse. Any such demand made by GAIL, shall be conclusive and binding

on us irrespective of any dispute or difference raised by the Tenderer.

This guarantee shall be irrevocable and shall remain valid up to ____________ [this date

should be 5 months after the date finally set out for closing of tender]. If any further

extension of this guarantee is required, the same shall be extended to such required period on

receiving instructions from M/s._________________________________________ whose

behalf this guarantee is issued.

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on this

___________day of ____________200 __at____________.

Witness:

(Signature) (Signature)

(Name) (Name)

(Official Address) Designation with Bank Stamp

Attorney as per Power of Attorney No.________

Date:________________________

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 56 of 159

INSTRUCTIONS FOR FURNISHING BID SECURITY BANK GUARANTEE

1. The Bank Guarantee by bidders will be given on non-judicial stamp paper as per

stamp duty applicable. The non-judicial stamp paper should be in the name of the

issuing bank. In case of foreign bank, the said banks guarantee to be issued by its

correspondent bank in India on requisite non-judicial stamp paper.

2. The expiry date as mentioned in bid document should be arrived at by adding 2

months to the date of expiry of the bid validity unless otherwise specified in the Bid

Documents.

3. The bank guarantee by bidders will be given from bank as specified in ITB

4. A letter from the issuing bank of the requisite Bank Guarantee confirming that said

bank guarantee /all future communication relating to the Bank Guarantee shall be

forwarded to the Employer at its address as mentioned at ITB.

5. Bidders must indicate the full postal address of the bank along with the bank’s E-

mail/ Fax/. From where the earnest money bond has been issued.

6. If a bank guarantee is issued by a commercial bank, then a letter to Employer

confirming its net worth is more than Rs.1,000,000,000/- (Rupees one hundred

crore) or equivalent along with a documentary evidence.

Bank Details of GAIL (India) Limited

Bank Account No. 10813604110

Type of Account Current Account

Name of the Bank State Bank of India

Complete Branch Address CAG Branch, Jawahar Vyapar Bhawan, 11th

& 12th

Floor,

Tolstoy Marg, New Delhi -110001

RTGS IFSC Code SBIN0009996

NEFT IFSC Code SBIN0009996

MICR Code 110002201

Whether Bank is Having SFMS

facility? (Yes/No)

Yes

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 57 of 159

FORMAT F-4A [FORMAT FOR LETTER OF CREDIT FOR BID SECURITY]

To,

(Beneficiary)

GAIL (India) Limited,

16, Bhikaiji Cama Place,

R. K. Puram, New Delhi – 110 066

Irrevocable and confirmed Letter of Credit No……………………………………

Amount : Rs.

Validity of this Irrevocable : ………………………………………… (In India)

Letter of Credit (2 months beyond validity of offer)

Dear Sir,

You are here by authorized to draw on………………….. (Name of Applicant with full

address) for a sum not exceeding……………………available by your demand letter (draft)

on them at sight drawn for…………………..Rs. accompanied by a certificate by GAIL

(India) Ltd., with the Tender No. duly incorporated therein, that one or more of the following

conditions has/have occurred, specifying the occurred condition(s) :

(i) The bidder withdraws its Bid during the period of Bid validity or any extension

thereof duly agreed by the Bidder.

(ii) The Bidder varies or modifies its Bid in a manner not acceptable to GAIL (India) Ltd.

during the period of bid validity or any extension thereof duly agreed by the Bidder.

(iii) The Bidder, having been notified of the acceptance of its Bids,

(a) Fails or refuses to execute the supply order/contract

(b) Fails or refuses to furnish the Contract Performance B.G. / Security as per Bid

Document.

(c) Fails to accept arithmetic corrections as per Bid Document conditions.

2. This Irrevocable Letter of Credit has been established towards Bid Security Tender

No………………for ……………….. (Item)

3. We hereby guarantee to protect the Drawers, Endorsers and bonafide holders from

any consequences which may arise in the event of the non-acceptance or non-payment

of Demand Letter (draft) in accordance with the terms of this credit.

4. This Credit is issued subject to the Uniform Customs and Practices for Documentary

Credits (1993 Revised) International Chamber of Commerce brochure No. 500.

5. Please obtain reimbursement as under:

………………………………………….

6. All foreign as well as Indian bank charges will be on the account of

M/s……………………… (Applicant)

FOR………………………..

Authorised Signature

(Original Bank)

Counter Signature

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 58 of 159

FORMAT F-5 [LETTER OF AUTHORITY]

PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND

SUBSEQUENT NEGOTIATIONS/CONFERENCES

Ref. No. Date:

To,

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 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,

For and on behalf of__________

Signature

Name & Designation

Note: 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.

Not more than two persons are permitted to attend techno –commercial un-priced and

price bid opening.

Note: Bidder’s authorized executive is required to carry a copy of this authority letter

while attending the Pre-Bid Meeting, Un-priced bid opening and price bid

opening and submit the same to GAIL.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 59 of 159

FORMAT F-6 [NO DEVIATION CONFIRMATION]

To,

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.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 60 of 159

FORMAT F-7 [CERTIFICATE]

To,

GAIL (India) Limited

GAIL Bhavan,

16, Bhikaiji Cama Place,

R.K. Puram,

New Delhi -110066 (India)

Dear Sir,

If we become a successful bidder and pursuant to the provisions of the Bidding Documents Fax

of Acceptance is issued to us, the following certificate shall be automatically enforceable:

“We agree and acknowledge that the Employer is entering into the Agreement solely on its own

behalf and not on behalf of any other person or entity. In particular, it is expressly understood

and agreed that the Government of India is not a party to the Agreement and has no liabilities,

obligations or rights there under. It is expressly understood and agreed that the Employer is

authorised to enter into Agreement, solely on its own behalf under the applicable laws of India.

We expressly agree, acknowledge and understand that the Employer is not an agent,

representative or delegate of the Government of India. It is further understood and agreed that

the Government of India is not and shall not be liable for any acts, omissions, commissions,

breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly

waive, release and forego any and all actions or claims, including cross claims, VIP claims or

counter claims against the Government of India arising out of the Agreement and covenants not

to sue to Government of India as to any manner, claim, cause of action or things whatsoever

arising of or under the Agreement.”

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 61 of 159

FORMAT-F 8 (A)

Page 1 of 2

FOR DETAILS OF SIMILAR SUPPLY OF GOOD/ WORKS/ SERVICES

IN PAST SEVEN YEARS AND FORMAT FOR CERTIFICATE FROM

CHARTERED ACCOUNTANT*

(Applicable for cases where bidder’s account are not audited by

Statutory Auditor as per Law / Jurisdiction)

Name of the Project/Work

Name, address and contact

details of client

P.O /W.O No.

Scope of work of Bidder

Date of commencement of the

project/work

Date of completion of the

project/work

Total executed value from the

project / work (Specify

currency and amount)

(i) Copies of Letter of awards/ Order/ Work Orders and or IRN/Proof of delivery to be

enclosed.

(ii) The Supply/Work/Services completed earlier than Seven years need not be indicated

here.

(iii) The list of Supply, not of similar nature need not be indicated here. Failing to comply

aforementioned instructions may lead to rejection of bid.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 62 of 159

FORMAT-F 8 (A)

Page 2 of 2

FORMAT FOR CERTIFICATION BY CHARTERED ACCOUNTANT

Certificate from the Chartered Accountant regarding Supply of Good / works / Services

Based on its books of accounts and other published information authenticated by it, {this is to

certify that LOA/ PO/ WO No.............................................. dated ..................... was awarded to

……………………..…………….. (Name of the Bidder) by ………….………….. (Name of

Client) to execute ………………..…… (Name of Supply/Work/ Service). The Supply commenced

on ……..……….. (Date) and was/ is likely to be completed on ……….………… (Date, if any).

It is certified that the total value of contract/order executed by …………….………. (Name of

bidder) was.................................. (Specify Currency and amount) and executed value

was....................................... (Specify Currency and amount).

Name of Audit Firm/Chartered Accountant [Signature of Authorized Signatory]

Date: Name:

Designation:

Seal:

Membership no.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 63 of 159

FORMAT F-8 (B)

Page 1 of 2

FOR DETAILS OF SIMILAR GOOD/ WORKS/ SERVICES SUPPLIED DONE

DURING PAST SEVEN YEARS AND FORMAT FOR CERTIFICATE FROM

STATUTORY AUDITOR

(Applicable in all cases where bidder’s accounts are audited by Statutory Auditor)

S. No. Description of the

Goods

LOA/PO/WO

No. and date

Full Postal

Address &

phone nos.

of Client.

Name,

designation

and address

of Engineer/

Officer-in-

Charge (for

cases other

than

purchase)

Value of

Contract/

Order

(Specify

Currency

Amount)

Date of

Commencement

of supply of

goods

Scheduled

Delivery

Schedule

Date of

Actual

Supply

Reasons

for delay

in

execution,

if any

(1) (2) (3) (5) (6) (7) (8) (9) (10)

Pl refer instruction

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Instructions: 1. Copies of Letter of awards/ Order/ Work Orders and IRN/Proof of delivery to be enclosed.

2. The Supply completed earlier than seven years need not be indicated here.

3. The list of Supply, not of similar nature need not be indicated here. Failing to comply

aforementioned instructions may lead to rejection of bid.

4. Bidders are expected to provide details in respect of each Order in this Annex. The orders

cited must comply with the Bid Evaluation criteria specified in Tender Document. Details

provided in this section are intended to serve as a backup for information provided in Offer/

Quotation. Bidder should also refer to the Instructions below.

5. A separate sheet should be filled for each LOA/Work Order/ Purchase Order.

6. Certificate from the Bidder’s statutory auditors must be furnished in the format below for

LOA/Work Order/ Purchase Order mentioned above (separately for each orders).

7. It may be noted that in the absence above certificates, the details would be considered

inadequate and could lead to the bid being considered ineligible for further evaluation.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 64 of 159

Format F-8 (B)

(Page 2 of 2)

FORMAT FOR CERTIFICATION BY STATUTORY AUDITOR

Certificate from the Statutory Auditor regarding Supply of Good/ Works/ Services

Based on its books of accounts and other published information authenticated by it, {this is to

certify that LOA/ PO/ WO No.............................................. ............ dated ................ was

awarded to ……………………………….…………….. (Name of the Bidder) by

……………….. (Name of Client) to execute ………….…………… (Name of Supply). The

Supply/works/services commenced on ………….….. (Date) and was/ is likely to be

completed on ……….…… (Date, if any). It is certified that the total value of contract/order

executed by ……………………..……. (Name of bidder) was.............................. (Specify

Currency and amount) and executed value was................................... (Specify Currency and

amount).

Name of Audit Firm/Chartered Accountant [Signature of Authorized Signatory]

Date: Name:

Designation:

Seal:

Membership no. .

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 65 of 159

FORMAT F-9

PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE

GUARANTEE (ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

To,

GAIL (India) Limited

GAIL Bhavan,

16, Bhikaiji Cama Place,

R.K. Puram,

New Delhi -110066 (India)

Dear Sirs,

M/s ___________________________________________________ have been awarded the

work of _____________________________________________________ for GAIL (India)

Limited, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi.

The contracts conditions provide that the CONTRACTOR shall pay a sum of Rs.___________

(Rupees) ______________as full Contract Performance Guarantee in the form therein

mentioned. The form of payment of Contract Performance Guarantee includes guarantee

executed by Nationalised Bank, undertaking full responsibility to indemnify GAIL (INDIA)

LTD., in case of default.

The said M/s _______________________________________________ have 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.

a. 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.

b. 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.

c. Your right to recover the said sum of ____________________________________

(_______________________________________) from us in manner aforesaid will not

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 66 of 159

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.

d. 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.

e. 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.

f. 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 arising out of or in relation

to the said Bank Guarantee shall be subject to the jurisdiction of Delhi Courts.

g. We have power to issue this guarantee in your favour under Memorandum and Articles

of Association and the undersigned has full power to do under the Power of Attorney

dated ___________ granted to him by the Bank.

Yours faithfully,

___________________________Bank

By its Constituted Attorney

Signature of a person duly authorised to

sign on behalf of the Bank.

INSTRUCTIONS FOR FURNISHING 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 confirming

its net worth is more than Rs. 1,000,000,000/- (Rupees one hundred Crores) or its

equivalent in foreign currency along with documentary evidence.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 67 of 159

FORMAT F-10 [PF REGISTRATION]

To,

GAIL (India) Ltd

16, Bhikaiji Cama Place

R K Puram,

New Delhi-110066

Dear Sir,

We hereby confirm that the following PF Account is under operation and shall be used for all

PF related activities for the labour engaged by us for the Facility (if awarded to us).

PF REGISTRATION NO. :

DISTRICT & STATE :

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Note: Bidder shall submit copy of valid PF / EPF Registration certificate.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 68 of 159

FORMAT F-11[CHECK LIST]

Bidders are requested to duly fill in the checklist. This checklist gives only certain important

items to facilitate the bidder to make sure that the necessary data/information as called for in

the bid document has been submitted by them along with their offer. This, however, does not

relieve the bidder of his responsibilities to make sure that his offer is otherwise complete in

all respects.

Please ensure compliance and tick () against following points:

S. NO. DESCRIPTION STATUS

1.0 Signing and stamping each sheet of offer, original bid document

including drawings, addendum (if any)

2.0 Confirm that the following details have been submitted in the

Un-priced part:

a) Covering Letter, Letter of Submission

b) Bid Security / EMD and Tender Fee

c) Signed and stamped original copy of bid document along

with drawings and addendum (if any)

d) Power of Attorney in the name of person signing the bid

e) Bidder’s declaration that they are not under any liquidation,

court receivership or similar proceedings.

f) Bidder’s declaration that they are not put on holiday by

GAIL or its PMC or black listed by any Government

Department / Public sector.

g) EPF Registration Certificate in case of Domestic Bidder

h) Undertaking that contents of Bid Document have not been

altered or modified ( For only those Bidders who have

downloaded the Bid Document from the GAIL website )

3.0 Confirm that all forms are enclosed with the bid duly signed

by authorised person(s)

4.0 Confirm that the price bid has been duly filled in for each

item, signed and stamped on each page separately

5.0 Confirm that proper page nos. have been given in sequential

way in all the documents submitted along with your offer

with Index.

6.0 Confirm that any correction in the Un-priced part has been

initialled and stamped by the authorized person.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 69 of 159

S. NO. DESCRIPTION STATUS

7.0 Confirm that any correction in the “Price Part” part has been

signed in full and stamped by the authorized person.

8.0 Confirm that prices in requisite formats strictly complying

with the requirements have been submitted in price bid.

9.0 Confirmation that no deviations are taken against

commercial and technical specifications of the bid

document.

10.0 Confirm that annual reports for last three financial years &

duly filled in Form 3A & 3B are enclosed in the offer for

financial assessment.

11.0 Confirm that copies of documents establishing the bidder’s

eligibility are enclosed.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 70 of 159

FORMAT F-12 [PROFORMA FOR CONTRACT AGREEMENT]

FOA No. GAIL / Dated _________

Contract Agreement for the work of ___________ of GAIL (India) Limited made on

_______ between (Name and Address) __________, hereinafter called the

“CONTRACTOR” (which term shall unless excluded by or repugnant to the subject or

context include its successors and permitted assignees) of the one part and GAIL (India)

Limited hereinafter called the “EMPLOYER” (which term shall, unless excluded by or

repugnant to the subject or context include its successors and assignees) of the other part.

WHEREAS

A. The EMPLOYER being desirous of having provided and executed certain work

mentioned, enumerated or referred to in the Tender Documents including Letter

Inviting Tender, General Tender Notice, General Conditions of Contract, Special

Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of

completion of jobs, Schedule of Rates, Agreed Variations, other documents has called

for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified in

the Tender Documents and has satisfied himself by careful examination before

submitting his tender as to the nature of the surface, strata, soil, sub-soil and ground,

the form and nature of site and local conditions, the quantities, nature and magnitude

of the work, the availability of labour and materials necessary for the execution of

work, the means of access to SITE, the supply of power and water thereto and the

accommodation he may require and has made local and independent enquiries and

obtained complete information as to the matters and thing referred to, or implied in

the tender documents or having any connection therewith and has considered the

nature and extent of all probable and possible situations, delays, hindrances or

interferences to or with the execution and completion of the work to be carried out

under the CONTRACT, and has examined and considered all other matters,

conditions and things and probable and possible contingencies, and generally all

matters incidental thereto and ancillary thereof affecting the execution and

completion of the WORK and which might have influenced him in making his tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General

Conditions of Contract, Special Conditions of Contract, Schedule of Rates, General

Obligations, SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for

completion of Jobs, Letter of Acceptance of Tender and any statement of agreed

variations with its enclosures copies of which are hereto annexed form part of this

CONTRACT though separately set out herein and are included in the expression

“CONTRACT” wherever herein used.

AND WHEREAS

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 71 of 159

The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the

execution of the said WORK at the rates stated in the schedule of quantities of the work and

finally approved by EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms

and subject to the conditions of CONTRACT.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND

DECLARED AS FOLLOWS:-

1. In consideration of the payment to be made to the CONTRACTOR for the WORK to

be executed by him, the CONTRACTOR hereby covenants with EMPLOYER that the

CONTRACTOR shall and will duly provide, execute and complete the said work and

shall do and perform all other acts and things in the CONTRACT mentioned or

described or which are to be implied there from or may be reasonably necessary for the

completion of the said WORK and at the said times and in the manner and subject to

the terms and conditions or stipulations mentioned in the contract.

2. In consideration of the due provision execution and completion of the said WORK,

EMPLOYER does hereby agree with the CONTRACTOR that the EMPLOYER will

pay to the CONTRACTOR the respective amounts for the WORK actually done by

him and approved by the EMPLOYER at the Schedule of Rates and such other sum

payable to the CONTRACTOR under provision of CONTRACT, such payment to be

made at such time in such manner as provided for in the CONTRACT.

AND

3. In consideration of the due provision, execution and completion of the said WORK

the CONTRACTOR does hereby agree to pay such sums as may be due to the

EMPLOYER for the services rendered by the EMPLOYER to the CONTRACTOR,

such as power supply, water supply and others as set for in the said CONTRACT and

such other sums as may become payable to the EMPLOYER towards the controlled

items of consumable materials or towards loss, damage to the EMPLOYER'S

equipment, materials construction plant and machinery, such payments to be made at

such time and in such manner as is provided in the CONTRACT.

It is specifically and distinctly understood and agreed between the EMPLOYER and

the CONTRACTOR that the CONTRACTOR shall have no right, title or interest in

the SITE made available by the EMPLOYER for execution of the works or in the

building, structures or work executed on the said SITE by the CONTRACTOR or in

the goods, articles, materials etc., brought on the said SITE (unless the same

specifically belongs to the CONTRACTOR) and the CONTRACTOR shall not have

or deemed to have any lien whatsoever charge for unpaid bills will not be entitled to

assume or retain possession or control of the SITE or structures and the EMPLOYER

shall have an absolute and unfettered right to take full possession of SITE and to

remove the CONTRACTOR, their servants, agents and materials belonging to the

CONTRACTOR and lying on the SITE.

The CONTRACTOR shall be allowed to enter upon the SITE for execution of the

WORK only as a licensee simpliciter and shall not have any claim, right, title or

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 72 of 159

interest in the SITE or the structures erected thereon and the EMPLOYER shall be

entitled to terminate such license at any time without assigning any reason.

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated

from the said SITE shall, unless otherwise expressly agreed under this CONTRACT,

exclusively belong to the EMPLOYER and the CONTRACTOR shall have no right to

claim over the same and such excavation and materials should be disposed off on account

of the EMPLOYER according to the instruction in writing issued from time to time by the

ENGINEER-IN-CHARGE.

In Witness whereof the parties have executed these presents in the day and the year first above

written.

Signed and Delivered for and Signed and Delivered for and

on behalf of EMPLOYER. on behalf of the CONTRACTOR.

GAIL (India) Limited (Name of the Contractor)

_______________________________ ____________________________

_______________________________ ____________________________

Date: ___________ Date: ____________

Place: ___________ Place: ____________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. ________________________

___________________________ ________________________

___________________________ ________________________

___________________________ ________________________

2.___________________________ 2. ________________________

___________________________ ________________________

___________________________ ________________________

___________________________ ________________________

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 73 of 159

FORMAT F-13

PERFORMANCE EVALUATION

1.1 GAIL follows a system of Performance Evaluation of vendors and contractors to

monitor and ensure the timely and smooth completion of supplies, execution of

contracts, and maintenance of quality standards. The basic objective is to recognize

and develop reliable vendors and contractors who consistently meet or exceed

expectations and requirements of GAIL with respect to timely receipt of supplies,

completion of work and services and the quality specifications, standards. Vendors

and contractors whose performance is not found satisfactory will be debarred from

future business with GAIL.

1.2 All the suppliers and contractors working with GAIL will be evaluated based on the

parameters defined in the performance Rating Data Sheet as per enclosed Annexure –I

of F-13.

1.3 The evaluated rating may be falling in any of the following category depending upon

the scoring of points in various parameters.

Very good

Good

Fair

Poor

1.4 In case, a vender/contractor is not able to achieve a minimum scoring of 60% points

in the given parameters individually and collectively for all parameters i.e. with poor

rating shall be put on “HOLIDAY” for a period of 1 to 3 years depending upon the

nature of failure on their part in performance and such venders and contractors will

not be allowed to participate in business with GAIL for the Holiday period.

1.5 The vendors and contractors will be blacklisted for submitting forged documents in

respect of experience, turnover and any other requirements forming the basis for pre

qualifying / eligibility criteria irrespective of their rating in the past. Such vendors &

Contractors will be debarred from having business with GAIL in future.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 74 of 159

Annexure - 1

GAIL (India) Limited

PERFORMANCE RATING DATA SHEET

(FOR PROJECTS/CONSULTANCY JOBS)

(i) Project/Work Centre :

(ii) Order/Contract No. & Date :

(iii) Brief description of Items works/Assignment :

(iv) Order/Contract value (Rs.) :

(v) Name of Vendor/Contractor/Consultant :

(vi) Contracted delivery/Completion Schedule :

(vii) Actual delivery/Completion Date :

Performance

Parameter

Delivery/Completion

Performance

Quality

Performance

Reliability

Performance

Total

Maximum Marks 40 40 20 100

Marks Allocated (*)

Remarks (if any)

PERFORMANCE RATING (**):

Note:

(*) Allocation of marks would be as per enclosed instructions

(**) performance rating shall be classified as under:

Sl. No. Range (Marks) Rating

1. 60 & below POOR

2. 61-75 FAIR

3. 76-90 GOOD

4. MORE THAN 90 VERY GOOD

Signature of Authorised signatory with name & designation

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 75 of 159

INSTRUCTIONS FOR ALLOCATION OF MARKS

Marks are to be allocated as under:

1.1 DELIVERY/COMPLETION PERFORMANCE : 40 MARKS

Delivery Period/Completion Schedule Delay in weeks Marks

a) Up to 3 months Before CDD 40

Delay up to 4 weeks 35

Delay up to 8 weeks 30

Delay up to 10 weeks 25

Delay up to 12 weeks 20

Delay up to 16 weeks 15

More than 16 weeks 0

b) Above 3 months Before CDD 40

Delay up to 4 weeks 35

Delay up to 8 weeks 30

Delay up to 10 weeks 25

Delay up to 16 weeks 20

Delay up to 20 weeks 15

Delay up to 24 weeks 10

More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 MARKS

For Normal Cases: No Defects/No Deviation/No failure: 40 marks

i) Rejection/Defects Marks to be allocated on pro-rata basis

for acceptable quantity as compared to

total quantity for normal cases

10 Marks

ii) When quality failure

endangers the system

integration and safety

of the system.

Failure of severe nature

- Moderate nature

- low severe nature

0 marks

5 marks

10-25

marks

iii) Number of deviations 1. No. deviation

2. No. of deviations <=2

3. No. of deviations >2

5 Marks

2 marks

0 marks

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 76 of 159

1.3 RELIABILITY PERFORMANCE 20 MARKS

(i) FOR WORKS / CONTRACTS

i) Submission of order acceptance, agreement, PBG, Drawings

and other documents within time

4 marks

ii) Mobilization of resources as per Contact and in time 4 marks

iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS & E requirements

Or

Reliability of Estimates/Design/Drawing etc. in case of

Consultancy jobs

4 marks

v) Timely submission of estimates and other documents for

Extra, Substituted & AHR items

4 marks

(ii) FOR SUPPLIES

i) Submission of order acceptance, PBG , Drawing and other

documents within time

5 marks

ii) Attending complaints and requests for after Sales service/warranty

repairs and/or query/advice (upto the evaluation period)

5 marks

iii) Response to various correspondence and conformance to standards

like ISO

5 marks

iv) Submission of all required documents including Test Certificates at

the time of supply

5 marks

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 77 of 159

FORMAT F - 14

[BRIEF SUMMARY OF AGREED TERMS & CONDITIONS]

Tender No. 8000005216

Bidder M/s .............................

Offer Ref................................

This Questionnaire duly filled in should be returned along with each copy of Un-priced Bid.

Clauses confirmed hereunder should not be repeated in the Bid.

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

Sl. Description Bidder's Confirmation

No.

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

1. It is noted that deviations to Terms &

Conditions shall lead to rejection of offer, as

specified in the Bid Document.

2. Ensure and confirm that prices quoted in

‘Schedule of Rates (SOR), are inclusive of

all costs and Taxes & Duties including

service tax as per Bid Document.

3. Confirm that the offer shall remain valid for

acceptance up to 03 months from Final Bid

Due Date/Date of Opening of Bids.

4. Bidder’s name and address

5. Confirm acceptance of contract / delivery

period as per requirement Specified in Bid

Document.

6. Confirm that the contents of bidding

document hosted in GAIL e- tendering

portal has not been changed.

7. Customer references and confirmation of

requirements wherever applicable are given

in bid.

8. Confirm complete technical literatures/

catalogues and Users reference list

submitted along with offer.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 78 of 159

9. Confirm acceptance of Price Reduction

Schedule (PRS) for delay in completion/

delivery as specified in the Bid Document.

10 Confirm that in case of delay in completion

/ delivery beyond Contractual Date, the

invoice shall be submitted for the amount

duly reduced to the extent of PRS.

11. Confirm acceptance of Terms of Payment

as specified in the Bid Document.

12. Confirm quoted prices will remain firm and

fixed till complete execution of the order.

Fax of Acceptance shall be placed within

offer validity as ‘Notification of Award of

Contract’.

13. Confirm that Contract-cum-Equipment-

Performance Bank Guarantee (CPBG) as

per Bid Document shall be furnished within

15 days of Fax of Acceptance as per clause

34 of ITB.

14. a) Confirm acceptance in toto of the Terms &

Conditions contained in:

i) Instructions to Bidders

ii) General Conditions of Contract (GCC)

Special Conditions of Contract (SCC)

Scope of Work & technical details

iii) All other commercial

documents/attachments of Bid Document.

b) All the terms & conditions have been

indicated in this format and have not been

repeated in the bid elsewhere. It is noted

that Terms & Conditions indicated

elsewhere including any printed Terms &

Conditions, shall not be considered by

Owner.

15. Please furnish Bid Security details

a) Bid Security No. & Date

b) Value

c) Validity

d) Bid Security submitted against the

Region

16. Indicate Name & Contact E-

Mail/Telephone/Mobile/Fax No. of

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 79 of 159

person(s) to whom queries, if any, are to be

addressed against your bid.

17. Owner reserves the right to make any

change in the terms & conditions of the Bid

Document and to reject any or all bids

including those received late or incomplete.

BIDDER CONFIRMS THAT IN CASE OF CONFLICTING VERSION OF VARIOUS

TERMS & CONDITIONS AT DIFFERENT PLACES, THE CONFIRMATION

FURNISHED AS ABOVE SHALL BE CONSIDERED OVER-RIDING AND FINAL AND

ANY OTHER DEVIATION INDICATED ELSEWHERE SHALL BE TREATED AS

REDUNDANT.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 80 of 159

FORMAT F-15 [DECLARATION]

We confirm that we are not under any liquidation, court receivership or similar proceedings.

We also confirm that we have not been banned or delisted by any Government or Quasi

Government agencies of PSU. Further, we confirm that we have not been put on Holiday list

of GAIL or any of its PMC (i.e. M/s EIL, MECON, Tracabel & HRC Projects, Wood Group

Kenny).

We confirm that contents of Bid Document have not been altered or modified.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Note: This should be submitted on the Letter Head of the Bidder

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 81 of 159

FORMAT F-16

INTEGRITY PACT

(To be executed on plain paper and applicable to all tenders of the value of Rs. one crore

and above)

Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred

to as "Principal ").

AND

……………………….............. ………………… (Here-in-after referred to as "The

Bidder/Contractor").

(Principal and the Bidder/Contractor are here-in-after are referred to individually as "Party" or

collectively as "Parties").

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s for

………………………………………………….. The Principal values full compliance with

all relevant laws and regulations, and the principles of economic use of resources, and of

fairness and transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal co-operates with the renowned International

Non-Governmental Organisation 'Transparency International' (TI). Following TI's national

and international experience, the Principal will appoint an Independent External Monitor who

will monitor the tender process, the execution of the contract etc. for compliance with the

principles mentioned above.

Section 1 - Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to

observe the following Principles in this regard:-

i) No employee of the Principal, either in person or through family members, including

relatives, will in connection with the tender for or the execution of a contract, demand

or accept a promise for or accept for him/herself or for a third person, any material or

immaterial benefit to which he/she is not legally entitled.

ii) The Principal shall, during the tender process treat all Bidders with equity. The

Principal undertakes and ensures that before and during the tender process shall

provide and share 'the same information to all Bidders and will not provide to any

Bidder confidential/additional information through which one particular Bidder could

take an advantage in relation to the tender process or the contract execution.

iii) The Principal will exclude from the process all known prejudiced persons.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 82 of 159

2. If the Principal obtains information on the conduct of any of its employees which is a

criminal offence under the Anti-Corruption Laws of India, or if there be a substantive

suspicion in this regard, the Principal will inform its Vigilance Office and in addition can

initiate disciplinary actions.

Section 2 - Commitments and Undertakings by the Bidder/Contractor

1. The Bidder / Contractor commits and undertakes to take all measures necessary to

prevent malpractices & corruption. He commits himself to observe the following

principles during his participation in the tender process and during the contract execution:

i) The Bidder / Contractor undertakes not to, directly or through any other person or

firm offer, promise or give or influence to any employee of the Principal associated

with the tender process or the execution of the contract or to any other person on their

behalf any material or immaterial benefit to which he / she is not legally entitled in

order to obtain in exchange any advantage of any kind whatsoever during the tender

process or during the execution of the contract.

ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or

understanding, whether formal or informal with other Bidders. This applies in

particular to prices, specifications, certifications, subsidiary contracts, submission or

non-submission of bids or any other action to restrict competitiveness or to introduce

cartelisation in the bidding process.

iii) The Bidder / Contractor undertakes not to commit any offence under the relevant

Anti-corruption Laws of India. Further, the Bidder / Contractor will not use

improperly any information or document provided by the Principal as part of the

business relationship regarding plans, technical proposals and business details,

including information contained or transmitted electronically for the purposes of

competition or personal gain and will not pass the information so acquired on to

others.

iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any and

all payments made, is committed to or intends to make to agents, brokers or any other

intermediaries in connection with the award of the contract.

2. The Bidder / Contractor will not instigate and allure third persons / parties to commit

offences outlined above or be an accessory to such offences.

Section 3 - Disqualification from tender process and exclusion from future contracts

If the Bidder, before the award of contract, has committed a transgression through a violation

of any provisions of Section 2 or in any other form so as to put his reliability or credibility as

Bidder into question, the Principal shall be entitled to disqualify, put on holiday or blacklist

the Bidder including from the future tender process or to terminate the contract, if already

signed, on that ground.

1. If the Bidder / Contractor has committed a transgression through a violation of any

provisions of Section 2 so as to put his reliability or credibility into question, the Principal

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 83 of 159

shall be entitled to exclude including blacklist and put on holiday the Bidder / Contractor

from entering into any GAIL future contract tender processes. The imposition and

duration of the exclusion will be determined by the severity of the transgression. The

severity will be determined by the Principal taking into consideration the full facts and

circumstances of each case particularly taking into account the number of transgressions,

the position of the transgressors within the company hierarchy of the Bidder and the

amount of the damage. The exclusion may be imposed for a minimum period of 6 months

and maximum of three years.

2. A transgression is considered to have occurred if the Principal after due consideration of

the available evidence, concludes that no reasonable doubt is possible.

3. The Bidder with its free consent and without any influence agrees and undertakes to

respect and uphold the Principal's absolute rights to resort to and impose such exclusion

and further accepts and undertakes not to challenge or question such exclusion on any

ground, including the lack of any hearing before the decision to resort to such exclusion is

taken. This undertaking is given freely and after obtaining independent legal advice.

4. Subject to the full satisfaction of the Principal, the exclusion of the Bidder / Contractor

could be revoked - by Principal prematurely if the bidder / contractor can prove that he

has restored / recouped the damage caused by him and has installed a suitable corruption

prevention system in his organization.

Section 4 - Forfeiture of EMD / Security Deposits

1. If the Principal has disqualified the Bidder from the tender process prior to the award in

terms of Section 3, and during the execution of the contract, the Principal shall forfeit

earnest money deposit / bid security money, encash the bank guarantee including due

payments in addition to blacklisting or putting on holiday the bidder and terminating the

contract.

2. If the Principal has terminated the contract according to Section 3, or if the Principal is

entitled to terminate the contract according to Section 3, the Principal shall be entitled to

demand and recover from the Contractor liquidated damages equivalent to Earnest Money

Deposit / Security Deposit / Performance Bank Guarantee.

3. The bidder agrees and undertakes to pay the said amounts without protest or demur

subject only to condition that if the Bidder / Contractor can prove and establish that the

exclusion of the Bidder from the tender process or the termination of the contract after the

contract award has caused no damage or less damage than the amount of the liquidated

damages, the Bidder / Contractor shall compensate the Principal only to the extent of the

damage in the amount proved.

Section 5 - Previous transgression

1. The Bidder swears on oath that no previous transgression has occurred during the last

three years with any other Company in any country conforming to the TI approach or

including with any other Public Sector Enterprise / Undertaking in India that could justify

his exclusion from the tender process.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 84 of 159

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the

tender process or the contract, if already awarded, could be liable to be terminated on this

ground.

Section 6 - Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an

undertaking and commitment in conformity with this Integrity Pact, and to submit it to

the Principal before signing of the contract.

2. The Principal will enter into agreements with similar conditions, as stipulated herein, with

all Bidders, Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign this

Pact or violate any of its provisions.

Section 7 - Criminal charges against violating Bidders / Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of

an employee or a representative or an associate of a Bidder, Contractor or Subcontractor

which constitutes corruption, or if the Principal has substantive suspicion in this regard, the

Principal will inform the Vigilance Office / Department for initiating appropriate action for

above.

Section 8 -Independent External Monitor / Monitors

(Three in number depending on the size of the contract)

(To be decided by the Chairperson of the Principal)

1. The Principal appoints competent and credible external independent Monitor for this Pact.

The task of the Monitor is to review independently and objectively, whether and to what

extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties and

performs his functions neutrally and independently. He reports to the Chairperson of the

Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without restriction to all

Project documentation of the Principal including that provided by the Contractor. The

Contractor will also grant the Monitor, upon his request and demonstration of a valid

interest, unrestricted and unconditional access to his project documentation. The same is

applicable to Sub-contractors. The Monitor is under contractual obligation to treat the

information and documents of the Bidder / Contractor / Sub-contractor with

confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among

the parties related to the Project provided such meetings could have an impact on the

contractual relations between the Principal and the Contractor. The parties offer to the

Monitor the option to participate in such meetings.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 85 of 159

5. As soon as the Monitor notices, or believes to notice, a violation of this agreement he will

so inform the Management of the Principal and request the Management to discontinue or

heal the violation or to take other relevant action. The monitor can in this regard submit

non-binding recommendations. Beyond this, the Monitor has no right to demand from the

parties that they act in a specific manner, refrain from action or tolerate action. However,

the Independent External Monitor shall give an opportunity to the bidder / contractor to

present its case before making its recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal

within 8 to 10 weeks from the date of reference or intimation to him by the 'Principal' and

should the occasion arise, submit proposals for taking corrective measures.

7. Monitor shall be entitled to compensation by the Principal on the same terms &

conditions as being extended to/provided to Outside Expert Committee Members of

ONGC.

8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of

an offence under relevant Anti-Corruption laws of India, and the Chairperson has not,

within reasonable time, taken visible action to proceed against such offence or reported it

to the Vigilance Office, the Monitor may also transmit this information directly to the

Central Vigilance Commissioner, Government of India.

9. The word 'Monitor' would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the

information acquired and gathered during their tenure / role as Independent Monitor. Any

breach in this regard would be subject to the legal judicial system of India.

11. The Independent External Monitors - shall be responsible to oversee the implementation

of Integrity Pact Program to prevent corruption, bribes or any other unethical practices in

the GAIL. However, Monitor(s) shall be personally and severally be liable for any action

or suit brought by Bidder / Contractor / against the Monitor, in case the findings of

Independent Monitor is / are found incorrect or biased or prejudiced.

12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall

disclose before taking any assignment that he / she has no interest in the matter or

connected with the party (bidder / contractor) in any manner.

Section 9 - Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the

both parties. It expires for the Contractor 12 months after the last payment under the

respective contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and

continue to be valid despite the lapse of this pact as specified above, unless it is

discharged/determined by the Chairperson of the Principal.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 86 of 159

Section 10 - Miscellaneous Provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the

Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in

main tender document / contract shall not be applicable for any issue / dispute arising

under Integrity Pact.

2. Changes and supplements as well as termination notices, if any, need to be made in

writing. Side Agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must

be signed by all partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the

remainder of this pact shall remain valid. The parties to this pact however, shall strive to

come to an agreement to their original intentions in such a case.

______________________ _________________________

(Name & Designation) (Name & Designation)

For the Principal For the Bidder/Contractor

Place: ________________ Witness 1: ____________________________

Date: _________________ Witness 2: ____________________________

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 87 of 159

FORMAT F-17

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:

“We (Bidder) confirm that we are a micro /small / medium enterprise under the

MSMED Act 2006.” (Please strike off whichever status is not applicable)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 88 of 159

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 have filed 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)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 89 of 159

FORMAT F-18[MANDATE FORM]

Real Time Gross Settlement (RTGS)/ National Electronic fund transfer

(NEFT)

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 balk branch:

i) NEFT IFSC code of the bank branch:

J) 9 digit MICR code:

We hereby authorize GAIL(India) Limited to release any amount due to me/us in the

bank account as mentioned above. I / We hereby declare that the particulars given

above are correct and complete. If the transaction is delayed or lost because of

incomplete or incorrect information, we would not hold the GAIL (India) Limited

responsible

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

(Signature of vendor/ customer)

BANK CERTIFICATE

We certify that ----------------------- has an Account no --------------------------- with us

and we confirm that the details given above are correct as per our records.

Bank stamp

Date (Signature of authorized officer of bank)

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 90 of 159

Bid Document No.: 8000005216

FORMAT F-19

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall

acknowledge the receipt and confirm his intention to bid or reasons for non-

participation against the enquiry/ tender through e- mail/fax to concerned executive

who issued the tender, by filling up the Format)

To,

GAIL (India) Limited,

GAIL Bhawan,

16, Bhikaiji Cama Place

R.K. Puram,

New Delhi -110066 (India)

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures

for subject item/job and/or the information regarding the subject tender.

We intend to bid as requested for the subject item/job and furnish following details with

respect to our quoting office:

Postal Address with Pin Code: ..…..………..

Telephone Number : ……………..

Fax Number : ……………..

Contact Person : ……………..

E–mail Address : ……………..

Mobile No. : ……………..

Date : ……………..

Seal / Stamp : …………….

We are unable to bid for the reasons given below:

Reasons for non- submission of bid:

Agency’s Name : …………………….

Signature : ……………………

Name : ……………………

Designation : ……………………

Date : ……………………

Seal/Stamp : ……………………

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 91 of 159

SECTION III

GENERAL CONDITIONS OF CONTRACT

(GCC-Works)

E-TENDER NO. 8000005216

Refer Separate attachment in collaboration folder

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 92 of 159

SECTION V

SPECIAL CONDITIONS OF THE CONTRACT

(SCC)

E-TENDER NO. 8000005216

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 93 of 159

SECTION V

SPECIAL CONDITIONS OF THE CONTRACT (SCC)

Index

SL.NO. DESCRIPTION

1.0 GENERAL

2.0 TIME OF COMPLETION

3.0 DRAWINGS AND DOCUMENTS

4.0 TERMS OF PAYMENT

5.0 ABNORMALLY HIGH RATED ITEMS

6.0 INSURANCE

7.0 TESTS AND INSPECTION OF WORKS

8.0 QUALITY ASSURANCE SYSTEMS

9.0 SURVEY EQUIPMENT & SITE ORGANISATION

10.0 COMPLETION DOCUMENTS

11.0 PRICE REDUCTION SCHEDULE

12.0 DEFECT LIABILITY PERIOD

13.0 HEALTH, SAFETY AND ENVIRONMENT (HSE)

14.0 STATUTORY APPROVALS

15.0 EXTENSION OF CONTRACT

16.0 SECURITY DEPOSIT

17.0 STATUTORY VARIATION IN TAXES & DUTIES

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 94 of 159

SPECIAL CONDITIONS OF THE CONTRACT (SCC)

1. GENERAL

1.1. Special Condition of Contract shall be read in Conjunction with the General

Conditions of Contract, specification of work, Drawing and any other documents

forming part of this contract wherever the context so requires.

1.2. Where any portion of the General Condition of Contract is repugnant, to or at

variance with any provisions of the Special Conditions of Contract, unless a different

intention appears, the provisions of the Special Conditions of Contract shall be

deemed to over-ride the provisions of the General Condition of Contract and shall to

the extent of such repugnancy, or variations, prevail.

1.3. Wherever it is mentioned in the specifications that the Contractor shall perform

certain work or provide certain facilities, it is understood that the contractor shall do

so at his cost and the value of contract shall be deemed to have included cost of such

performance and provisions, so mentioned.

1.4. In case of an irreconcilable conflict between Indian and other applicable standards,

General Conditions of Contract, Special Conditions of Contract, Specifications,

Drawings or Schedule of Rates, the following shall prevail to the extent of such

irreconcilable conflict in order of precedence.

i) Letter of Acceptance along with Statement of Agreed Variations.

ii) Telex/Telegram of Acceptance.

iii) Schedule of Rates as enclosures of Letter of Acceptance.

iv) Job/ Particular Specifications

v) Drawings

vi) Technical/Material Specifications

vii) Special Conditions of Contract

viii) General Conditions of Contract

ix) Indian Standards

x) Other Applicable Standards.

1.5. It will be Contractor's responsibility to bring to the notice of Engineer-in-charge any

irreconcilable conflict in the contract documents before starting the work(s) or making

the supply with reference which the conflict exists.

2. TIME OF COMPLETION

2.1. Time of Completion of contract shall be 18 months from the date of Fax of

Acceptance (FOA). However, the work shall be executed strictly as per Time

Schedule mentioned in Section-VII of bidding document. The period of completion

given includes the time required for mobilization if any in all respects to the entire

satisfaction of the Engineer-in-charge.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 95 of 159

2.2. A joint programme of execution of work will be prepared by the Contractor in

consultation with Engineer-in-charge. This programme will take into account the time

of completion mentioned above.

2.3. Monthly/weekly programme will be drawn up by Engineer-in-charge jointly with the

contractor based on requirement. The Contractor shall scrupulously adhere to these

Targets/Programmed by deploying adequate personnel, in good time to achieve the

targets set out in the weekly and monthly programme. In all matters concerning the

extent of targets set out and Monthly/weekly achievements, the decision of the

Engineer-in-charge shall be final and binding on the contractor.

2.4. Contractor shall give Daily Progress Report of work done on previous day in the

Performa prescribed by EIC.

3. DRAWINGS AND DOCUMENTS

The work shall be carried out as per drawings/specifications issued/ approved by the

Engineer-in-charge during the course of execution of work. Detailed drawings

(wherever required) on the basis of which actual execution of work is to proceed will

be prepared by the contractor and bidder and shall submit these detailed drawings

along with originals for GAIL approval before start of work.

4. TERMS OF PAYMENT

4.1 Please refer Section-VIII - "Schedule of Rates"

4.2 Basis and terms of payment shall be as set out in Appendix-II to SCC

4.3 The Contractor shall raise the Cenvatable Invoice(s) to the Owner for payment of

Bills and billing cycle shall be of 30 days.

4.4 Payment shall be made based on work done & certified by Engineer-in-charge and

completion of all contractual obligations.

4.5 Contractor shall raise Cenvatable Invoice in favour of Officer-in-Charges, SPPL

Project, Nagpur. Detailed address and other information will be provided in Letter of

Acceptance (LOA).

4.6 Along with each monthly bill, contractor will provide challan of service tax payment

of previous month.

4.7 The contractor are required to submit copies of Electronic Challan cum Return (ECR)/

Electronic Challan along with On line Uploaded list of contract workers/ members for

the proof of remittance of Provident Fund (PF) and Employee State Insurance (ESI)

contributions with respective authorities for the contract workers engaged by them in

GAIL while submitting monthly bills.

4.8 Wherever applicable, payment shall be made through electronic clearing. Tenderer

shall furnish his E-Bank A/C No. in SBI/ICICI/ HDFC Bank including Bank Code

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 96 of 159

and Name & Address of the Banker for making payment of running bills through e-

banking.

5. ABNORMALLY HIGH RATED ITEMS (AHR ITEMS)

At Clause no. 20.0 of GCC, following is added:

"In items rate contract where the quoted rates for the items exceed 50% of the GAIL's

estimated rates, such items will be considered as Abnormally High Rates Items

(AHR) and payment of AHR items beyond the SOR stipulated quantities shall be

made at the least of the following rates and service tax as applicable shall be paid

extra.

(i) Rates as per SOR, quoted by the Contractor.

(ii) Rates of the item, which shall be derived as follows:

a. Based on rates of machine and labour as available from the contract (which

includes contractor's supervision, profit, overheads and other expenses).

b. In case rates are not available in the contract, rates will be calculated based on

prevailing market rates of machine, material and labour plus 1 5% to cover

contractor's supervision, profit, overhead and other expenses.

6. INSURANCE

At Clause no. 101 of GCC, following is added.

Contractor at his own expense, shall arrange, secure and maintain insurances from

reputable insurance companies to the satisfaction of the EMPLOYER, with in 7 days

from the date of Fax of Intent (FOI).

7. TESTS AND INSPECTION OF WORKS

7.1. The Contractor shall carry out the various tests as enumerated in the tender document

and as per direction of Engineer-in-charge either on field or outside/ laboratories

concerning the execution of work and supply of the material by contractor. All the

expenses shall be borne by the contractor and shall be considered as included in the

items given in SOR. The inspection shall be done by the following agencies:

a) Representative deputed by Engineer-in-charge.

b) Representative deputed by Statutory Authority.

Contractor shall give prior notice sufficiently ahead of time to the Engineer-in-charge

and also to the authorities to conduct inspection/to witness such tests.

7.2. The work is subject to inspection at all times by the Engineer-in-charge. The

Contractor shall carry out all instructions given during inspection and shall ensure that

the work is being carried out according to the technical specifications of this tender,

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 97 of 159

the technical documents and the relevant codes of practice furnished to him during the

performance of the work.

7.3. All results of inspection and tests will be recorded in the Inspection reports, Performa

of which will be approved by the Engineer-in-charge. These reports shall form part of

the completion documents.

7.4. Inspection and acceptance of the work by the Engineer-in-charge shall not relieve the

contractor from any of his responsibilities under this contract.

7.5. Statutory fees paid to Statutory Authorities and others for repeat tests and Inspection

due to failures, repairs etc. for the reasons attributable to the Contractor shall be borne

by the Contractor.

8. QUALITY ASSURANCE SYSTEM

8.1. Tenderer shall include in his offer the Quality Assurance Programme containing the

overall quality management and procedures which is required to be adhered to during

the execution of contract. After the award of the contract, detailed quality assurance

programme to be followed for the execution of contract under various divisions of

works will be mutually discussed and agreed to.

8.2. The GAIL or their representative shall reserve the right to inspect/witness, review any

or all stages or work at shop/site as deemed necessary for quality assurance.

8.3. In case contractor fails to follow the instructions of Engineer-in-charge with respect to

above clauses, next payment due to him shall not be released unless until he complies

with the instructions to the full satisfaction of Engineer-in-charge.

9. SURVEY EOUIPMENT AND SITE ORGANIZATION

9.1. Survey Equipment

The Contractor shall without prejudice to his overall responsibility to execute and

complete the work as per specifications and time schedule, adequate equipments and

tools and tackles and augment the same as decided by the Engineer-in-charge

depending on the exigencies of the work so as to suit the survey schedule, without

any additional cost to GAIL. The bidder shall submit a list of survey equipments

which is proposed to deploy for the subject work along with deployment schedule.

No Survey Equipment shall be supplied by the GAIL.

9.2. Site Organisation

The tenderer shall submit the details of Organisation proposed by him at site of work

for the implementation of the works under the contract, together with bio data of the

key personnel. The contractor shall however without prejudice to his overall

responsibility to execute and complete the works as per specifications and time

schedule progressively deploy adequate qualified and experienced personnel together

with skilled/unskilled manpower and augment the same as decided by Engineer-in-

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 98 of 159

charge depending on the exigencies of work to suit the survey schedule without any

additional cost to GAIL .

10. COMPLETION DOCUMENTS

Contractor shall submit the documents as listed in Scope of Work and technical

specifications as a part of completion document. These documents will be in addition

to these mentioned in General Conditions of Contract.

11. PRICE REDUCTION SCHEDULE (PRS)

In line with the Clause No. 27.0 of GCC, PRS shall be applicable for Individual Parts

(Section-I, II, III & IV) separately.

.

12. DEFECT LIABILITY PERIOD

The defect liability period shall be 24 months from the actual completion date of work

as per the contract. If during this period any defect occur, the same shall be made

good by the contractor at his own cost. Failure to comply with this requirement may

result in the forfeiture of security deposit.

13. HEALTH, SAFETY AND ENVIRONMENT (HSE)

The Contractor, during the entire duration of the contract, shall adhere to requirement

of Health, Safety and Environment (HSE).

14. STATUTORY APPROVALS

The approval from any statutory authority (if, required) shall be the contractor's

responsibility unless otherwise specified in the tender document. The application on

behalf of the GAIL for submission to relevant authorities along with copies of

required certificates complete in all respects shall be prepared and submitted by the

Contractor.

The inspection of the works by the authorities (if, required) shall be arranged by the

Contractor and necessary co-ordination and liaison work in this respect shall be the

responsibility of the contractor. However statutory fees paid, if any, for all inspections

and approvals by such authorities shall be reimbursed at actual by the GAIL to the

contractor on production of documentary evidence.

Any change/addition (if, required) to be made to meet the requirements of the

statutory authorities shall be carried out by the contractor free of charge. The

inspection and acceptance of the work by statutory authorities shall however, not

absolve the contractor from any of his responsibilities under this contract.

15. STATUTORY VARIATION IN TAXES & DUTIES:

Clause 100.1 of GCC-Works is modified to the following extent:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 99 of 159

15.1. Prices quoted by the bidder shall remain firm, fixed & valid until completion of the

Contract and will not be subject to variation, except statutory variation in Service Tax.

However, any increase in the rate of Service Tax beyond the contractual completion

period shall be on Contractor’s account where as any decrease in the rate of Service

Tax shall be passed on to the Employer.

15.2. The base-date for the purpose of applying statutory variation shall the bid due date.

15.3. Regarding Service Tax, Contractor shall submit Cenvatable invoices giving break-up

of tax-amount, so that the Employer can avail the Cenvat-benefit as per applicable

rules.

APPENDIX –II TO SCC

TERMS OF PAYMENT

FOR ROUTE SURVEY:

S. No. Description / Milestones Payment Schedule

for Sl. No. 1 to 6 of

SOR

i) On completion of field work and submission of Draft report

and drawings.

50%

ii) On submission of final report and Drawings. 40%

iii) On Completion of entire works in all respect and its

acceptance by GAIL

10%

DEVELOPMENT OF GIS & LIS: SOR

S. No. Description / Milestones Payment Schedule

i) On Digitisation and development of GIS/LIS for surveyed

pipeline data and uploading the same in GAIL’s GIS software

including submission of final drawings and documents to

GAIL.

80%

ii) On completion of entire works in all respect and its acceptance

by GAIL

20%

OBTAINING STATUTORY PERMISSIONS: SOR

S. No. Description / Milestones Payment Schedule

i) On completion of field work, collection of data/information and

submission of application to respective statutory authorities as

per directions of Engineer-in-charge.

Amount equivalent

to 20% of Certified

Quantity.

ii) On completion of joint visit, to obtain demand letter if any from

statutory authority and execution of agreement, deposit of

demanded amount to the statutory Authorities etc. and

submission of receipt from Authority towards deposit.

Amount equivalent

to 30% of certified

quantity

iii) On submission of final Permission letter / NOC to GAIL in

original and site verification by EIC or his authorized

representative to ascertain the accuracy of Permission so handed

over by agency to GAIL.

Amount equivalent

to 30% of certified

quantity

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 100 of 159

iv)* On Completion of Entire Works in all respect, and its

acceptance by GAIL.

Amount equivalent

to 20% of certified

quantity.

*After getting all the permission including Forest & Railway, 20% of certified quantity of

other milestones (e.g. Road, River, Foreign Pipelines, Water bodies etc.) will be paid. Last

20% shall be payable only when all the permissions are obtained. However, the relaxation in

this condition shall be accorded by EIC under exceptional situations.

If under any stage of work (as mentioned above) of any type of crossing is completed by GAIL then

that stage payment shall be deducted by GAIL from Contractor’s Bill.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 101 of 159

APPENDIX-III TO SCC

1.1 PROJECT REVIEW MEETINGS:

The contractor shall present the programme and status at various review meetings as

required.

i) Monthly Review Meeting

Level of Participation : Senior persons of the GAIL/

and Contractor

Agenda : a) Progress status/statistics.

b) Completion outlook

c) Major hold-ups/slippages

d) Assistance required.

e) Critical issues

f) Client query/approval

Venue : GAIL office at NOIDA / Delhi or suitable

location at site.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 102 of 159

SECTION IV

SCOPE OF WORK WITH

DRAWINGS & TECHNICAL

SPECIFICATIONS

E-TENDER NO. 8000005216

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 103 of 159

SCOPE OF WORK

1. PROJECT DESCRIPTION

GAIL (India) Limited proposes to lay 36” dia., 1540 KM long Natural Gas pipeline

from Surat (Gujarat) to Paradip ( Odisha ). In order to establish an optimum alignment

of pipeline other associated works like reconnaissance survey, centreline survey,

population density index survey, cadastral survey, preparation of 3(i) notification as

per P&MP Act 1962, soil investigation and corrosion survey, preparation of route in

different scales, preparation of site map for obstacle crossing, cross section drawings

and obtaining obstacle crossing permissions en-route proposed pipeline etc. is to be

carried out in 26 district of 04 states i.e. Gujarat, Maharashtra, Chhattisgarh & Odisha.

To complete the work in scheduled time, it has been decided that the work may be

awarded in four sections as mentioned below:

Section Name of Pipelines Length in

Km. (Approx.)

Obstacle Crossings

I Pipeline passing through Gujarat &

Maharashtra

(Distt. Surat , Valsad,Nandurbar, Dhule,

Jalgaon & Buldhana )

447 Railway-5

NH-5

SH-15

ODR-104

Rivers-17

Canals& Nalah-32

Forest stretch-6.42 Km

II Pipeline passing through Maharashtra

(Distt. Akola, Amravati, Wardha,

Nagpur, Bhandra & Gondia)

399 Railway-9

NH-5

SH-21

ODR-92

Rivers-15

Canals&Nalah-63

Forest Stretch-12.82 Km

III Pipeline passing through Chhattisgarh

(Distt. Rajnandgaon, Durg, Raipur &

Mahasamund)

227 Railway-3

NH-4

SH-5

ODR-90

Rivers-11

Canals&Nalah-46

Forest Stretch-22.19 Km

IV Pipeline passing through Odisha

(Distt. Nuapada, Bargarh, Balangir,

Sonepur, Sambalpur, Angul, Dhenkanal,

Jajpur, Kendrapada & Jagatsinghpur )

467 Railway-7

NH-6

SH-2

ODR-145

Rivers-15

Canals&Nalah-70

Forest Stretch-1.5 Km

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 104 of 159

Note: Length and crossing numbers mentioned above are tentative subject to variation

An indicative map showing the proposed pipeline route is attached with this Tender

Document. However, the Tap-off and Termination for the proposed route may vary

from the map. For Carrying out Survey GAIL will only provide start & end locations

and remaining route selections will be undertaken by successful bidders. GAIL’s

Reconnaissance survey report will be given to the successful bidder which can be

used as reference.

The pipeline route shall be studied by the contractor for its optimization, considering

min. possible length of pipeline route, minimization of obstacle crossings and

avoiding other topographical constraints and Eco sensitive zone.

2. OBJECTIVE

The objectives of the detailed pipeline route survey are as follows:

i. Carrying out Reconnaissance Survey.

ii. Obtaining topographical details along the pipeline route after physical

verification of most optimized route and collecting information about the

existing facilities, development plans, restricted areas etc. located along and in

the vicinity of the proposed pipeline route.

iii. Determination of population density index along the proposed pipeline routes.

iv. Obtaining soil stratification, soil resistivity data along the route.

v. Collection of revenue maps, latest ownership of land with Part/Hissa details,

collection of FMB(Field Measurement Book) preparation of cadastral maps

along the pipeline route including preparation of 3(1) proposal for submission

to Ministry of Petroleum and Natural Gas in hard copies as well as in soft

copies.

vi. Identification of Govt. land along pipeline route (if any).

vii. Obtaining details of crossings en-route pipeline with name and complete

address of concerned State / Central Govt. authorities under whom the

crossing locations fall.

viii. Obtaining details of Forest land including road side forests en-route of

Pipeline and its Classification (Social/Protected/Reserved), with name and

complete address of concerned state / central govt. authorities under whom the

forest locations falls.

ix. Development of Geographical & Land information system (GIS & LIS) for the

pipeline route as per the requirements of the tender.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 105 of 159

3. Scope of Work for Detailed Route Survey work (Common for each section)

3.1. Scope of work for detailed pipeline route survey for each pipeline shall include, but

not limited to the following. The work described herein shall be carried out for the

each section as per applicable technical specifications of the tender documents.

Carrying out table top study based on the latest Satellite Images of the area/latest

Survey of India Maps/Development plan as received from concerned Authority,

reconnaissance survey of routes (min. 02) wherever possible and critical evaluation of

route considering survey efficiency & Load centre* (as close as possible). Techno-

commercial feasible route* shall be properly mentioned in the reconnaissance survey

report for approval of GAIL. The Contractor has to submit at least (02) distinct routes

for the pipeline. However, if there is no possibility of alternate reconnaissance survey

route, unwanted efforts to generate optional routes may be avoided. The

Reconnaissance survey report must contain following data in detail.

S. No. Description Route 1 Route - 2

1 Total distance of the pipeline route from start point

to end point.

2 Distance of Major Cities/Industrial Towns from

proposed route

3 Rocky Terrain

4 Details of Wild Life Sanctuary / National Park and

distance of nearest such area from proposed route

5 Details of Protected forest / Reserved Forest/Social

Forest

6 Areas reserved for planned development including

strategic/defense establishment.

7 Major crossing of rivers, roads, railways, canals.

8 Approachability for transportation of material and

equipment for construction & future maintenance of

the pipeline. Record, if any problems envisaged.

9 Habituated areas, public utilities etc

10 Feasibility of pipe line route considering limitations

of topography & terrain. Record, if any problems

envisaged.

11 Tidal wave region/ LNG Terminal/CRZ

Area/Mining Area

12 Unstable ground features

13 Any other problems envisaged with regard to

construction of P/L like Terrain / Topography of the

route.

14 Any other problems envisaged with regards to

obtaining of RoU.

*Considering the distance of load centre as close as possible from the proposed route.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 106 of 159

3.2. Identifying and establishing the extent of environmentally/ecologically sensitive areas

such forest, Wild Life Sanctuaries, National Park, CRZ Area/Area under acquisition

for mining activity, plantations etc. including obtaining information regarding type of

forest (reserved/protected/social), type of plantation etc. in consultation with the

concerned authorities. However, all efforts should be made to avoid these areas to the

maximum extent possible.

3.3. Collection of development plans along the proposed pipeline route from various

agencies having jurisdiction thereof.

3.4. Establishing the areas where:

(a) Difficulty is expected in mobilization of pipeline construction equipment.

(b) ROU is likely to be restricted due to built up areas/habitation.

(c) Areas earmarked for future developments.

3.5. Obtaining permissions for carrying out pipeline route survey work from the concerned

authorities.

3.6. Detailed Engineering Survey:

A) Contractor has to deploy minimum number of survey teams for each part as

specified in clause 13.0 of Scope of Work. In case progress of work is not as

per schedule, number of teams may have to be increased by the contractor as

directed by EIC.

B) Carrying out detailed route survey work for the entire route of the proposed

pipelines as established by Contractor and approved by Company. Detailed

route survey works shall be carried out in accordance with technical

specifications including detailed study of crossings like Railways, Roads,

Rivers, Canals, Forest Areas and Hilly Terrains etc. Survey shall also cover an

area of 30 Mtrs. on either side of centreline of surveyed pipeline. The survey

shall also include locating all existing underground pipeline(s), utilities such

as cables, water line sewer line etc. using cable / pipeline locators etc. and

plotting the same on alignment sheets etc.

3.7. Penalty against Detailed Engineering Survey

In addition to applicable PRS, penalty shall be imposed against detailed engineering

survey (including soil resistivity, corrosion & PDI survey), if the contractor fails to

complete detailed engineering survey and submit the report within stipulated time

schedule (refer time schedule at section-VII). The penalty shall be imposed @ Rs.

25000/- per week delay or part thereof.

3.8. Carrying out soil investigation/soil stratification along the proposed pipeline route

including road & water crossing as per specification enclosed with Tender Document.

3.9. Collection of disturbed soil samples from bore holes for visual classification of soil as

per specifications in the tender and submission of reports.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 107 of 159

3.10. Collection of population density data along the entire route of the proposed pipelines

route as per specification as per tender.

3.11. Carrying out corrosion survey including measurement of soil resistivity, chemical

analysis of soil/water as per specification in the tender for Corrosion Survey. The

test to be carried out through govt. authorised labs and collection of related data along

the pipelines route and submission of lab reports

3.12. Carrying out cadastral survey work as per specification along the proposed pipeline

route.

Cadastral survey shall be carried out covering a corridor of 30mts. Unless otherwise

specific instruction is given regarding change in ROU width during survey, for

preparation of ROU notifications along the entire length. All latest revenue and other

related records/maps, Field Measurement Book (FMB) as well as forms required for

carrying out this survey shall be arranged by the Contractor at his own cost and

responsibility. The Contractor shall digitize all such maps and data/records and mark

the pipeline route on maps with the following details.

Land schedules giving the survey numbers, area and details of owners as per the latest

official revenue records. The Detail shall be provided as follows.

Sr.

No.

District Tehsil Village Survey

No.

Area Ownership

Detail

Land Use

pattern

Major features/land marks including:

All built-up areas such as Religious place school, hospital etc.

District/village and panchayat roads.

Water bodies

Forest land

Overhead and underground utility crossings Marshy land/ waste land

Foreign Hydrocarbon /water /sewerage underground and over ground pipelines.

The information / details as above are required to be provided in all respect for ROU

acquisition purpose. Width of ROU proposed to be acquired shall generally be 30mts,

however unless otherwise specific instruction is given regarding change in ROU

width during the survey. In restricted area, the width of ROU will be decided in

consultation with GAIL and as per Municipal/ Local Government Laws.

Entire database shall be developed into a unified GIS (Geo-Spatial Information

System) and LIS (Land Information System) compatible format.

Note: 1) Contractor shall be fully responsible for collection of correct and Up-

to-date records/ data.

2) Any defects noticed in above information shall be rectified at the risk

and cost of the Contractor.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 108 of 159

3.13. Supply and installation of the survey markers as per requirements of the specifications

and instructions of the GAIL

3.14. Tie-in of the starting and termination point of the proposed pipeline survey to the

grid-control system being used for end facilities. A global geo-referencing system to

be used for complete integration of the survey database.

3.15. Contractor shall also identify the earthquake prone area along the pipeline route and

shall define the seismic zone and its category with proper marking on the route map.

A separate list of elevation difference to be submitted, wherever major differences

have occurred.

3.16. Digitization of Survey Documents and development of Geo-Spatial and Land

Information System (GIS & LIS) as per Company requirements enclosed with the

tender. Arc GIS software(9.3version) is available with the company for uploading of

GIS data and hence entire survey data/drawings to be generated by survey agency,

should be on ARC GIS (ESRI) platform i.e. GIS & LIS compatibility on updated

maps in a seamless manner integrating with the starting point on one end and

terminating point on the other end.

3.17. Preparation of survey reports/drawings/documents and submission of the same to

Company for review & approval.

3.18. Locating all buried/ above ground pipelines, cables and other utilities within a

distance of 30 meters on either side of the centre line of the proposed ROU with the

help of pipelines/ cables locator or other suitable instruments (Wherever necessary as

directed by EIC).

3.19. The scope of work shall also include any other item/activity required to complete the

work in all respects as per specifications, drawings, implementation schedule, and

instructions of GAIL whether specifically mentioned herein or not, but is required to

fulfill the intended purpose of this tender document.

4. CHECK-LIST

Check list points as detailed below to be covered in Reconnaissance and Detailed

route survey reports:

Check List

Table Top Study & Reconnaissance Surveys

S. No. Activities Status / Remarks

1 Fixing of start and end locations

2 Carry out a Table Top study of relevant SOI maps and

Satellite images

3 Carry out field verification for route identified based

on table top study.

4 Carry out critical evaluation of all the alternate routes,

considering the following checklist.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 109 of 159

S. No. Description Route 1 Route - 2

1 Total distance of the pipeline route from start point to

end point. …KM …KM

2 Consideration for selecting a route in the existing

corridors. Record, if any existing corridors are

possible.

3 Check for the shortest route w.r.t. crow fly distance as

far as possible.

4 Check for Wild Life Sanctuary / National Park / CRZ-

Avoid the same as far as possible.

5 Check for Protected forest / Reserved Forest- Avoid

the same as far as possible.

6 Check for Social forest- Avoid them as far as possible.

7 Avoiding areas reserved for planned development

including strategic/defense establishment.

8 Check & Minimize major crossing of rivers, roads,

railways, streams, canals & power transmission line.

9 Check for approachability for transportation of

material and equipment for construction & future

maintenance of the pipeline. Record, if any problems

envisaged.

10 Check for habituated areas, public utilities etc.- avoid

the same

11 Check for Feasibility of pipe line route considering

limitations of topography & terrain. Record, if any

problems envisaged.

12 Check for tidal wave region, if exists avoid &

preferably route the pipeline on safer side of

highway/railway.

13 Check for unstable ground features i.e. scouring etc., if

any sign exists then locate the pipeline at safer side.

14 Any other problems envisaged with regard to

construction of P/L like Terrain / Topography of the

route.

15 Any other problems envisaged with regards to

obtaining of RoU.

Final Recommendation: Techno-commercial feasible route selected for detailed route

survey, based on merits and demerits as per above criterion.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 110 of 159

Check List

Detailed Route Survey

IMPORTANT: In addition to checklist points for Reconnaissance Survey,

following points to be ensured during detailed route survey. In case Reconnaissance

Survey has not been done then check list points for Reconnaissance Survey has to be

ensured before taking up detailed route survey.

S. No. Activities Status/Remarks

1 Re-confirmation and Fixing of start and end locations

of survey.

2 Transfer of nearby benchmarks. Fixing of Co-

ordinates of start / end locations.

3 Check for calibration/accuracy / performance of Total

station & other instruments used for Survey. Indicate

details of instruments used

4 Check for the Surveyor experience and their

operating skills of survey instruments.

5 Certification for route not passing through CRZ /

National park / Sanctuary / Coral reef / Ecologically

sensitive areas including LNG terminals

Certificate to be

Provided in the

survey report

itself 6 Certification for route not passing through Critically

Polluted areas as per MoEF Notification dated 15-03-

2012

7 Check for any other existing underground cables /

pipeline, using cable/pipeline locators and

determination of cover (depth).

8 Check to avoid major obstacles / dense plantation /

permanent structures / very hilly terrain etc.

9 Major Highlights of the Pipeline Route-

a Major Highlights of the Pipeline Route

b Co-ordinates of starting point

c Co-ordinates of Terminating point

d Total Chainage

e Total IP points

f Total TP Points

g Major crossings Rlys/NH/SH/River/Canal/Forest

5. SCOPE OF SUPPLY

5.1. GAIL shall not supply any materials, manpower or equipment for the tendered work

and this shall be the responsibility of the Contractor.

6. CONTRACTOR’S RESPONSIBILITIES

6.1. Contractor shall carry out Reconnaissance Survey and finalize the route for detail

survey in consultation with GAIL. Deviation from route, if considered essential by

contractor, shall be brought to the notice of the GAIL.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 111 of 159

6.2. Contractor to arrange all manpower and equipments etc. required to complete the

work as per the tender and as directed by EIC.

6.3. Contractor to arrange permissions from concerned authorities and other support

facilities etc to complete work.

6.4. Any dispute arising out of any damages caused by Contractor or Contractor’s

workmen during the execution of the work has to be settled by the contractor.

6.5. Ground profile shall be prepared based on MSL.

6.6. Collection of all information and proposed development plans in nearby vicinity of

proposed pipeline

6.7. Arranging of SOI maps in scale of 1:50,000 / 1:25000 as per the requirement.

6.8. Scale of Alignment sheet &cadastral survey maps in scale of 1:2,500/ 1:4,000 as per

the requirement.

6.9. Contractor shall carryout all works in strict compliance with applicable specifications

as per the tender and as directed by EIC.

6.10. All maps procured by the Contractor under this contract shall be property of the GAIL

and shall be handed over to GAIL after completion of work.

6.11. Procurement of all required Survey of India maps / Satellite imageries / any other map

necessary to undertake reconnaissance survey and detail route survey of proposed

pipeline shall be in contractor’s Scope of Work, without any additional cost to GAIL.

However, assistance in procurement of maps, if required, shall be provided by GAIL.

7. COMPANY’S OBLIGATION

7.1. GAIL will provide indicative Map of proposed pipeline route only.

7.2. Standard format of drawings like plans & profile, cross section, data sheet for soil

investigation & population density etc if not included with Tender document will also

be provided.

8. DOCUMENTS / DATA SUBMISSION

8.1. Contractor has to submit survey data, drawings etc. which shall be reviewed /

approved by GAIL in the initial stage.

8.2. Two sets of hard copy of sample drawings/ data/ documents covering at least 10km.

Stretch, shall be submitted by the Contractor for GAIL's review in the form of draft

report for entire activities. Suggestions/ Comments of GAIL (if any) shall be

incorporated by the Contractor. This report can be demanded in parts and in different

phases as per discretion of GAIL.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 112 of 159

8.3. All drawings, reports, formats etc. forming the part of submission to GAIL shall be

prepared on approved computer package. All drawings, including, but not limited to

alignment sheets, crossing drawings, soil profiles etc. shall be prepared using

AutoCAD latest version & GIS based suitable package (Arc GIS 9.1). All reports,

formats, write-ups, charts shall be prepared on computer using software package

compatible with MS Office latest version.

8.4. The data and drawings submitted shall be in approved GIS package.

Sr. No. Drawings/Documents No. of Copies Remark

A Alignment Sheets(In the scale

of 1:2,500/4,000)

03(In Colour)

B Crossing Drawings 03 (In Colour) Drawing should contain

Key Map with Details for

Locating the Crossings at

Site

C Route Map

C1 In the Scale of 1:50,000 or

1:25,000

06 (In Colour)

C2 Overall Route Map In the

Scale of 1:500,000 or

1:10,00,000

06 (In Colour)

C3 Route map as required for

CCOE application including

all details of village, tehsil,

police station & TP Point Ch

wise in the scale of 1:50,000

06(In Colour)

C4 Preparation of full map,

Laminated display maps of

Surat-Paradeep P/L Project

and section wise maps

10(In Colour)

D Cadastral Drawings

(In the scale of 1:2,500/4,000)

06 (In Colour) Village wise Files should

be submitted with One

Copy of each of the

following.

D1 Revenue Map 03 (01 original

and 02 copies)

As received from Revenue

authority with ROU

marked on it

D2 Digitised Village Map 03 (In colour) Different Colour should

be used for marking

Centreline and ROU

Limit.

D3 Latest Ownership details with

Part/Hissa Details,

03

E Soil Resistivity / Corrosion

Survey Report

03

F Reconnaissance Survey Report 03

G Detailed Engineering Survey

Report

03 Report should cover all

engineering details, details

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 113 of 159

of length in each Village,

Crossings with Authority

List, Details of

Social/Reserved/Protected

Forest, National Park and

Sanctuaries, Area under

Coastal Regulatory Zone,

Ecologically Sensitive

Area, and

Critically/Severely

Polluted Area etc en-route

proposed route.

H Cadastral Survey Report 03 Land Schedule as

mentioned in Clause 3.11

above,

G GIS/LIS Package 02 in CD

The soft copies of entire Drawings and Reports mentioned at (A) to (F) above shall be

submitted in one set of CD and one in Pen drive.

9. LIST OF ENCLOSURE

Following specifications shall be a part of tender document.

i) Specification for Detailed Pipeline Route Survey

ii) Specification for Corrosion Survey

iii) Specification for Cadastral Survey

iv) Specification for Development of GIS & LIS

v) Soil Investigation Survey

vi) Population Density Survey

vii) Pipeline route survey data sheet.

viii) Pipeline density data along pipeline route.

10. SCOPE OF WORK FOR OBTAINING CROSSINGS PERMISSION

(COMMON FOR ALL SECTION)

The scope of work of Contractor specified in this document shall include, but will not

be limited to the following.

10.1. Contractor shall visit each crossing location for which NOC/Permissions are required

to be taken and will identify the Authority from whom the crossing permission is

required to be taken.

10.2. Collecting the name, contact nos. & complete address of the authorities/agencies for

obtaining statutory clearances/no objection certificates/ Permissions/ Sanctions/

recommendations etc.

10.3. Authorities to be approached for NOC/Clearances/Permissions but not limited to:

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 114 of 159

i) National Highway crossing and P/L Corridor : NHAI/PWD

Parallel to NH

ii) State Highway crossing and P/L Corridor : PWD

Parallel to SH

iii) Other Road crossing under PWD/CML/PRP : PWD/Municipal

Corp. /NRRDA .

iv) River crossing : Irrigation Deptt.

v) Canal crossing and P/L Corridor parallel : Irrigation Deptt.

to canal.

vi) Crossing of Other water bodies like : Irrigation Deptt.

Distributory / Escape /Nallahs/Drains etc.

maintained by Irrigation Deptt.

vii) Railway Crossing : Railways

viii) Protected/Reserved Forest crossing : Forest Deptt.,

MoE

ix) Social Forestry crossing : Forest Deptt.

x) Foreign-hydrocarbon/water/sewerage-pipelines : concerned owner

/ operator of the

pipelines.

10.4. Obtaining necessary application forms/ requirements from concerned authorities/

agencies (cost incurred towards purchase of application form, if any, will be paid on

actual subject to submission of proofs/ bills/ stamped receipt).

10.5. Contractor shall understand the departmental procedures involved in processing of

various approvals & shall expedite the proposal at each level/ office.

10.6. Filling/ completing the application forms/ preparing the necessary documents/

proposals as per the requirement of the concerned authorities/ agencies and submitting

the same to these agencies.

10.7. Co-ordination, Liaison and follow-up with authorities/ agencies till the permissions/

approvals/ clearances are received against each obstacle crossings for National

Highways, State Highways, Other District & village Roads, Railways , Forests, River,

Canals/Distributaries/Escape, other water bodies (like Nallah, drain, ponds.) and

foreign hydrocarbon/water/sewerage pipeline etc.

10.8. Inspection by the authorities/agencies, including field verifications, if any, shall be

arranged by the contractor and necessary coordination & liaison in this respect shall

also be the responsibility of the contractor.

10.9. Collection of Field data, revising/modifying the documents/drawings, collection and

submission of additional information as per the requirement of these authorities.

10.10. Submitting the approval/NOC to GAIL within the time schedule as indicated in this

tender document.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 115 of 159

11. COMPANY’S OBLIGATION

GAIL will provide following assistance to the contractor, if necessary.

I. GAIL will sign the original letter /application to be made to statutory

authorities in the first instance.

II. GAIL will make necessary payment of statutory fee/deposits directly to the

concerned Deptt./Authority as per their demand note.

12. CONTRACTOR’S OBLIGATION

12.1. Arranging all required drawings etc. necessary to be submitted along with application

to the concerned statutory authorities.

12.2. Contractor will provide original permissions / NOC from statutory authorities

concurrently to GAIL and will also submit the additional copies of all permissions in

two set of hard copy and one set of soft copy (in pen drive) within prescribed time

schedule.

12.3. Contractor has to set up a office at a suitable and central location along the pipeline

route for each section to facilitate early report preparation, timely job

compilation and ease to approach and coordination. The office should have all

facilities to dispose-off day to day works like soft /hardware, printer, computer,

office furniture, telefaxing-machine, internet, Stationery, Xerox machine,

conference room and mobile telephoneVehicles, phone etc.

12.4. In addition to above one liaisoning office at New Delhi and one office at Nagpur

for coordination activities shall be made operational during the execution of

work.

13. DEPLOYMENT OF MANPOWER & EQUIPMENT

It is proposed to deploy minimum one team at every 100 Km. the deployment of

minimum team shall be as follows:

Section- I 01 Team for Gujarat Region &

03 Team for Maharashtra Region

Section- II 04 Team

Section- III 02 Team

Section- IV 05 Team

Common manpower for each section

i) Project Manager- 01

ii) Liaison officer- 01

iii) Data Entry Operator- 02

iv) One skilled man for co-ordination with GAIL for miscellaneous

survey activities, check measurements etc.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 116 of 159

One team will consist the following persons

i) Surveyor- 01

ii) Leveller – 02

iii) Skilled/ Unskilled - 02 (Each)

Simultaneously, a separate team with suitable no of persons for collection of revenue

records from respective offices and soil investigation, stone fixing team shall be

deployed by the contractor. In order to complete the work in schedule time, contractor

has to deploy sufficient survey and other equipment at site.

14. TIME SCHEDULE

SECTION -I

Sr. No. Activity Time Schedule from Date

of FOA (In Months)

1 Collection of Satellite Images/ Maps etc and

completion of Desktop study and providing details to

GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

02

2 Completion of Detailed Route Survey including

collection of Population Density data & other

associated work and submission of final reports

06

3 Soil investigation & Corrosion Survey and

Submission of final Reports

08

4 Cadastral Survey and Submission of all drawings and

reports

10

5 Submission of Developed & Customized GIS & LIS

Package.

10

For Obstacle Crossings Permissions:

Sr. No. Crossing Time Schedule from Date

of FOA (In Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline

corridor parallel to Canals

12

4 National Highways and pipeline corridor parallel to

NH

18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 117 of 159

*Date of appilication and date of permission for forest should have a period of

maximum 1 year.

SECTION -II

Sr. No. Activity Time Schedule from Date

of FOA (In Months)

1 Collection of Satellite Images/ Maps etc and

completion of Desktop study and providing details to

GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

02

2 Completion of Detailed Route Survey including

collection of Population Density data & other

associated work and submission of final reports

06

3 Soil investigation & Corrosion Survey and

Submission of final Reports

08

4 Cadastral Survey and Submission of all drawings and

reports

10

5 Submission of Developed & Customized GIS & LIS

Package.

10

For Obstacle Crossings Permissions:

Sr. No. Crossing Time Schedule from Date

of FOA (In Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline

corridor parallel to Canals

12

4 National Highways and pipeline corridor parallel to

NH

18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of appilication and date of permission for forest should have a period of

maximum 1 year.

SECTION -III

Sr. No. Activity Time Schedule from Date

of FOA (In Months)

1 Collection of Satellite Images/ Maps etc and

completion of Desktop study and providing details to

GAIL

01

1.5

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 118 of 159

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

2 Completion of Detailed Route Survey including

collection of Population Density data & other

associated work and submission of final reports

5.5

3 Soil investigation & Corrosion Survey and

Submission of final Reports

08

4 Cadastral Survey and Submission of all drawings and

reports

08

5 Submission of Developed & Customized GIS & LIS

Package.

08

For Obstacle Crossings Permissions:

Sr. No. Crossing Time Schedule from Date

of FOA (In Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline

corridor parallel to Canals

12

4 National Highways and pipeline corridor parallel to

NH

18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of appilication and date of permission for forest should have a period of

maximum 1 year.

SECTION -IV

Sr. No. Activity Time Schedule from Date

of FOA (In Months)

1 Collection of Satellite Images/ Maps etc and

completion of Desktop study and providing details to

GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

2.5

2 Completion of Detailed Route Survey including

collection of Population Density data & other

associated work and submission of final reports

07

3 Soil investigation & Corrosion Survey and

Submission of final Reports

09

4 Cadastral Survey and Submission of all drawings and

reports

11

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 119 of 159

5 Submission of Developed & Customized GIS & LIS

Package.

11

For Obstacle Crossings Permissions:

Sr. No. Crossing Time Schedule from Date

of FOA (In Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline

corridor parallel to Canals

12

4 National Highways and pipeline corridor parallel to

NH

18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of appilication and date of permission for forest should have a period of

maximum 1 year.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 120 of 159

SCOPE OF WORK FOR : OBSTACLE CROSSING PERMISSION

1.0 OBJECTIVE

The Objective of this work is as follows.

To facilitate smooth laying of Pipeline through various crossings en-route entire

length of Pipeline, statutory clearances/ NOCs, are required to be obtained from

respective authorities, well in advance i.e. before start of Pipeline construction

activities.

2.0 SCOPE OF WORK

2.1 Identifying the name, contact nos. & complete address of the authorities/agencies for

obtaining statutory clearances/no objection certificates/ Permissions/ Sanctions/

recommendations etc. Contractor shall also visit each crossing location for which

NOCs/Permissions are required.

2.2 Obtaining necessary application forms/ requirements from concerned authorities/

agencies (cost incurred towards purchase of application form, if any, will be paid on

actual subject to submission of proofs/ bills/ stamped receipt).

2.3 Contractor shall understand the departmental procedures involved in processing of

various approvals & shall expedite the proposal at each level/ office.

2.4 Filling/ completing the application forms/ preparing the necessary documents/

proposals as per the requirement of the concerned authorities/ agencies and submitting

the same to these agencies. Contractor has to submit the re-application and obtain

permission from the concerned authorities due to changes in route / alignment etc. of

pipe line at no extra cost to GAIL.

2.5 Coordination, Liaison and follow-up with authorities/ agencies till the permissions/

approvals/ clearances are received against obstacle crossings for National Highways,

State Highways, Other District & village Roads, Railways , Forests, River,

Canals/Distributaries/Escape,other water bodies (like Nallah, drain, ponds.), foreign

hydrocarbon/water/sewerage pipelines etc.

2.6 The inspection by the authorities/agencies, including field verifications, if any, shall

be arranged by the contractor and necessary coordination & liaison in this respect

shall also be the responsibility of the contractor.

2.7 Collection of Field data, Preparation of Cross Sectional Drawings, revising/modifying

the documents/drawings, collection and submission of additional information as per

the requirement of these authorities.

2.8 Submitting the approval/ clearance papers to GAIL within the time schedule as

indicated in this tender document.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 121 of 159

3.0 GAIL’S RESPONSIBILITY

GAIL will provide following assistance to the contractor.

I. GAIL will sign the original letter /application to be made to statutory

authorities.

II. GAIL will make necessary payment of statutory fee/deposit directly to the

concerned Deptt./Authority as per their demand note.

3.1 CONTRACTOR’S RESPONSIBILITY

3.1.1 Dedicated manpower to be deployed for follow up to obtain permission from Forest ,

NH and Railway Departments.

3.1.2 Arranging, acquiring all data, access, permissions and other activities/services

required for and/or incidental to performing the work tendered.

3.1.3 Settling all compensation and disputes arising out of any damages caused by

Contractor or Contractor’s workmen during the execution of the work.

3.1.4 Contractor shall carryout all works in strict compliance with applicable specifications

documents enclosed with the tender documents and as per the instructions of

Company Representative. The scope of work shall also include any other item/work

required to complete the work in all respect as per specifications, drawings and

instructions of Company Representative whether specifically mentioned here in or

not, but required to fulfill this intended purpose of this tender document.

3.1.5 All maps procured by the Contractor under this contract shall be property of the

Company and shall be handed over to the Company on completion of the work.

3.1.6 Arranging all required drawings etc. necessary to be submitted along with application

to the concerned statutory authorities.

3.1.7 Contractor will arrange to provide original permissions / NOC’s from statutory

authorities concurrently to GAIL and will also submit the additional copies of all

permissions in two set of hard copy and one set of soft copy within prescribed time

schedule.

4.0 DOCUMENT/DATA SUBMISSION

Sr.

No.

DOCUMENTS NO. OF

COPIES

REMARK

1 Original Permission

Letter as received from

Authorities

Permission

Letter in

Original

01 Set of entire Communication

made with Authorities from

Submission of Application to

Receipt of Final Permission.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 122 of 159

The Scanned Copies of Permission Letters mentioned above shall be submitted in one set of

CD and one in Pen drive.

STANDARD SPECIFICATION FOR DETAILED PIPELINE ROUTE SURVEY

(ONSHORE)

CONTENTS

1.0 SCOPE

2.0 REQUIREMENTS

3.0 PRELIMINARY AND LOCATION SURVEYS

4.0 BENCH MARKS

5.0 CROSSINGS

6.0 ACCURACY IN MEASUREMENT

7.0 CHAINAGE

8.0 MEASUREMENT OF HORIZONTAL ANGLES

9.0 PROFILES

10.0 BUILT-UP AREAS

11.0 SURVEY NOTES, OBSERVATIONS & COMPUTATIONS

12.0 MAPS AND DRAWINGS.

13.0 PRESENTATION OF FIELD SURVEY DATA

14.0 DOCUMENTS & DATA SUBMISSION

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 123 of 159

1.0 SCOPE

This specification covers the minimum requirements of topographical survey along

the pipeline route including locating the centre-line of pipeline alignment on the

ground, constructing survey monuments, field measurements for planimetry and

profile and preparation of drawings and documents.

This specification also covers the minimum requirements for soil investigation for the

purpose of visual engineering classification of soil along the pipeline route.

2.0 REQUIREMENTS

2.1 All survey works shall be performed by or under the supervision of a qualified land

surveyor.

2.2 All measurements shall be in metric units.

2.3 The readings and noting shall be neat, legible and scorings and over-writing shall be

dully initialled by the Surveyor.

2.4 All survey shall be carried out using approved methodology and equipments e.g. GPS,

DGPS, Total Stations, Auto levels, High precision Theodolite , etc.

3.0 PRELIMINARY AND LOCATION SURVEY

3.1 Reconnaissance surveys

3.1.1 GAIL will provide only start and end location of survey and successful bidder will

procure required SOI map, satellite imageries and other document at his own cost.

Contractor has to carry out table top study and subsequently field verification for

route identified based on table top study.

3.1.2 Contractor has to make critical evaluation of alternate routes and will recommend for

techno-commercial feasible route based on merits and demerits to GAIL and shall

obtain approval of best route before start of detailed engineering survey.

3.2 Alignment and location surveys:

3.2.1 A preliminary survey for locating the centre-line of pipeline alignment on the ground

shall be carried out and where it becomes apparent that a better route could be

followed, the Surveyor shall consult the COMPANY/ENGINEER for authorization to

make a change.

3.2.2 Turning Points (TPs) shall be located by Surveyor in consultation with

COMPANY/ENGINEER considering the following.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 124 of 159

To avoid obstruction along the line, by ranging on ground and shifting the

Turning Points if need be.

Check for terrain gradient by using hand clinometer

Ensure proper angle of crossing by keeping as nearly right angle (to

road/rail/streams, etc.) As possible. The right angle may be laid on ground by

using a chain or string lengths in ratio of 3, 4 and 5.

To check from construction point of view and avoid objects like power,

telephone and telegraph poles, walls, tube wells or such other structures falling

in the strip of land, 50m on either side of pipeline alignment.

3.3 Staking of pipeline route

3.3.1 The pipeline defining trench centre line shall be staked by placing suitably painted

marker stakes at Turning Points (TPs) and at Intermediate Points (IPs) between

consecutive TPs. All turning Points (TPs) and intermediate points are referred as

Intersection Points.

The pipeline centre line shall be staked on the ground as follows:

First, the Turning Points (TPs) shall be staked on the ground. After locating and

marking the TPs, the intermediate points shall be staked while measuring slack

distance. The staking shall normally be done at intervals of 250 m. approx. along the

centre line of the pipeline.

3.3.2 The intersection Points shall be serially numbered form the starting point. The serial

number of each Intersection Point shall be boldly inscribed on the marker stake. In

addition, the Turning Point (TP) marker stake shall identify the Turning Point

reference number from the starting point.

3.3.3 For Intermediate Points (IPs) letter “P” shall precede the serial number of the

intersection Point marker. For Turning Points, the letters “TP” shall precede the

Turning Point reference number and the letter “P” shall precede the serial number of

the Intersection Point.

3.3.4 The marker stakes at Turning points (TPs) shall be referred with three reference

stakes around the TP. The reference stakes shall carry the Turning Point reference

number and their respective distance from the TP marker stake.

3.3.5 Change in direction of line shall be marked on the TP marker stakes. In addition,

direction markers near TPS and other locations shall be placed wherever necessary.

3.4 Stakes and Marker

3.4.1 All marker stakes shall be of pre-cast reinforced cement concrete(1:2:4) pillars or

stone, having dimensions 150 x 200 x 800 mm and shall be buried to a depth of 500

mm. at intervals of 250m approx. along the centre line of the pipeline.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 125 of 159

If, pre-cast RCC markers are provided, it should have reinforcement of 04 nos.-6 mm

dia bars with 04 equally spaced rings of 6 mm dia. All pre-cast RCC pillars should be

engraved with company name on one shorter vertical face .In case of stone pillars ,

Company name is to be written with the paint.

The exposed surface of the blocks shall have a smooth finish and shall be painted with

‘Post Office’ red paint. All letters and figures shall be paint marked on the surface of

the blocks in white.

3.4.2 On the top surface of the reinforced concrete blocks, a cross inside a circle shall be

engraved at the centre or a nail shall be put centrally inside an engraved circle, to

indicate the exact position of the Intersection Point. The circle shall be of

approximately 50mm diameter. In case of stone markers, a cross inside the circle at

the centre of stone shall be made with the paint.

3.4.3 Surveyor can, however, propose to the COMPANY/ENGINEER other types of

stakes/markers which are better suited to site conditions.

4.0 BENCH MARKS

4.1 Bench Marks (BM) at approx. every 5 Km on permanent structures along the Right-

of-Use (ROU) i.e. within 100m either side of RoU, shall be established and described.

Additional bench marks shall be established near the major pipeline crossing sites, if

any.

5.0 CROSSING

5.1 General

As far as possible, crossings shall be made right angles. The surveyor shall record the

angles of crossing for all fences, property lines, utilities, railways, canals streams, etc.

that are crossed. In addition, the true bearings of the centre-line of the road, railway,

canal as well as that of the pipe centre-line shall be recorded. Turning Points (TPs)

provided near crossings shall be located, at least 50m from the crossing’s boundaries,

in stable and firm ground.

5.2 Railway Crossings

The angles for all railway crossings shall be as close to 90 degree as possible, but in

no case less than 85 degrees to the centre-line of the railway.

5.3 Primary Road Crossings

The angels of crossing for secondary roads shall be as close to 90 degrees as possible,

but in no case less than 45 degrees to the centre-line of the roads. All seasonal roads,

unpaved village roads, cart-tracks, etc. come under this category.

5.4 River/Stream/Nala Crossings

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 126 of 159

These crossings shall be established as close as possible to the locations shown on the

route map. Crossings shall be located in a comparatively straight each of the river

where the banks are stable and there is sufficient area for construction. Angle of

crossing shall be as close to 90 degree as possible.

5.5 Canals/Drainages Ditch Crossings

The angle of crossing shall be as close to 90 degrees as possible but in no case less

than 60 degrees to the centre-line of the canal/drainage ditch. Crossings shall be

located where there is no evidence of slumping or erosion of banks, or bed.

5.6 Utility Crossings

Utilities crossed shall be located a their centrelines with stakes containing station

numbers in the survey. The angle or crossing shall be measured and locations

established relative to their above-ground facilities. The names and sizes of all utility

lines shall be included in the survey notes. In the cases of overhead power and

telephone lines, the distance to the poles and towers on each side of the survey line

shall be measured, and the numbers of poles or towers noted. Line voltage shall also

be recorded. Where possible, the survey shall be established so that there is a

minimum distance of 50 meters from the survey line to the nearest High Tension pole

or tower.

Underground utilities shall be located as far as possible and staked for a minimum

distance of 25 meters on each side of the survey line.

6.0 ACCURACIES IN MEASUREMENT

6.1 Surveyor shall incorporate corrections to the linear ground measurement due to

standard errors, variations from standard errors, variations from standard temperature

and pull.

6.2 The error for angular closure for the work shall not exceed one minute per station and

for linear measurements it shall be read to the nearest 0.005 M.

6.3 The error on closure for measurements on vertical distance to establish bench marks

shall not be more than 24K mm (Where K is the linear distance in km).The

observations for measurement of vertical distances on bench marks shall be read to

accuracy to the nearest 5 mm and for Intersection Points and other points also Pipeline

route and at crossing to the nearest 10mm. The error of misclosure in vertical distance

shall be distributed linearly.

7.0 CHAINAGE

7.1 Slack distance measurement will be made using 50 meter steel tape or 30 meter chain.

However, in case of abrupt slope change the tape/chain is straightened parallel to the

probable grading.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 127 of 159

7.2 Distance between Intersection Points staked along the pipeline route shall be

measured and recorded. In addition, distance between level points shall also be

measured and recorded.

7.3 Chainage will be continuous in the direction of survey.

7.4 The true bearing of all straights shall be observed and recorded.

7.5 Data on nature of terrain, viz. sandy, stony, vegetation, etc. and type of ground will

also be recorded along with chainages of change points.

7.6 Check on distance measurements will be by stadia method at the time of leveling.

7.7 Standard chain survey format will be used for record keeping.

8.0 MEASUREMENT OF HORIZONTAL ANGLES

Horizontal angles are measured to indicate the change in direction of alignment and

specify the horizontal bend at the Turning Points.

8.1 Theodolite, reading direct to 10 seconds or better, shall preferably be used. Angles

shall be measured clockwise from back station to fore-station. Mean of two readings-

one on face left and other on face right shall be taken as the horizontal angle.

8.2 The line at both ends shall be tied to the grid control system being used for end

facilities. True bearing at the beginning, end and every 15-20 KM shall be observed to

keep a check on errors in angular measurement.

9.0 PROFILE

9.1 The continuous profile of the proposed pipeline route shall be established from the

reduced levels taken.

i) at the starting point,

ii) at all Turning Points (TPs)

iii) at all Intermediate Points staked on the ground.

iv) at all points on the pipeline route where there is a change in slope.

9.2 When the terrain is flat, reduced level shall be additionally recorded along the pipeline

route at 100m interval.

9.3 When the terrain is undulating observation of reduced level shall be made at a

sufficient number of points so as to given an accurate plotting of the ground profile

along the route.

9.4 For road and railway crossings, the reduced levels shall b recorded at all points along

the pipeline alignment wherever there is a change in slope within the entire width of

the Right-of-Use of the road/railway. CONTRACTOR shall prepare a detailed

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 128 of 159

drawing for the crossing in scale 1:100 (in both horizontal and vertical directions)

which shall be truly representative of the crossing profile.

9.5 For river/stream/nala/canal crossings, levels shall be taken at intervals of 5M up to

30M beyond the highest banks on both sides. Levels shall be taken at closer intervals,

if there is a change in slope. CONTRACTOR shall prepare a detailed drawing for the

crossing in scale 1:100 (in both Horizontal and Vertical directions) which shall be

truly representative of the crossing profile.

9.6 In right-of-Use having slope across the pipeline alignment, as encountered in hilly

areas, Ghat regions, ravines and other similar areas as directed by COMPANY, cross-

section at 50 M interval and for a length of 50 M on either side of the pipeline

alignment shall be observed and recorded.

9.7 For major water crossing sites, cross section as above shall be observed at both banks.

9.8 Method of RISE and FALL shall be used to compute reduced levels of various points.

Check on computation shall be made by using the following formula:

Back site – Fore Site = Rise – Fall = First R. L. – Last R. L.

9.9 Maximum misclosure shall not exceed 24K mm where ‘K’ is the distance in Km

Maximum length of line of sight shall not exceed 100m.

9.10 All levels shall be with respect to Means Sea Level (MSL).

10.0 BUILT-UP AREAS

10.1 Monuments and Properties

The pipeline alignment shall run clear of the existing monuments, properties and

structures etc., as indicated in Pipeline Route Survey Data Sheet (Annexure-IV).

For congested areas, closer distance may be adopted; however, location shall be

approved by COMPANY/ENGINEER.

10.2 Parallel Alignment

The pipeline alignment wherever runs parallel to an existing or planned under/over

ground facility will be treated as parallel alignment. For underground facilities

surveyor shall identify and locate them with suitable special ground laths. The

following clearances shall be observed in case of parallel alignment defined above.

- Between existing/planned electrical power cables/lines and the proposed line –

50.0 metres.

- Between existing/planned communication cables/lines and the proposed line –

25.0 metres.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 129 of 159

10.3 Parallel Encroachment

Unless otherwise stated, when the pipeline alignment runs generally parallel to a road

or railway it shall be kept sufficiently clear of the Right of way limits of the facility.

11.0 SURVEY NOTES, OBSERVATIONS AND COMPUTATIONS

11.1 The procedures followed both for field and office calculations shall be such that the

results obtained shall be maintained by surveyor.

11.2 All up-to-date notes and observations related to the basis for determination of

boundary lines and corners shall be maintained by surveyors.

11.3 Survey records must contain schematic diagrams of all horizontal controls pertinent to

the project showing all existing and established control points, bench marks, any

triangulation station and boundary lines.

11.4 Geo-graphical and UTM co-ordinates of all Turning Points and starting/end points of

the pipeline shall be computed and furnished to the COMPANY/ENGINEER.

12.0 MAPS AND DRAWINGS

12.1 All maps and drawings shall be made on standard format furnished by the

COMPANY. Surveyor shall perform mapping and drawing work so as to contain all

relevant data consistent with the survey notes and observations. The drawings shall

also contain details of roads, streets, highways, structures, all types of crossings,

terrain, surface vegetation and all other details which will be required for the purpose

of engineering design.

12.2 Following types of detailed survey drawings will be made

- Right-of-Use Planimetry in UTM grid : 1:2500 along the line

: 1:2500 across the line

- Ground Profile : 1:2500 Horizontal

: 1:250 Vertical

- Crossing Details (Road, Railway, : 1:100 Horizontal

Stream, Nala & Canal) : 1:100 Vertical

- Crossing details (River Crossing)

Upto 250 M width : 1:200 Horizontal

: 1:200 Vertical

- Upto 500 M width : 1:500 Horizontal

: 1:500 Vertical

- Greater than 500 M width : 1:1000 Horizontal

: 1:1000 Vertical

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 130 of 159

- Detailed Pipeline Route Map : 1:50,000 on SOI Topo

Maps

- Additional Route Map for Hilly, Ghat : 1:15,000

and ravenous regions

- Cross Section for sloping Right-of-Use : 1:100 Horizontal

: 1:100 Vertical

Note: Crossing drawings shall be prepared using same horizontal and vertical scale as

indicated above. No. of sheets may increased, if required.

13.0 PRESENTATION OF FIELD SURVEY DATA

13.1 Survey drawing

Survey drawing shall contain the following data as a minimum requirement.

Right-of-Use Planimetry drawings shall show all objects within 50 meters on

either side of the Pipeline in Plain

In case of all rail, road, river, steam, canal and utility crossings, the angle of

crossing shall be mentioned.

In case or rail, road, river, stream and canal crossings wider than 10m, the

distances at the start and at the end of the crossing from the nearest IP shall

also be mentioned. For crossings less than 10m, the distance of the centre line

of crossing from the nearest IP shall be given.

For all river, stream and nala crossings, the level of water at the time of survey

and the approximate surface velocity of the flowing steam shall be observed

and recorded and reported in the survey drawings. Also, the general nature of

the surface soil (soft/hard, normal soil or rock/boulders) at the bed and banks

of the river/steam/nala shall be observed and mentioned in the drawings.

“Ground profile (chainage vs ground elevation) for the entire pipeline route

shall be prepared and presented in a tabular format using Microsoft Access

Database format.”

13.2 Pipeline Route Map

Pipeline route map shall show all features including, but not limited to roads

and railroads, canals, streams, lakes, rivers, villages, towns, and cities that are

located within a distance of 10 km from the pipeline centre-line on either side

of it. For the entire region, contours shall be plotted on the route map at 20m

contour interval. Additional information like cultivated areas, barren land,

areas prone to flooding, rocky areas and forests including access path/roads to

Right-of-Use shall also be shown on the route maps.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 131 of 159

Additionally for areas which are undulating such as hilly areas, Ghat regions,

ravines, and other areas as directed by COMPANY, Pipeline route map to a

scale 1:15,000 shall be drawn over a distance of 1.0 Km from the pipeline

centre-line on either side of it. For such areas, contours shall be plotted at 10m

contour interval.

Right-of-Use Planimetry drawings shall show all objects within 50 metres on

either side of the Pipeline in Plain.

In case of all rail, road, river, steam, canal and utility crossings, the angle of

crossing shall be mentioned.

In case or rail, road, river, stream and canal crossings wider than 10m, the

distances at the start and at the end of the crossing from the nearest IP shall

also be mentioned. For crossings less than 10m, the distance of the centre line

of crossing from the nearest IP shall be given.

For all river, stream and nala crossings, the level of water at the time of survey

and the approximate surface velocity of the flowing steam shall be observed

and recorded and reported in the survey drawings. Also, the general nature of

the surface soil (soft/hard, normal soil or rock/boulders) at the bed and banks

of the river/steam/nala shall be observed and mentioned in the drawings.

“Ground profile (chainage vs ground elevation) for the entire pipeline route

shall be prepared and presented in a tabular format using Microsoft Access

Database format.”

14.0 DOCUMENTS/DATA SUBMISSION

All drawings/reports/formats etc. submitted to the Company shall be prepared on

electronic media. All drawings/sketches shall be prepared using latest version of

Autocad.

Population Density data and facilities data shall be furnished in data base provided by

the Company. All reports and write-ups shall be in Microsoft Office software. All

photographs shall be in JPG/TIF format. Two copies of final approved survey

data/documents shall be submitted to Company on standard CD ROM and pen drive.

In addition, three sets of hard copies of all approved survey data/documents shall also

be furnished.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 132 of 159

SOIL INVESTIGATION SURVEY

1.0 Objective

The objective of soil investigation survey is to obtain visual engineering classification

of soil and geotechnical properties of soil when specified in data sheet for design &

engineering of various facilities required along the pipeline route.

2.0 Requirements

2.1 General

2.1.1 The soil investigation includes boring, collection of disturbed samples from bore

holes and visual engineering classification of soil along the pipeline route and

submission of detailed report to Company.

Visual classification of soil shall be in accordance with IS-1498; :IS Classification

and Identification of Soils for General Engineering Purposes” Geotechnical

investigation of soil shall be carried out as per relevant clauses of IS 1892 and other

applicable IS standards.

2.2 Location of Bore Holes

2.2.1 Boreholes shall be made at an intervals of 250 m along the pipeline route, at all

intermediate points where there is apparently a change in the type of soil and at other

places as given below by Company/Engineer-in-charge.

2.2.2 For rail, state highways, national highways, rivers/streams and canals, at least one

bore hole shall be made at each crossing location.

2.2.3 Boring shall be carried out in accordance with the provision of IS: 1892. Minimum

diameter of boring shall be 150 mm. Auger boring shall be resorted to above water

table, whereas below water table the boreholes shall be advanced by rotary drilling

with mud circulation through all kinds of soil other than rock. While boring above

water table, no water shall be introduced in boreholes. Casing shall be used to

support the sides of boreholes in soft to firm soil.

2.2.4 Except for crossing location as defined under clause 2.2.5, the boring shall be either

terminated at a depth of 3 m below NGL or on top of bed rock if rock is encountered

at a depth of less than 3 m.

2.2.5 In case of boring at Highways (National/State), River and Railways crossings, the

boring shall either terminated at a depth of 5 m below NGL or on top of bed rock, if

rock is encountered at a depth less than 5 m.

2.3 Sampling

Disturbed representative samples shall be collected from all boreholes for visual

classification of soil. Collected soil samples shall be packed in container and

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 133 of 159

identification label shall affixed on it indicating bore hole no., chainage, depth and

visual soil classification.

3.0 Presentation of Survey Data

3.1 Results of soil investigation survey shall be submitted in the form of report covering

as a minimum the following.

a. Visual engineering classification of soils encountered along the pipeline route

in bore log form. Depth of Ground Water Table (GWT) below NGL shall also

be mentioned if encountered.

b. Soil profiles along the pipeline route shall also be prepared and attached with

the report.

c. Regions along the pipeline route where hard rock is present and special

excavation techniques like blasting, etc. needs to be adopted for excavation of

pipeline trench shall be clearly indicated in the report.

d. Summary of results obtained from tests and their interpretation to evaluate soil

parameters.

3.2 Visual engineering classification of soils obtained from bore holes shall be shown in

Alignment sheets also whenever preparation of Alignment sheets are in

SURVEYOR’S scope of work.”

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 134 of 159

“ANNEXURE-I”

POPULATION DENSITY SURVEY

1.0 Objective

The objective of population density survey is to obtain details of population density

(dwelling units, type of buildings, public places of gatherings etc.) along pipeline

route in case of Gas pipelines .

2.0 Requirements

2.1 Population density data as per enclosed Annexure shall be collected along entire

pipeline route for a corridor extending 200 m on either side of the route centerline.

Collected data for each filed as defined in Annexure shall be entered into Company

supplied Microsoft access data base for further analysis by Company.

2.2 The population density data shall be marked in the planimetry (location of dwelling,

buildings, public places/facilities where more than 20 people assemble and multiple

story buildings etc.) portion of the alignment sheets.

2.3 Facility/locations where 20 or more persons are assemble during normal use (viz.

school, hospital, factory etc.) shall also be clearly indicated with corresponding

changes.”

2.4 Dwelling/facilities located within 15 m of the proposed pipeline route centerline shall

also be collected and reported.

2.5 Population Density details shall be prepared and presented in enclosed format.

3.0 Presentation of Survey Data

3.1 The population density data shall be presented to Company in Company supplied data

base in electronic form.

3.2 Hard copies print out of electronic data shall also be furnished.

3.3 The drawings (Alignment sheets) showing population density data. In case alignment

sheets are not prepared by Surveyor, the same shall be made available by Company

for marking of population density data.”

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 135 of 159

ANNEXURE-III

ADDITIONAL REQUIREMENT FOR GAS PIPELINE DETERMINATION OF

POPULATION DENSITY INDEX AND CLASS LOCATION

1.0 When survey is performed for High gas pipelines, the class locations based on

Population density index as per ANSI B 31.8 “Gas Transmission and Distribution

Piping Systems” shall be recorded along with chainages at change of each class

location.

2.0 Population Density Index along the pipeline route shall be determined as follows

A zone, 200M wide on either side of the centre-line of the pipeline route, shall be

considered. Then the entire route of the pipeline shall be divided into lengths of 1600

m such that the individual lengths will include the maximum number of dwellings

intended for human occupancy. The number of such dwellings that are intended of

human occupancy within each within each 1600m zone shall be counted and reported

along with other survey data.

3.0 Area shall be classified based on guidelines as given below:

a) Class 1: Location

A class- 1 location is any 1600m section that has 10 or fewer dwellings intended for

human occupancy.

b) Class 2: Location A class- 2 location is any 1600m section that has more than 10 but less than 46

dwellings intended for human occupancy.

c) Class 3: Location A class 3 location is any 1600m section that has more than 46 or more dwellings

intended for human occupancy except when a class 4 location prevails.

d) Class 4: Location A class 4 location include areas where multi storey buildings are prevalent and where

traffic is heavy or dense and where there may be numerous other utilities

underground.

4.0 In addition to the criteria contained in clause 3.0 above while classifying areas

additional consideration must be given to possibilities of increase in concentration of

population along the pipeline route such as may be caused by the presence of schools,

hospitals, recreational areas of an organized character, places of assembly, places of

worship, etc. If one or more of these facilities are present, the area shall be classified

as class 3 location.

5.0 Notwithstanding the provisions of clause 3.0 above, while determining class location

of an area due consideration shall be given to the possibility of future development of

the area during the design life of the pipeline. If it appears likely that future

development may cause a change in the zone location, this shall be taken into

consideration while determining the zone location of the area.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 136 of 159

ANNEXURE – IV”

PIPELINE ROUTE SURVEY DATASHEET

Pipeline Size (NB, inch) : 28/22/18/16/14/12/10/8/6

Gradient *ROU) : 1:5 (max.) Along pipeline alignment

1:5 (max.) Across pipeline alignment

Bend Radius : 30 D for pipeline size UP TO 16”

40 D for pipeline size greater than

16”

Minimum Distance between TP’s : 100 m

Maximum Deflection Angle at TP : 900

ROU width : 30 m

Pipeline location in the ROU : Centreline of RoU width

Minimum distance from existing

Hebetated dwellings : 15 m

Buildings/structures/monuments : 50 m

Co-ordinates of starting point/

Terminating point : To be filled by Survey Contractor

Notes:

1. Number of TP’s along the pipeline route shall be kept to a minimum. Additional

traversing requirement for TP optimization shall be carried out by the Contractor prior

to finalization of TP’s.

2. Chainages for pipeline shall start with 0.0 chainage in the direction of flow for each

Part. In case of spur lines the branch off location from trunk line shall be chainage 0.0

km.

3. At road/rail/canal crossing location, nearest TP on either side shall be located at a

distance not less than 50 m from the ROU of the facility being crossed, unless

instructed otherwise by Company Representative.

4. In case of river crossings, no TP shall be located within 150 m from the defined bank

on either side, unless instructed otherwise by Company Representative.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 137 of 159

ANNEXURE-V

Population Density Data along Pipeline Route

Pipeline Section No.- ………………

Id_No. Village

Name

Pipeline

Chainage

in m

Perpendicular

distance of

dwelling from

pipeline

centerline in

m

Direction

Right or

Left

Type of dwelling

(building/facility)

note-1

Total no.

of

dwelling

units in

case of

PDM

Whether

>20 people

assemble

during

normal

course

(yes/no)

(pp)

Remarks

(refer

note-1)

0-

15

15-

100

>100

Notes:

1. Type of dwelling/facility shall be identified as

TH - Temporary Hutments

PD - Permanent Dwelling having less than 3 storeys

PDM - Permanent Dwelling having more than 3 storeys

PP - Public place like School, Hospital, play ground, Market, Temple, place for

public gathering/ annual fare etc.

(To be clarified under remarks)

2. Each dwelling unit in a multiple dwelling unit shall be counted as a separate unit.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 138 of 159

STANDARD SPECIFICATION FOR CORROSION SURVEY

CONTENTS

1. SCOPE

2. CODES AND STANDARDS

3. GENERAL

4. SOIL RESISTIVITY SURVEY

5. TESTS ON SOIL SAMPLES

6. ADDITIONAL DATA COLLECTION

7. REPORT

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 139 of 159

1. SCOPE

The specification covers the corrosion survey including measurement of soil

resistivity chemical analysis of soil/ water and other cathodic protection related data

collection along Right of Use (RoU) of the proposed pipeline.

2. CODES AND STANDARDS

Equipment and measurement techniques shall unless otherwise specified, conform to

the requirement of following latest applicable standards:

BIS Specifications

BS specifications and codes of practice

NACE publications

The work shall be carried out in compliance with all applicable local laws and

regulations.

3. GENERAL

This specification defines the basic guidelines for carrying out the corrosion survey.

Contractor shall be responsible for providing necessary data interpretation based on

corrosion survey measurements which is intended to form a basis for design of

cathodic protection system for the pipeline to be buried along ROW.

4. SOIL RESISTIVITY SURVEY:

4.1. Unless otherwise specified the soil resistivity measurements shall be carried out at

intervals of approximately 500 mtr. along the ROU where soil resistivity is less than

100 ohm/mtr. and two successive readings differ by more than 2:1 then additional soil

resistivity readings in between the two locations shall be taken.

4.2. To carry out the soil resistivity measurement, Wenner's 4 Pin method or approved

equivalent, shall be used. The depth of resistivity measurement shall be approximate

1.5 mtr. from NGL. At locations where multi layer soil with large variation in

resistivity/corrosiveness is expected, measurements at additional depth of upto 2.5

mtr. (approx.) or more shall be taken. In general the resistivity of soil which shall be

surrounding the pipe shall be measured. Hence the depth of measurement/electrode

spacing may vary depending on topography and strata at the area. In general,

electrode spacing shall be approximately equal to 1.5 times the depth of the pipeline.

4.3. At places where Right of Way has not yet been cleared measurements shall be made

right over the centre line of pipeline route surveyed accounting for the cutting/ filling

also.

4.4. All measurements shall be taken at right angles to the right of way unless otherwise

asked by OWNER or his representative at site.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 140 of 159

4.5. At places in right of way where other pipe lines are already existing care shall be

taken to precisely locate such pipes line and take such precautions that observations

are not adversely affected by presence of such pipelines.

4.6. Care shall also be taken that the observations are not influenced by presence of other

earth currents in the area especially in the vicinity of HT lines and plants using earth

return in their source of power etc.

4.7. Wherever possible/ advised by GAIL depth of water table shall be determined by

resistivity observations.

4.8. All measurements shall be made and recorded in metric units. While recording the

data reference to the nearest intersecting point shall be made; to provide visual

representation of variations in the resistivities along right of way, values shall be

plotted on semi-log graph sheets. The resistivity graph shall also indicate the

resistivities at additional depths measured at various locations and depth of water

table.

5. TESTS OF SOIL SAMPLES

Soil/ water samples shall be collected along the Right of way for analysis. Samples

shall be collected on an average at one location per every 10 KM along Right of way

with minimum at two locations. Exact locations shall be decided at site depending on

the type of soil, soil resistivity and in consultation with GAIL. The soil samples shall

be collected at 1 mtr and 2 mtr. depth at each location.

The collected soil / water samples shall be analysed to determine presence and

percentage of corrosive compounds including moisture content, oxygen activity and

pH value.

6. ADDITIONAL DATA COLLECTION

The following data shall be collected with a view to generate design for evaluation of

cathodic protection interaction possibilities due to presence of other services in Right

of Way and its vicinity.

6.1. Route and types of Foreign Service/ pipelines in and around or crossing the Right of

Way.

6.2. Diameter, wall thickness, pressure, soil cover etc. of the foreign pipeline.

6.3. Voltage rating,, phase and sheathing details of parallel running or crossing cables with

ROU.

6.4. Foreign pipeline coating details.

6.5. Details of existing cathodic protection systems protecting the services including rating

and location of grounds bed test station locations and connection schemes etc. Where

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 141 of 159

pipeline is likely to pass close to any existing ground bed, necessary anode-bed

potential gradient survey shall be carried out.

6.6. Interference remedial measures existing on foreign pipelines/ services/ shall be

collected from the owner of the foreign pipeline/ services.

6.7. Graphical representation of existing structure/ pipe to soil potential record. T/R unit /

CP power source voltage/ current readings.

6.8. Possibilities of integration/ isolation of the pipeline CP System with foreign pipeline/

structure CP System, which may involve negotiations with owner's of foreign

services.

6.9. Information on existing and proposed DC/AC power sources and system in the

vicinity of the entire Right of way.

6.10. Crossing and parallel running of electrified and non-electrified railway tracks along

with details of operating voltage and type (AC/ DC).

6.11. Crossing or parallel running of any H.T. AC/DC overhead line with in approximately

25 mtr. from ROU alongwith details of voltage rating, fault level etc.

6.12. Any other relevant information that may be needed in designing and implementing of

proper cathodic protection scheme for the proposed pipeline.

7. REPORT

On completion of all the field and laboratory work an interim report incorporating

results generated from surveys, additional data collected, results of test carried out,

etc. shall be submitted for comments/ approval. The final report incorporating

comments / missing data shall be furnished for records. The report along with various

drawings, graphs etc. prepared in connection with the work shall be submitted along

with three sets of hard copies and one copy on standard CD ROM & one in Pen Drive,

by the contractor.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 142 of 159

SPECIFICATION FOR CADASTRAL SURVEY

CONTENTS

1 SCOPE

2 OBJECTIVES

3 REQUIREMENTS

4 DELIVERABLES

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 143 of 159

1.0 SCOPE

This document covers various requirements for cadastral survey to be carried out

along pipeline route as further described in this document in respect of Detailed Route

Survey of proposed gas pipeline

This document shall be read in conjunction with Scope of Work Document No. for

Pipeline Route Survey.

2.0 OBJECTIVE

The objective of the cadastral survey is to identify the ownership & land use details,

collect data/all other details sufficient for acquisition of RoU under the Petroleum and

Minerals Pipelines (Acquisition of Right of User in land) Act of Government of India.

3.0 REQUIREMENTS

The Contractor at his own cost, shall collect all revenue and other maps as well as the

forms required for carrying out cadastral survey. The survey as a minimum shall

fulfill following requirements:

3.1 Preparation of Cadastral Maps in 1:2500 scale as per the format approved by the

Company showing the pipeline route and areas 50 mtr. on either side of pipeline

route.

3.1.1 Property identification/survey number, Part “Hissas” on survey numbers as per the

latest official revenue records.

3.1.2 Identification of RoU of existing pipelines/utilities on the Cadastral maps.

3.1.3 Number and type of trees within RoU limits.

3.1.4 Other major features such as given below:

- All built up areas.

- Religious places, schools, Dharamshala, hospitals etc.

- Railway lines, National/State Highways and district / village and Panchayat

roads.

- Creeks, rivers, canals, drains etc.

- Forest land (Reserved/Protected/Social).

- Industrial Land.

- Quarry/mining and other prohibited areas.

- Over-head/underground utility crossings

- Type of land and type of crop.

The above information shall be adequate in all respect for RoU acquisition and forest

clearance (if any). Width of RoU proposed to be acquired shall be 30 mtr. i.e. 15 mtr.

either side of centre line of the pipeline.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 144 of 159

3.2 Arrange for and furnish VII and XII (7/12) extracts in duplicate of all land areas

covered/shown in ROU Corridor as per para 3.1 above. The extracts are required to

be duly certified by the local concerned authorities. Expenses in obtaining these

extracts shall be borne by the Contractor.

3.3 In respect of the map at 3.1 above, Contractor’s work of marking part “Hissas” of

these part “Hissas” as per the latest revenue records, shall be checked/verified by the

local concerned authorities. Contractor shall ensure that the land records are submitted

to company for checking and verifications, as work proceeds.

3.4 Prepare a schedule, as per format to be approved by Company/Engineer-In-Charge

showing information on part “Hissas” and details of owner (to be extracted from map

at para 3.1 above for obtaining pipeline Right of Use (ROU)

3.5 Furnish two copies of requisite Performa duly completed on proper schedule form,

including of procurement of all revenue maps and forms required from revenue

department, submitting all proposal village wise and Tehsil wise.

4.0 DELIVERABLES

The contractor shall submit following documents:

i. Cadastral maps in scale 1:2500

ii. Cadastral Survey Report including summary of ownership details and other

documents as per clause 3.0 as above.

iii. All drawings/reports etc. submitted to the Company shall be prepared in

electronic media. All drawings/sketches shall be prepared and submitted

using latest version Auto CAD. All reports and write-ups shall be in Microsoft

Office software. Two copies of final approved Cadastral Survey

report/drawings shall be submitted to the Company on CD ROM and pen

drive.

In addition, three sets of hard copies of all approved Cadastral Survey

Report/formats/drawings shall also be furnished.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 145 of 159

STANDARD SPECIFICATION FOR GIS & LIS DEVELOPMENT SURVEY

GIS & LIS DEVELOPMENT

1.0 This specifications deals with data acquisition, data recording, storage handling,

processing and development of Geographical and Land Information System

(GIS&LIS) on a specified format using standard and approved quality control

parameters and its delivery to Company in a fully customized fashion.

1.1 GIS AND LIS BASED SURVEYS

Contractor shall carryout development and customization of GIS and LIS for the

surveys covered in the present scope of work that includes:

i) Geodetic and engineering surveys

ii) Soil investigations

iii) Crossing surveys

iv) Cadastral surveys

v) ROU acquisition surveys/records

vi) Population density surveys

vii) Land use pattern survey

viii) Soil resistively survey/corrosion surveys

ix) Disaster management requirement and environmental effect parameters

x) System design for GIS/LIS and integration with Company’s central data

information system etc.

The GIS & LIS to be developed in such a fashion that there is a complete scope for

horizontal and vertical expansion for the system growth and integration. Theme

coverage/layers for GIS/LIS shall be as per requirement frozen by Company at the

System Design and Customization Stage.

1.2 The major requirement of development of GIS and LIS shall be as given below:

i) The entire system to be geo-referenced i.e. from the point of dispatch to

receipt station and associated distribution network including the facilities at

each end as well as en-route, the major crossings, landmark etc. shall be as per

grid and projection system to be approved by Company.

ii) Contractor shall submit a schedule of work, which will cover details of each

activity and time required/planned for carrying it out. This schedule will be

scrutinized commented upon and approved by Company for implementation.

iii) Contractor shall submit a Quality Assistance Plan (QAP) which will cover

details of each activity its scope, quality parameters, quality checks, inspection

schedules attributes for input and output/deliverables, test check procedures

and its correlation with implementation schedule. The QAP will be

scrutinized, commented upon and approved by company for implementation.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 146 of 159

iv) Contractor to deploy the best-suited methods, equipment, tools software,

personals, analyst, and surveyors to carry out the development and

customization of GIS and LIS.

v) Contractor to use the best and the approved quality materials for preparation

maps, reports, software, storage mediums etc.

vi) Contractor to confirm having in his possession the requisite tools, equipment,

know-how and experience to carry out eh development of GIS and LIS

including facilities to handle, process and deliver output from the satellite

imageries. In case Contractor shall tip up with an associate for this party of

scope. The details of sub-vendor/associate shall be furnished at the time of

submission of offer.

vii) The developed GIS & LIS shall be thoroughly customized to suit Company’s

requirement on technical, organization, training, operational information

management system are and integration with existing/proposed organizational

systems for planning, control and information management. Wherever,

Company is not a position to clearly specify and individual attribute/fields of

information at the execution stage-adequate provision for implementation at a

later stage would be created in the respective system for such cases.

viii) Contractor to comply with Open GIS Consortium (OGC) data standards.

ix) Development of GIS & LIS package should be done suing industry standard

programming languages like Visual Basic, Visual C**, Java, Oracle etc.

1.3 Contractor’s scope of work to include the following:

i) Prepare and submit implementation schedule, QAP and detailed methodology

for scrutiny and approval by Company.

ii) To prepare a detailed user need assessment report/white paper at the

commencement of work for approval by Company.

iii) Collect input data, topo sheets, Satellite imageries based survey maps, reports

and store/handle for further processing with Contractor’s survey work.

iv) Propose projection parameters, spatial data parameters, grid system, geo-

coding and geo-referencing parameters, output/deliverable parameters etc. for

company’s approval.

v) Carryout data validation of received input, carryout scanning of topo-sheets,

integrate the recordings made by GPS/DGPS and other survey instruments to

complete/collate the input data.

vi) Carryout image processing and generation of rectified image on approved

system like ERDAS.IMAGINE or similar.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 147 of 159

vii) Carryout interpretation and digitization of all physical features.

Symbolization/legend structure, layering, edge matching, topological integrity,

mosaic king, database linking, incorporation of ground truth details,

incorporation of processing techniques for attribute allocation etc. after

passing through quality assurance stages as per approved QAP.

viii) Carryout detailed interactive database design in consultation with Company.

Assign attributes, develop LUT (Look up Tables), layered database, test check

the proposed GIS & LIS.

Note : For LIS – Use of “ROU Master” or equivalent approved software is

mandatory. Similarly, for GIS development the software to be adopted shall

be got approved at the commencement of the project. The GIS & LIS to be

developed in a seamless manner over the entire scope of work.

ix) Generation of output maps in specified format and scale as per specification.

x) In the cross-country zone all information as given in the technical

specification be provided. In the densely populated portions all information

requirement as per specification for detailed survey and Cadastral survey shall

be incorporated such as ward and property boundaries (house numbers,

classification as residential, commercial, government, number of stories etc.)

roads, landmark, feature, locality names and connectivity with proposed

facilities. Major Commercial & Industrial establishment being studies as

potential consumers etc.

The data to also include sewerage manholes, nallahs, channels, drains, canals,

garbage dumps, existing electric and telephones lines, bridges, land crossings,

fly-overs, proposed expansion of roads, railways, other facilities e.g. water

supply, sewerage system, telecommunications network etc.

Note: Contractor to collect, evaluate, ensure correctness of source, positional

accuracy, ownership, attribute authenticity to the data collected and only

revalidated data to be included for the database.

xi) To customize each layer and attribute for present available data and full

database as per requirement of Company. To design system requirement for

operation and maintenance of GIS & LIS Package.

xii) To deliver a draft GIS & LIS package to company along with a detailed

demonstration for scrutiny, trial run and observations; load the trial packages

on company’s system and configure for optimal use.

xiii) To carryout the modifications/charges and update of the GIS & LIS with

respect to the finally approved survey reports and mapping carried out under

the overall scope of work. Observations and detailed comments on

submissions by Contractor at each stage of work, corrections/modifications

and addition to route or methodology, etc shall be carried out by contractor.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 148 of 159

xiv) To deliver to company the storage code of the application package with

proper documentation.

xv) To customize the GIS & LIS packages as finished products and deliver the

same to company. All upgrades of package during the period shall be

provided at no additional cost to Company.

Components of GIS & LIS

i) Data Acquisition and input

This will comprise of following elements:

a) Owner supplied: Company shall provide SOI topo-sheets (Wherever

available in 1:50,000 & 1:250,000 scales) for proposed pipeline route

indicating location of facilities such as S/V stations, Tap off stations,

IP Station, Dispatch & Receipt stations etc.

b) Contractor generated: Contractor shall acquire and generate bulk of his

input by carrying out detailed survey, processing maps, city maps,

guides, gazettes, satellite imageries (in merged LISS-III & PAN

images from NRSA in 1:12,500 scale), cadastral data/maps/records,

historical data on rivers/water-bodies, reading of SOI benchmarks/grid

system values; recordings of GPS/DGPS and other equipment

published data on development plans, costing and revenue data etc.

Contractor shall collect, store, classify, absorb, clarify, handle and

protect all input data and acquired data in good shape till completion

and handing over of finished work. Contractor shall not make any

unauthorized alteration, modification and copies of any input data

unless explicitly authorized by company.

All input and acquired data shall be returned to company at the

completion of work in its original form. Any damage to the input data

shall tantamount to violation of contract and attract penalties as per

provision of contract.

ii) Data Storage: This involves data formats, hardware configurations, storage

media and storage structure. This closely related to the data input and data

retrieval system.

Contractor to ensure standard and approved system of data handling and

storage. Only the latest and state-of-art equipment, software (latest version or

approved version) shall be deployed. Each stage of data acquisition and

handling shall pas through Quality Assurance procedure.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 149 of 159

iii) Data Retrieval: It is a critical component of GIS & LIS development as it

directly affects the user’s ability to get the desired information and to structure

the information to further process the data.

Contractor to ensure adequate system capacity to handle, store and retrieve the

input and semi-processed data from various sources – in hard copy form or

electronically or both and made available to all users ensuring common

uniformity with all kind of associated information.

iv) Data Manipulation and Analysis: These are the important capability of GIS &

LIS and dependent on the user needs. Main Steps are:

a) Scanning topo sheets maps engineering drawings and revenue maps

using large scanners.

b) Clean up and modify raster files created by scanning using raster editor

software package.

c) Load, save and plot a variety of binary file types.

d) Map raster data to vector graphics.

e) Warp raster images to confirm to present coordinates with up to fifth –

order polynomial works.

f) Create Raster files and commence digitization

Note: Generally used conversion tools – AUTOCAD Map-5.0, CAD

Overlay; Micro Station ERDAS.IMAGINE.

For analysis to develop the GIS & LIS following steps shall be required:

a) Processing of Satellite/spatial, stored data and survey records

separately.

b) Image fusion on data merging of all inputs.

c) Image enhancement by optimizing contrast, brightness and preparation

of histogram (graphical frequency distribution).

d) Interpretation of occurrences, frequency distribution, features.

e) Preparation of LUT (Look up table) and video look-up-table (VLT)

leading to Digital-to-Analog Converters (DAC).

f) Performing stretch and filtering procedures. Wrapping of the merged

images to new design files to be carried out.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 150 of 159

g) All co-ordinates system of input files to be converted to designated co-

0rdinate system.

h) Creation of final control image and its registration.

i) Creation of mosaic king from several images, overlaps, adjoining

surveys, etc. for a final control registered image.

j) Final image analysis, legend assigning supervised/ unsupervised

training to be carried out (ISODATA training can also be resorted to, if

system permits).

k) All information related with terrain, soil, land use, cadastral, co-

0rdinates, facility etc. be carefully attached to the graphics in a

continuous and seamless manner to generate a dynamic image.

l) A modified Digital Terrain Model (DTM) with material/graphical

representation of surface features is generated – either on Triangulated

Irregular Network (TIN) or grid system. Merge all the grid or TIN

models to make unified model.

m) Assign Z-multiplier, Z-resolution, Z-scale and Aspect.

n) Demonstrate Aspect Polygons calculations, slops calculations, slope

polygons, surface area, volumes, and cut & fill quantities etc.

o) Create the drape image (3-D display).

p) Analysis of the final image for various company assigned attributes

e.g. route adjustment to minimize impact on sensitive or problem area,

locating optimum access roads, work camp location; area prone to

forest fire, soil erosion, pollution hazard area; periods and location of

low flow rate for scheduling water crossing, connectivity with existing

or proposed networks/facilities, surveys, infrastructure etc. all future

operation, maintenance related needs/requirement are addressed at

different levels of GIS & LIS.

q) Interact with company to finalize the layers of GIS & LIS and

adjust/modify this process till desired results are achieved. Keep

enough provision for future expansion on field, space and layers.

v) Output: This comprises of interactive display of digital data sets in both

hardcopy presentation and electronically.

Preparation of maps, statistical data, calculations, GIS & LIS formats as per

company requirement and technical specification.

The output shall be designed in such a manner that requirement specific

drawings/database are generated, i.e. features to include diversions for

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 151 of 159

engineering data or isometric details, reference to represent relationship

between geographic area and a detailed survey drawing or cadastral drawing, a

document reference to represent a relationship between organizational

structure and disaster management network, plant/facility information

representing physical assets of utility with their reference drawing, brief

specification, part number, inventory detail, other user applications; features to

correlate spatial data and maps with more detailed revenue data for ROU

acquisition and crops compensation etc.

The output shall be delivered in specified number of copies, format and

medium as specified. Since, the output is a customized package it will be

prepared and delivered in a format conforming to industry standards and OGC

compliant.

vi) System Management: This aspect shall relate to feature customization system

delivery, system training, system networking, system operation and

maintenance including providing updates and upgrades of the GIS & LIS

software package. All features shall be based on the agreed scheduled, QAP

and specification. Special attention shall be paid to design and maintain the

system security. Predefined system review, modification levels and frequency

and authorization shall be built in the system. Although, System Management

shall be transferred to Company on delivery and training, its periodic upkeep,

defect remedy, update and upgrades as per specification shall be Contractor’s

responsibility.

1.3 Technical Specification of GIS & LIS

The GIS & LIS software application package should be able to handle the following

applications:

a) Spontaneous potential graphing

b) Pipeline profiling

c) Handle CAD files which show the piping layout and other plan of the facilities

d) Images and scanned documents

e) Creation of an alignment sheet and DTM

f) Least cost path analysis

g) Inspection and material data updating and listing through a form menu

h) Pipeline re-routing using COGO

i) Record update and maintenance

j) Emergency notification lists display

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 152 of 159

k) Map creation

l) Identification of the pipeline network facilities; Tolerance settings for the

same.

m) Query by location, by attribute, by logical selection (all queries based on

logical selection parameters).

n) Report generation as per user needs.

Details of each of the above are provided below:

1.3.1 Service Potential Graph (SP Graph):

Sp GRAPH draws a spontaneous potential graph. There should be two options for

selecting the beginning and ending points for graphing by Mouse or by Station. The

Mouse option must prompt user to select points by pointing at the screen. The Station

option must bring up a menu for user to enter station values.

After this a graph must be created showing the pipe/soil profile over station. The

graph data must be pulled from database so any update would be reflected in the

graph immediately.

1.3.2 Profile:

The Profile must draw profile of the ground and pipeline. There must be two options

for selecting the beginning and end points for profiling by Mouse or by Station.

Select the Mouse option, which prompts you to select points by pointing at the screen.

The Station option must bring up a menu for user to enter station values.

The result should be a profile of the pipe segment selected. The ground elevation and

the pipe depth must be displayed in different colours.

1.3.3 Facility CAD; Scanned Images and Documents:

This should allow user to view CAD layouts of stations and other facilities. It should

also be possible to attach and view various type of standard office document and *.pfd

files.

1.3.4 Alignment Sheet:

The Alignment Sheet application must create an alignment sheet for a user-defined

range of data. It should be possible to select the section of pipeline segment by mouse

click or by station. It should be possible to take plots of the alignment sheets.

The alignment sheet should be created in a standard format with information like

northing arrow, crossings, chainage etc.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 153 of 159

1.3.5 Cost path:

The Cost path application should calculate the least cost path for pipeline routing

between two points. It should take into account parameters like slope, road proximity,

water proximity, pipe proximity, and material cost. It should do the analysis for each

of the parameter separately then it should also be possible to assign weight ages to

any of the mentioned parameters and perform a combined analysis for the area.

There should be a macro level result that specifies the corridor for the least cost path.

It should then be possible to do micro level analysis specifying the least cost path

based on the analyzed data.

1.4.6 Inspection Report

It should be possible to handle the inspection reports in the GIS system. There should

be a provision of in putting such data for further use and analysis.

1.4.7 Pipeline Re-Routing:

The application should allow rerouting of pipelines dynamically and update all the

corresponding records automatically. The alignment sheets should also be updated

automatically *on the fly*.

1.4.8 Facility Record Maintenance:

The application should be capable to handle the maintenance records for various

facilities.

1.4.9 Emergency Notification:

The software should be able to handle emergency notification for various categories

of concerned people for respective pipeline segments.

1.4.10 Map Plot:

It should be possible to take prints/plots of the map and other GIS/LIS outputs.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 154 of 159

TIME SCHEDULE

SECTION -I

Sr.

No.

Activity Time Schedule from

Date of FOA (In

Months)

1 Collection of Satellite Images/ Maps etc and completion

of Desktop study and providing details to GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

02

2 Completion of Detailed Route Survey including

collection of Population Density data & other associated

work and submission of final reports

06

3 Soil investigation & Corrosion Survey and

Submission of final Reports

08

4 Cadastral Survey and Submission of all drawings and

reports

10

5 Submission of Developed & Customized GIS & LIS

Package.

10

For Obstacle Crossings Permissions:

Sr.

No.

Crossing Time Schedule from

Date of FOA (In

Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline corridor

parallel to Canals

12

4 National Highways and pipeline corridor parallel to NH 18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of application and date of permission for forest should have a period of maximum

1 year.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 155 of 159

SECTION -II

Sr.

No.

Activity Time Schedule from

Date of FOA (In

Months)

1 Collection of Satellite Images/ Maps etc and completion

of Desktop study and providing details to GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

02

2 Completion of Detailed Route Survey including

collection of Population Density data & other associated

work and submission of final reports

06

3 Soil investigation & Corrosion Survey and

Submission of final Reports

08

4 Cadastral Survey and Submission of all drawings and

reports

10

5 Submission of Developed & Customized GIS & LIS

Package.

10

For Obstacle Crossings Permissions:

Sr.

No.

Crossing Time Schedule from

Date of FOA (In

Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline corridor

parallel to Canals

12

4 National Highways and pipeline corridor parallel to NH 18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of application and date of permission for forest should have a period of maximum

1 year.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 156 of 159

SECTION -III

Sr.

No.

Activity Time Schedule from

Date of FOA (In

Months)

1 Collection of Satellite Images/ Maps etc and completion

of Desktop study and providing details to GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

1.5

2 Completion of Detailed Route Survey including

collection of Population Density data & other associated

work and submission of final reports

5.5

3 Soil investigation & Corrosion Survey and

Submission of final Reports

08

4 Cadastral Survey and Submission of all drawings and

reports

08

5 Submission of Developed & Customized GIS & LIS

Package.

08

For Obstacle Crossings Permissions:

Sr.

No.

Crossing Time Schedule from

Date of FOA (In

Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline corridor

parallel to Canals

12

4 National Highways and pipeline corridor parallel to NH 18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of application and date of permission for forest should have a period of maximum

1 year.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 157 of 159

SECTION -IV

Sr.

No.

Activity Time Schedule from

Date of FOA (In

Months)

1 Collection of Satellite Images/ Maps etc and completion

of Desktop study and providing details to GAIL

Completion of Reconnaissance Survey and Field

Verification and Submission of final Reports.

01

2.5

2 Completion of Detailed Route Survey including

collection of Population Density data & other associated

work and submission of final reports

07

3 Soil investigation & Corrosion Survey and

Submission of final Reports

09

4 Cadastral Survey and Submission of all drawings and

reports

11

5 Submission of Developed & Customized GIS & LIS

Package.

11

For Obstacle Crossings Permissions:

Sr.

No.

Crossing Time Schedule from

Date of FOA (In

Months)

1 State Highways & other roads 12

2 Other Roads & pipeline corridor parallel to Road 12

3 River, Canal, Distributaries, Escape

Nala, Drain & Other water bodies and pipeline corridor

parallel to Canals

12

4 National Highways and pipeline corridor parallel to NH 18

5 Railway Crossings 18

6 Social Forestry 18

7 Protected/Reserved Forest* 18

*Date of application and date of permission for forest should have a period of maximum

1 year.

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 158 of 159

SECTION VI

SCHEDULE OF RATES (SOR)

E-TENDER NO. 8000005216

PLEASE REFER SRM ATTACHMENT FOR DETAILS

TO BE SUBMITTED BY BIDDER AS AN SRM ATTACHMENT

GAIL (INDIA) LIMITED Regd. Office: 16, Bhikaiji Cama Place, R. K. Puram, New Delhi - 110066, India.

TEL: NO. : 00 91 11 26182955: FAX NO. : 00 91 11 26185941

Bid Document No. / E-Tender No. 8000005216 Page 159 of 159

PREAMBLE TO PRICE SCHEDULE / SCHEDULE OF RATES

1.1 The schedule of rate shall be read with all other sections with this bidding document.

1.2 The contractor is deemed to have studied in drawings/specifications and details of

works to be done within the time schedule and should have acquainted himself of the

condition prevailing at site.

1.3 The quantities given in the Schedule of Rates are indicative, tentative and

approximate. Actual quantities may vary during execution of works against various

items.

1.4 All costs and expenses for mobilization, equipment, transport and personnel to

complete the fieldwork and preparation of Detailed Survey Report within the

stipulated time schedule shall be included in the item rate for survey work.

1.5 The payments of works shall be made against quantities actually executed. Contractor

shall get all quantities executed duly certified by the Engineer-in-charge during the

course of execution of works. Certified copies of measurements shall form the part of

the invoice.

1.6 The schedule of payment shall be as per SOR and payment terms & conditions of

contract.

1.7 The present applicable rate of service tax is @12.36%. However, in case of non-

corporate entities, bidder is require to pay 50% of applicable service and remaining

50% shall be deposited by GAIL directly as per service tax act. However, entire

applicable rate/amount of service tax to be indicated by bidder.