GMR RFQ

Embed Size (px)

Citation preview

  • 8/8/2019 GMR RFQ

    1/142

    1

    GAIL (INDIA) LIMITED

    DABHOL- BANGALORE PIPE LINEPROJECT

    BIDDING DOCUMENT NO.: RKS/A027-010-QB-MR-9010/1001

    (ETENDER

    NO.

    8000001843 )

    BIDDING DOCUMENT FORCARBON STEEL BARE / COATING /

    COATED LINE PIPES

    PROCUREMENT UNDER INTERNATIONALCOMPETITIVE BIDDING

    VOLUME I : COMMERCIAL SECTION

    VOLUME II : TECHNICAL SECTION

    Prepared & Issued by:

    Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066

  • 8/8/2019 GMR RFQ

    2/142

    2

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

    TEL: NO. : 00 91 11 26102121 : FAX NO. : 00 91 11 26194722 / 26191714

    REQUEST FOR QUOTATION (RFQ)

    *RFQ No. :RKS/A027-010-QB-MR-9010 /1001 Date: 26-MAR-2010

    Client : GAIL (India) Limited

    Project : Dabhol - Bangalore Pipeline Project

    MR No. : A027-010-QB-MR-9010 Rev. C

    Item: Carbon Steel Bare / Coating / Coated LinePipes

    Due Date : Upto 1400 Hrs. (IST) on 11-MAY-2010

    Pre-Bid Meeting: 10.00 Hrs. (IST) on 09-APR-2010 at GAIL

    New Delhi

    BID DOCUMENT FEE: Shall be furnished in physical form as per IFB

    BID SECURITY: Shall be furnished in physical form as per Clause 14 of Instructions to Bidders

    UNPRICED BID OPENING: PUBLIC OPENING AT 1500 hrs. (IST) on 11-MAY-2010 at GAIL (India)Ltd. 16, Bhikaiji Cama Place, RK Puram, New Delhi- 110066 PRICED BID

    OPENING: PUBLIC OPENING : DATE, TIME AND VENUE SHALL BE INTIMATED LATER.

    Gentlemen,

    1. E-Bids are requested on behalf of our client M/s. GAIL (India) Limited, for the captioned item in totalcompliance to technical specifications, scope and terms & conditions of enquirydocuments/attachments. Your offer must be complete in all respect and must containconfirmation/compliance to all points of enclosed Bidding Documents without any deviations i.e. ZERODEVIATION OFFER, failing which your offer will be liable for rejection.

    2. Part I and II of E-Bid should be submitted with e-envelops and cut- out slips as explained in IFB onGAIL's e-tendering website system. Part III , Part IV and Part V of bid should be submitted in physicalform in sealed envelopes pasted with corresponding cut-out slips enclosed. Bids should besubmitted in accordance with Clause - 20 of the Instructions to Bidders.

    3. Bids complete in all respects should be submitted in GAIL's e-tendering web site on or before the BID-SUBMISSION DATE & TIME.

    4. Please confirm that you have not been banned or delisted by any Government or Quasi Governmentagencies or PSUs. If you have been banned or delisted by any Government or Quasi Governmentagencies or PSUs, then this fact must be clearly stated. If this declaration is not furnished your bid shallbe treated as non-responsive and liable for rejection.

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

    * Please specify Bid Document No. in all correspondenceTHIS IS NOT AN ORDER

    Very truly yours,

    For & on behalf of Client

    (R.K. Sabharwal) , DGM (C & P)Engineers India Limited

    Enclosure :

    1. Bid Document No. A027-010-QB-MR-9010 /1001 comprising of following :

    1.1 Volume - I of II : Commercial (In the form of CD).

    1.2 Volume - II of II : Technical - MR No. A027-010-QB-MR-9010 Rev. C (In the form of CD).

    2. Cut Out Slips.

  • 8/8/2019 GMR RFQ

    3/142

    3

    DO NOT OPEN - THIS IS A QUOTATION

    Client :GAIL(INDIA)LIMITED

    Project :Dabhol Bangalore PipelineProject

    RFQNo. :RKS/A027010QBMR9010/1001

    Item : CarbonSteelBareLinePipes

    DueDate&Time :Upto1400Hrs.(IST)on11MAY2010

    From: To:

    The Assistant General Manager (C&P)Engineers India Limited,

    EI Annexe, 2nd Floor,1, Bhikaiji Cama Place,R.K. PuramNew Delhi 110066, India

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

    (TOBEDELIVEREDATOURDAKRECEIPTSECTIONSITUATEDATGROUNDFLOOROFANNEXEBUILDING==================================================================

    DO NOT OPEN - THIS IS A QUOTATION

    Client :GAIL(INDIA)LIMITED

    Project :Dabhol Bangalore PipelineProject

    RFQNo. :RKS/A027010QBMR9010/1001

    Item : CarbonSteelBareLinePipes

    DueDate&Time :Upto1400Hrs.(IST)on11MAY2010

    From: To:

    The Assistant General Manager (C&P)Engineers India Limited,

    EI Annexe, 2nd Floor,1, Bhikaiji Cama Place,R.K. PuramNew Delhi 110066, India

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

    (TOBEDELIVEREDATOURDAKRECEIPTSECTIONSITUATEDATGROUNDFLOOROFANNEXEBUILDING==================================================================

  • 8/8/2019 GMR RFQ

    4/142

    4

    DO NOT OPEN - THIS IS A QUOTATION

    Client :GAIL(INDIA)LIMITED

    Project :Dabhol BangalorePipelineProject

    RFQNo. :RKS/A027010QBMR9010/1001

    Item : CarbonSteelBareLinePipes

    DueDate&Time :Upto1400Hrs.(IST)on11MAY2010

    From: To:

    The Assistant General Manager (C&P)Engineers India Limited,

    EI Annexe, 2nd Floor,1, Bhikaiji Cama Place,R.K. PuramNew Delhi 110066, India

    (To be pasted on the physical envelope containing Original BID SECURITY) (PART III)==================================================================

    DO NOT OPEN - THIS IS A QUOTATION

    Client :GAIL(INDIA)LIMITED

    Project :Dabhol BangalorePipelineProject

    RFQNo.

    :RKS/A027

    010

    QB

    MR

    9010/1001

    Item : CarbonSteelBareLinePipes

    DueDate&Time :Upto1400Hrs.(IST)on11MAY2010

    From: To:The Assistant General Manager (C&P)Engineers India Limited,

    EI Annexe, 2nd Floor,1, Bhikaiji Cama Place,R.K. Puram

    New Delhi 110066, India

    (To be pasted on the physical envelope containing Original Demand Draft for BID Document Fee) (Part IV)

    (TOBEDELIVEREDATOURDAKRECEIPTSECTIONSITUATEDATGROUNDFLOOROFANNEXEBUILDING)

  • 8/8/2019 GMR RFQ

    5/142

    5

    DO NOT OPEN - THIS IS A QUOTATION

    Client :GAIL(INDIA)LIMITED

    Project :DabholBangalorePipelineProject

    RFQNo. :RKS/A027010QBMR9010/1001

    Item : CarbonSteelBareLinePipes

    DueDate&Time :Upto1400Hrs.(IST)on11MAY2010

    From: To:

    The Assistant General Manager (C&P)Engineers India Limited

    EI Annexe, 2nd Floor,1, Bhikaiji Cama Place,R.K. PuramNew Delhi 110066, India

    (To be pasted on the physical envelope containing Demonstration Fee (PART V)(TOBEDELIVEREDATOURDAKRECEIPTSECTIONSITUATEDATGROUNDFLOOROFANNEXEBUILDING)

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

    DO NOT OPEN - THIS IS A QUOTATION

    Client :GAIL(INDIA)LIMITED

    Project :DabholBangalore PipelineProject

    RFQNo. :RKS/A027010QBMR9010/1001

    Item : CarbonSteelBareLinePipes

    DueDate&Time :Upto1400Hrs.(IST)on11MAY2010

    From : To :The Assistant General Manager (C&P)Engineers India Limited

    EI Annexe, 2nd Floor,1, Bhikaiji Cama Place,R.K. PuramNew Delhi 110066, India

    (To be pasted on the physical envelope containing Power of Attorney) (Part VI)(TOBEDELIVEREDATOURDAKRECEIPTSECTIONSITUATEDATGROUNDFLOOROFANNEXEBUILDING)

  • 8/8/2019 GMR RFQ

    6/142

    6

    GAIL (INDIA) LIMITED

    DABHOL- BANGALORE PIPELINEPROJECT

    BIDDING DOCUMENT NO.: RKS/A027-010-QB-MR-9010/1001

    BIDDING DOCUMENT FORCARBON STEEL BARE / COATING /

    COATED LINE PIPES

    PROCUREMENT UNDER INTERNATIONALCOMPETITIVE BIDDING

    COMMERCIALVOL.: I

    Prepared & Issued by:

    Regd. Office : Engineers India Bhawan, 1, Bhikaiji Cama Place, New Delhi - 110066

  • 8/8/2019 GMR RFQ

    7/142

    7

    INDEX

    COMMERCIAL - VOLUME I1. Section - I Invitation for Bid (IFB)

    Format AFormat BFormat CFormat DFormat E

    2. Section - II Instructions To Bidders (ITB)3. Attachment I F1: Bidder's General InformationF2: Bid FormF3: List of EnclosuresF3A : Annual TurnoverF3B : Financial SituationF4: Proforma for Bank Guarantee for Earnest Money Deposit/Bid SecurityF5: Letter of AuthorityF6: No Deviation ConfirmationF7: CertificateF8: Details of Similar Work Done During Past Five YearsF9: Present Commitments of the BidderF10: Proforma of Bank Guarantee For Contract Performance Guarantee

    F11: Certificate of Non-Involvement of AgentF12: Proforma for Details of Indian AgentF13: Check ListF14: 3LPE / Internal Coating Mill Capability Assessment

    4. Section - IIIA General Conditions of Contract - Goods (GCC-Goods) - Applicable for supply ofBare Pipes (Option - 1) & supply of coated Pipes (Option -3)

    5. Section- IIIB Special Conditions of Contract - Goods (SCC-Goods) - Applicable for supply ofBare Pipes (Option -1) & supply of coated Pipes (Option - 3)

    6. Section - IIIC Terms of payment (Option 1 & 3)7. Section - IIID Price schedule for supply of bare pipes (Indian & Foreign) - Option -18. Section - IIIE Price schedule for supply of coated pipes (Indian & Foreign) - Option -39. Section - IVA General Conditions of Contract - Works (GCC-Works) - Applicable for coating

    works

    10. Section - IVB Special Conditions of Contract - Works (SCC-Works) - Applicable for coatingworks

    11. Section - IVC Terms of payment (Option - 2)12. Section - IVD Price schedule for coating works (Option - 2)13. Attachment II Indemnity Bond14. Attachment III Contract Format15. Attachment IV Packing, Marking and Shipping Instructions

    Special Packaging Requirements Integrity Pact

    Addendum to ITBVendor Performance Evaluation Procedure

    TECHNICAL - VOLUME II16. Material Requisition No. A027-010-QB-MR-9010 REV.C

  • 8/8/2019 GMR RFQ

    8/142

    8

    DABHOL- BANGALORE PIPELINE PROJECT

    SECTION I

    INVITATION FOR BID (IFB)

  • 8/8/2019 GMR RFQ

    9/142

  • 8/8/2019 GMR RFQ

    10/142

    10

    1.2.7

    Dateandtimeofopeningof

    Unpriced eBids at GAIL

    office.

    At1500hrs.(IST)on11May2010

    1.2.8BidDocumentFee

    (nonrefundable)

    Rs.45,000/ forIndianBidders

    US$1000 forForeignBidders.

    1.2.9 ContactPerson

    Mr.R.K.

    Sabharwal,

    DGMC&P)/Mr.

    V.K.

    Narang,

    AGM (C&P) / Mrs. Rekha Choudhary, Sr.

    Manager(C&P)/Mr.AjayShelke,Sr.Eng.(C&P)

    FaxNo.:00911126191714/26167664

    Email:[email protected];[email protected]

    (IfanyofthedatesidentifiedabovehappentobeadeclaredholidayinEIL/GAILNewDelhi,the

    nextworkingdayshallbeconsidered).

    Bids are to be submitted inGAILs ETenderingwebsite (https://etender.gail.co.in). Bidders shall

    submittheirbidsi.e.UNPRICEDBidinCollaborationFolders of etenderingsystemandPriceBid

    in SRM as attachment. Price Schedule Formats are enclosed as an excel attachment in Bidding

    Document. Biddersarerequestedtodown loadthesameandquotetheirpricesstrictlyasperthe

    formatwithout

    altering

    the

    content

    of

    it.

    Thebidwillbesubmittedintwopartsasfollows:

    PARTI(UNPRICEDBID)

    Tobe submitted inCollaborationFoldersofetendering system. Unpricedbidmustbecomplete

    with all technical details alongwith all other required documents including price scheduleWITH

    PRICESBLANKEDOUT, Agreed terms and conditions etc., duly filled in and signedwith seal. In

    additiondocumentsasmentionedunderClause9.5belowshallalsobesubmittedinphysicalform.

    PARTII(PRICEDBID)

    To be submitted as an SRM attachment. Price bid should contain only the prices,without any

    conditionwhatsoever.

    BidscompleteinallrespectsshouldbesubmittedonorbeforelastdateandtimeofBidsubmission.

    TheBids submittedon line inGAILsEtendering systemwillonlybeconsidered forevaluation.

    PhysicalBidssentthroughFax/Email/Courier/Postwillnotbeaccepted.

  • 8/8/2019 GMR RFQ

    11/142

    11

    2 ScopeofSupply

    ItemNo.

    Quantity(Meter)

    Description

    1.0

    Supply of API 5L Gr.X-70 PSL-2 Carbon Steel line pipesmanufactured & conforming to spec. no. 6-71-0001/6-71-0004 &addendum number A027-010-16-71-AD-05 and duly coated with 3

    Layer Polyethylene (External) & Epoxy (Internal) as per specificationnos. A027-010-16-71-SP-41 & A027-010-16-71-TR-01 respectively, asper following details:

    Specified OutsideDiametermm (inch)

    Specified WallThickness

    (mm)Option-1 Option-2 Option-3

    1.01 97500 914 (36) 13.5 Bare Coating Coated

    1.02 112000 914 (36) 14.3 Bare Coating Coated

    1.03 39500 914 (36) 17.5 Bare Coating Coated

    1.04 150 914 (36) 17.5 BareInternalCoating

    only

    InternalCoated

    only

    1.05 93000 610 (24) 8.7 Bare Coating Coated

    1.06 58500 610 (24) 9.5 Bare Coating Coated

    1.07 21500 610 (24) 11.9 Bare Coating Coated

    1.08 4500 610 (24) 14.3 Bare Coating Coated

    1.09 100 610 (24) 11.9 BareInternalCoating

    only

    InternalCoated

    only

    2.0

    Supply of API 5L Gr.X-70/X-80 PSL-2 Carbon Steel line pipesmanufactured & conforming to spec. no. 6-71-0001/6-71-0004 &addendum number A027-010-16-71-AD-05 and duly coated with 3Layer Polyethylene (External) & Epoxy (Internal) as per specificationnos. A027-010-16-71-SP-41 & A027-010-16-71-TR-01 respectively, asper following details:

    Specified OutsideDiametermm (inch)

    Specified WallThickness

    (mm) Option-1 Option-2 Option-3

    X-70 X-80

  • 8/8/2019 GMR RFQ

    12/142

  • 8/8/2019 GMR RFQ

    13/142

  • 8/8/2019 GMR RFQ

    14/142

    14

    ii) ForOption 2 onlyiii)ForOption1andOption 2onlyiv)ForOption3only

    Noncompliancetothisshallresultinrejectionofthebidforthecorresponding item.

    3 QUALIFICATIONCRITERIA3.1 TECHNICAL

    3.1.1 Option1:Bare

    Linepipes

    Thebiddershalleitherbea linepipemanufacturerorasupplierwhohasbeenauthorised

    byalinepipemanufacturer.

    3.1.1.1 Forlinepipemanufacturer:

    i. ThePipeManufacturershallbeaManufacturerofAPI5LQualitylinepipesorequivalentand shall have valid license to use API monogram on API 5L line pipes of Product

    SpecificationLevel2(PSL2)qualityfromtheproposedpipemill(s).

    ii. ThePipeManufacturershouldhavemanufacturedandsuppliedfromtheproposedpipemill(s)at leastone(1)kmof linepipe inasingleorderasperAPI5LPSL2orequivalent

    thatareofsametypeandequalorhigherintermsofdiameter,wallthicknessandgrade

    asquoted

    for,

    in

    the

    last

    seven

    (07)

    years

    reckoned

    from

    the

    bid

    due

    date.

    iii. Inaddition,PipeManufacturer shouldhavemanufacturedand supplied fromproposedpipemill(s)atleast10%ofthequotedquantityofLinepipes inasingleorderasperAPI

    5LPSL2(orequivalent)ofGradeX70orhigherforbiddersquotingGr.X80ofitem2.0

    &GradeX65orhigherforallitemsofGr.X70,thatareofsametype,equalorhigherin

    termsofdiameterwithminimum thickness of13.5mmorhigherfor914mm(36)O.D.,

    9.0mm(forGr.X80)/10.3mm(forGr.X70)orhigherfor762mm(30)O.D.,8.7mmor

    higherfor610mm(24)O.D.,7.1mmorhigherfor457mm(18)O.D.asquotedfor,inlast

    seven(07)yearsreckonedfromthebidduedate.

    iv. Equivalencewith

    API

    5L

    PSL2

    shall

    be

    established

    based

    on

    the

    requirements

    of

    four

    parametersi.e.SpecifiedMinimumYieldStrength,ColdExpansion,FractureToughness&

    100%NonDestructiveexaminationofweldseam.Theindividualshallbesameorbetter.

    ForestablishingequivalencewithAPI5LPSL2,biddershallsubmitthecopyofapplicable

    code(EnglishtranslationofrelevantextractsdulycertifiedbyChamberofCommerce, in

    casethecodeisindifferentlanguageotherthanEnglish).Inaddition,biddershallsubmit

    certified document establishing the equivalence of SMYS and Fracture Toughness test

    result.

    v. Thebidder shallprocure steelplate/coil from the steelplate/ coilmanufacturersprequalified by GAIL/EIL as per list provided in tender document, for API 5L Gr. X70

    materials.In

    addition,

    the

    bidder

    may

    submit

    more

    names,

    if

    they

    so

    desire,

    which

    shall

    be evaluated during bidding stage based on the criteria mentioned in the tender

    document for API 5L Gr. X70/ X80 materials as quoted for. Bidders offer shall be

    unconditionalirrespectiveoffinallyqualifiedsteelplate/coilmanufacturer(s).

  • 8/8/2019 GMR RFQ

    15/142

    15

    The list of accepted steel plate/ coil manufacturer(s) other than specified in the bid

    documentwill also be intimated to the successful bidder/(s) towhom FOA has been

    issued.Ifanymillgetsqualified foronebidder, thesame shouldbequalified forall remaining

    bidderstoo.

    vi. Mill Qualification : The bidder shall furnish a certificate for proposed pipe mill(s),alongwith

    their

    bid,

    which

    have

    not

    been

    audited

    by

    GAIL/

    EIL

    or

    have

    not

    supplied

    pipes

    toGAILofsameorhighersize&materialgradeasquotedfor,duringlastseven(07)years

    reckonedfromthebidduedate,asperFormatAprovidedinthebiddocument,froma

    reputed International inspectionagency (i.e.CEIL/Lloyds/BV/DNV/TUV/ABS/Moody)

    certifyingthattheproposedmillhasthecapabilitytoproduce linepipescomplyingwith

    technical requirements specified in the bid document. Non compliance to this

    requirementwillmakethemillliableforrejection.

    Themillcapabilitycertificatefromoneoftheabovementionedreputedagenciesforthe

    proposedmillforsametypeandequalorhigherintermsofdiameter,wallthicknessand

    gradeasquotedfor,issuedinthelast12months,reckonedfromthebidduedate,forany

    ofGAILprojectsshallbeconsideredacceptableforthisprojectalso.

    vii. Incasetherequirementunderclause3.1.1.1ii)&3.1.1.1iii)abovearenotmetwithbyanIndianBidder, such Indian bidder shall be considered for supply of line pipes covered

    underscopeofsupply,subjecttotheBidderdemonstratingmanufacturingcapabilityto

    GAIL/EILasgivenbelow:

    a. The Bidder shall demonstrate the capability of pipemill(s), fromwhere line pipes areproposedtobemanufacturedandsupplied,byactuallymanufacturingat leastten (10)

    numbers ofAPI Spec.5L PSL2quality linepipes (with an average length of 12metre

    each)ofsametypeandequalorhigherintermsofdiameter,wallthicknessandgradeas

    quotedfor,inamannersimilartonormalcontinuousproductioninthepresenceofGAIL/

    EIL.TheBiddershallcarryout firstdayproductiontest,aspertenderspecifications,on

    two(2)

    nos.

    of

    pipes.

    The

    other

    normal

    tests

    shall

    be

    conducted

    on

    all

    pipes

    as

    per

    tender

    specifications. Further, the demonstration shall be completedwithin fifteen (15) days

    fromthebidduedate.

    b. Subjecttothesatisfactorydemonstrationofthepipemill(s)capabilityasabove,GAIL/EILshalldecideon the technicalacceptabilityof theBidder for the supplyof linepipes. In

    case, the mill(s) fail to meet the tender specification requirements during GAIL/ EIL

    witnessed Inspection and testing of the above production demonstration for

    qualification, the mill(s) shall be disqualified. GAIL/ EILs decision shall be final with

    respecttothetechnicalacceptabilityoftheBidder.

    c. TheIndianBiddershallcarryouttheabovecapabilitydemonstrationatnocosttoGAIL/EIL.ThepipemanufacturersmillalreadyqualifiedwithGAIL/EILbasedondemonstrationin last two (2)years from thebidduedate, for thequoted item(s) shallbeconsidered

    qualified for the respective item(s)aswell as for the item(s)with lowerdiameter and

    thickness as specified in the requisition,manufactured by the same process, without

    capabilitydemonstration.

  • 8/8/2019 GMR RFQ

    16/142

    16

    d. In view of the tight demonstration deadline, for the purpose of demonstration ofcapabilitiesofpipemill(s),asmentionedinclause3.1.1.1viia)to3.1.1.1viic)above,incase

    thebidderexperiencesdifficultyin:

    Sourcingtheskelp/platesmeetingtherequirementsoftheexactchemicalcomposition

    specifiedintheEILspecifications,useofmaterialsconformingtoAPI5LPSL2,GradeX70

    and/orGradeX80maybepermittedasaspecialcase.

    Meeting

    the

    test

    requirements

    of

    tender

    specifications,

    the

    test

    requirement

    of

    API

    5LPSL2,GradeX70and/orGradeX80maybeacceptableasminimum.For impacttest,

    minimumrequirementofAnnexureGofAPI5Lshallbecompliedwith.

    The Bidder shall note that above relaxations, if permitted, shall be valid for

    demonstration purpose only.However, allother requirements of clause 3.1.1.1viia) to

    3.1.1.1viic)aboveshallbecompliedwith.

    Biddertonotethatafterawardofthecontract,theskelp/plateprocurementaswellas

    pipemanufacturingshallbestrictlyasperthetenderspecifications.Thebiddershallgive

    an undertaking that they shall not ask for using these special relaxations given for

    demonstrationpurpose,atanytimeduringtheorderexecution.

    3.1.1.2 Forsupplierwhohasbeenauthorisedbylinepipemanufacturer:

    Incaseoflinepipemanufacturer(s)whodonotsubmittheirbiddirectlyasamatterof

    theircorporatepolicy,thebidmaybesubmittedthroughtheirauthorizedtrading

    house/supplier. In such cases, the concerned tradinghouse / suppliermay submit the

    offer asBiddersubjecttofulfillingthefollowingcriteria:

    a) Thebiddershall supply linepipesproducedbyanestablished linepipemanufacturerwhomeetsqualification requirements stipulatedunder clause3.1.1.1i) to3.1.1.1.vi)

    above.

    b) Thebidder

    shall

    furnish

    an

    authorisation

    certificate

    from

    the

    line

    pipe

    manufacturer,

    confirming the bidders status as their authorized supplier/trading house. The

    authorisationCertificateshallbevaliduptothecompletionofexecution oftheorder.

    Thebidder shallalso furnishacertificate from the linepipemanufacturerconfirming

    that themanufacturerasacorporatepolicydoesnotquotedirectlyandhis linepipe

    are quoted through their authorized supplier/ trading house only. Further, one

    manufacturer can quote only through one supplier only and a supplier shall offer

    productofonlyonemanufactureronly.

    c) Thebidshallberejected incaseofchangeofproposed linepipemanufacturer afterthe bidduedate.

    3.1.2 Option2:Three

    layer

    side

    extruded

    Polyethylene

    and

    internal

    epoxy

    coatings

    of

    line

    pipes

    3.1.2.1 Bidder shallbea coatingapplicatorand shouldhave completedat leastone LinePipeCoating Contract using ThreeLayer (3L PE) External Coating and Internal epoxy of

  • 8/8/2019 GMR RFQ

    17/142

    17

    minimum 25 Km (or50%oflengthwhicheverislower)lengthofLinepipeinlastseven

    (7)yearsreckonedfromthebidduedateasunder:

    Bidder shouldhave completedMinimumone linepipe coating contractasperdetails

    givenbelow:

    i) Toqualifyfor36sizeandbelow executedlinepipesize30(762mm)orhigher.

    ii) Toqualifyfor30sizeandbelow executedlinepipesize24(610mm)orhigher.

    iii)To

    qualify

    for

    24

    and

    18

    size

    executed

    line

    pipe

    size

    18(457mm)

    or

    higher

    Theexternalandinternalcoatingshouldhavebeencarriedoutinthesamecontractorin

    differentcontracts. Incasebidderdoesnotmeet thequalificationcriteria in respectof

    internal coating specifiedunderClause 3.1.2.1 above,bidder shall furnish a certificate

    from third party inspection agency (i.e. CEIL/ Lloyds/ BV/ DNV/ TUV/ ABS/ Moody)

    certifyingthebidderscapabilityforinternalcoating.

    3.1.2.2 Thebiddershallfurnishacertificateforproposedcoatingplantalongwithhisbid,asperFormat providedinthebiddingdocument,fromthirdpartyinspectionagency(i.e.CEIL/

    Lloyds/BV/DNV/TUV/ABS/Moody)certifyingthattheplanthascapabilitytocoat line

    pipescomplyingwithtechnicalrequirementsspecifiedinthebiddingdocument.

    Thecertificate forcoatingplantqualificationfromoneofthe above reputedagencies

    fortheproposedcoatingplantforsameorhighersizeasquotedfor,issuedinthelast12

    months, reckoned from thebidduedate, foranyofGAILprojects shallbe considered

    acceptableforthisprojectalso.

    Noncompliancetothisrequirementwillmaketheplantliableforrejection.

    3.1.2.3 A ForeignBidderwhodesires to submitbidunderOPTION2 forcoating shallhave torelocate his proposed coating plant to India, subject to their meeting corresponding

    requirementstipulatedinMaterialRequisition. Insuchcase,thecoatingplantshallmeet

    thequalificationcriteriaasstipulatedaboveatClause3.1.2.1&3.1.2.2.

    3.1.2.4 IndianBidders,meetingthequalificationcriteriaasperclause3.1.2above,areallowedtorelocate the Coating plant within India, subject to their meeting corresponding

    requirementstipulatedinMaterialRequisition.

    3.1.3 Option3:Coatedlinepipes3.1.3.1 Bidderofferingcoatedlinepipesshallmeetallthequalificationrequirementsofbareline

    pipesandofcoating,asindicatedabove.

    3.1.3.2 Bids are also acceptable from consortium of Linepipe Manufacturers and coatingapplicatorssubjecttothefollowing:

    (i) Totalnumberofconsortiummembersincludingleadershouldnotexceedtwo.

    (ii) A member whoisalinepipemanufacturerandmeetstherequirementforsupply

    of linepipeasperBQConly shallbenominatedas leaderoftheConsortiumand

    thisauthorizationshallbeevidencedbysubmittingapowerofattorneysignedby

    legallyauthorizedsignatoriesofbothmembers.

  • 8/8/2019 GMR RFQ

    18/142

    18

    (iii) In case of Consortium bid, the experience of each consortium member will be

    considered for qualification for their respective areas based on 3.1.1 and 3.1.2

    above.Documentary evidence regarding consortium arrangement as specified in

    thebiddocumentshallbefurnished

    (iv) Thebidsecurityshallbesubmittedbytheleaderonbehalfoftheconsortium.

    (v)

    Thebid

    as

    well

    as

    the

    Agreement

    (in

    case

    of

    a

    successful

    bid),

    shall

    be

    signed

    by

    the

    leaderandtheothermemberofconsortiumsoastolegallybindbothmembersof

    Consortium.

    (vi) Theleadershallbeauthorizedtoincurliabilitiesandreceiveinstructionsforandon

    behalfofanyandallmembersoftheConsortiumand forentireexecutionof the

    Contract, including payment. All payments shall be released in favour of

    Consortium.

    (vii) BothmembersofConsortiumshallbe liablejointlyandseverallyfortheexecution

    of the Contract in accordancewith the contract terms, and a statement to this

    effect shallbe included in theauthorizationmentionedunderpara (ii)above,as

    wellasinthebidandintheAgreement(incaseofasuccessfulbid)and

    (viii) The Consortium Agreement shall be as per format enclosed in the Bidding

    Documentandshallbesubmittedalongwiththebid.

    3.1.3.3 Foreignbidders,biddingforOption3areallowedtodothecoatingofbarepipesintheiroverseasplant. TheyarealsoallowedtoimportbarepipesinIndiaandcoatthepipesin

    Indiathroughtheirowncoatingplant,meetingthequalification criteria as per

    clause3.1.2above,relocatedinIndia.

    3.1.3.4 IndianBidders,meetingthequalificationcriteriaasperclause3.1.2above,areallowedtorelocate the Coating plant within India, subject to their meeting corresponding

    requirementstipulatedinMaterialRequisition.

    3.1.4 METHODOLOGYOFCAPABILITY&CAPACITYASSESSMENT

    3.1.4.1 Methodology for capability assessment for bare linepipes through Demonstrationroute{referclause3.1.1.1(vii)}:

    InordertoassessthecapabilityofIndianBidders,followingmethodologyshallbe

    followed:

    i) Thecapabilityshallbedemonstratedinthefirstattempt. Biddershallensurethat

    completeplantandequipmentisinfullyoperationalconditiontocomplywiththeBid

    Specifications. Nosecondattemptshallbepermitted.

    ii) TheBiddershalldemonstratethepipemillscapability,fromwherelinepipesare

    proposedtobemanufacturedandsupplied,byactuallymanufacturingatleast10

    numbersofAPISpec5LPSL2qualitylinepipesforhydrocarbonservice,ofsametype

    (withanaveragelengthof12metereach)ofequalorhigherintermsofdiameter,

    gradeandwallthicknessasquotedfor,inamannersimilartonormalcontinuous

  • 8/8/2019 GMR RFQ

    19/142

    19

    productioninthepresenceofGAIL/EILaspertechnicalspecificationsgiveninthe

    BiddingDocument.

    iii) All the criticaloperations inmanufacturingof linepipes shallbe completedunder

    GAIL/EILinspectionatvariousstagesofproduction.

    iv) The

    bidder

    shall

    submit

    the

    following

    documents

    in

    their

    bid:

    a. Qualityplan/inspectionandTestPlanb. ManufacturingandControlprocedurec. WeldingProcedureSpecificationandconsumablecontrolProcedured. SeamannealingprocedureandcontroldetailsforElectricResistanceWeld

    (ERW)pipes

    e. Nondestructive testing procedure including auto UT forwelds / Coil /Plate.

    f. Procedureforbursttest

    v) The above documents shall complywith the technical requirements of the Bidding

    Document and the bidder shall give categorical undertaking that mill offered for

    capability demonstration fully complieswith the technical specifications given in the

    BiddingDocument.

    vi) Duringdemonstrationofpipemillscapability,onepipeofthepilotproduction,selected

    atrandombytheGAIL/EIL,shallbesubjectedtoburstingtest. Forthispurpose,the

    hydrostatic testpressure shallbegradually increased till thepipeburstsorequals to

    the proof test pressure based on actual tensile strength. Bidder shall ensure that

    adequatesafetymeasuresare inplacepriortoconductingthebursttestandshallget

    theprocedureapprovedbyGAIL/EILpriortothetesttobeconductedalongwiththe

    capabilityassessment.

    Therupturehastobeexaminedonthepresenceofpossibleimperfection.

    vii) Ifthemanufacturerhasthe intentiontoapplyrepairwelding intheproduction, it is

    required that5%of the totalweld lengthof thepipe,onwhich thebursting test is

    executed, is repairedaspercodeandapprovedprocedure (Notapplicable forERW

    sincenorepairispermittedonERWpipes).

    viii)Uponsuccessfulcompletionof10pipes*,any2pipesshallbeselectedatrandomby

    GAIL/EIL representative forFirstDayProductiontestsaspertechnicalspecification

    giveninthe Bidding Document.

  • 8/8/2019 GMR RFQ

    20/142

  • 8/8/2019 GMR RFQ

    21/142

    21

    2. Indianbidder:TheDomesticBidders seekingqualificationunder clause3.1.1.1 i ) to3.1.1.1 vi)

    shallbeconsideredforamaximumorderquantitybasedontheassessedcapacity

    calculatedbyGAIL/EIL.

    Assessment of capacity as per formula given below based on the data to be

    furnished by bidder for their best past campaign (not less than ten consecutive

    days)forproductionofAPI5LPSL2ofGradeX65orhighergradeforGradeX70

    Pipes

    and

    API

    5L

    PSL

    2

    of

    Grade

    X

    70

    or

    higher

    grade

    for

    Grade

    X

    80

    pipes

    of

    same

    typeoflinepipefor,withinthelastseven(7)yearsreckonedfromthebidduedate.

    (ReferFormatB).

    C=Tc

    XRDc

    Where

    CisCapacityinTonnageperday

    Tcistotaltonnagerolledduringthechosenbestcampaign

    Dcisdurationofcampaignindays

    RisUncertaintyfactor,takenas0.8uniformlyforallmills.

    Thisshallbeconvertedtotherequireddia,size.

    (II) ForIndianbiddersintendingtogetqualifiedunderDemonstrationroute:

    ThecapacityofDomesticBiddersseekingqualificationunderclause3.1.1.1vii)shall

    beconsideredforamaximumorderquantitybasedonbestofproductioncapacity

    assessedbyGAIL/EIL,inaccordancewiththeundermentionedthreealternatives:

    i) Assessment of capacity as per formula given below based on the data to be

    furnishedbybidder fortheirbestpastcampaign (not lessthantenconsecutive

    days)forproductionofAPI5LPSL2ofGrade X65orhighergradeforGradeX70

    pipesandAPI5LPSL2ofGradeX70 orhighergrade forGradeX80pipesof

    sametype

    of

    line

    pipe,

    within

    the

    last

    seven

    (7)

    years

    reckoned

    from

    the

    Bid

    due

    date.(ReferFormatB).

    C=Tc

    XRDc

    Where

    CisCapacityinTonnageperdayTcistotaltonnagerolledduringthechosenbestcampaign

    Dcisdurationofcampaignindays

    RisUncertaintyfactor,takenas0.8uniformlyforallmills.

    Thisshall

    be

    converted

    to

    the

    required

    dia,

    size.

    ii) Timestudyofcriticaloperationsonacurrentongoingproductioncampaignofanysizeof API5LPSL2Grade X65orhighergradeforGradeX70Pipeand API

    5LPSL2ofGrade X70pipeorhighergradeforGradeX80pipesof sametype.

  • 8/8/2019 GMR RFQ

    22/142

    22

    (ReferFormatC)whichshallbeconverted totherequireddiasizeasperthe

    formulagivenati)above.

    The offered campaign shall be demonstrated to GAIL/EIL representative for

    capacity assessment bymanufacturing of 10 pipes continously in first attempt

    withoutany failureofPipe/Mill.Failureofanyof thepipesatanystageshall

    leadtorejectionoftotallotthusMillsassessedcapacityshallbetreatedaszero.

    iii)

    Timestudy

    of

    critical

    operations

    by

    GAIL

    and/or

    its

    authorized

    agency

    for

    production of 10 numbers pipes during pilot production to demonstrate

    capability of the bidder as per the formula given in the bid document (Refer

    FormatD).

    3.1.4.2.2 A bidders capacity shall be considered separately for different manufacturing

    processes of pipes, as quoted for. Accordingly, annual production/ other details of

    quotedtypeofpipesshouldbegivenseparately.Furtherthecapacitysoassessedshall

    beconsideredforrespectivetypeofpipesonly.(FordetailspleasereferITB)

    3.1.4.2.3 Biddershall

    furnish

    following

    documents

    in

    respect

    of

    the

    offered

    campaign:

    a) PurchaseOrder Copy covering Schedule of offered campaign alongwith details like pipe diameter, pipe manufacturing process, length,

    thickness, date of commencement and completion of campaign,

    number of days of campaign, total ordered quantity and applicable

    specifications,forthemillfromwherethequotedquantityisintended

    tobesupplied.

    b) Inspection release note issued by the designated inspection authority

    coveringthe

    offered

    campaign.

    c) DailyProductionoutputandnumberofacceptedpipes

    d) Onlyacceptedpipesshallbetakenintheofferedcampaign.

    3.1.4.2.4 Thebiddershall furnishcompletedetailspertainingtothedatarequiredtoestablish

    itsproductioncapacity.Itmaybenotedthatitismandatoryforthebidderstoprovide

    details/datapertainingtotheabove,failingwhich,thebidsubmittedbythebidder,

    willberejected.

    B) ForCoating

    CoatingPlant(forbothDomesticaswellasForeignBidders)Bidderscoatingplantcapacityshallbeassessedonthebasisofbestofferedcampaign(not

  • 8/8/2019 GMR RFQ

    23/142

    23

    lessthantenconsecutivedays)for3LPEcoatingofAPI5LPSL2(orequivalent)gradepipe

    withinthe lastsevenyears reckoned from thebidduedate.Pastcampaigndatashallbe

    furnishedforeachplantproposedforcoatingfromwherethequotedquantityisintended

    tobesupplied.

    The3LPEcoatingproductioncapacityforthequotedsizelinepipeshallbecalculatedasper

    formulagivenbelow:

    C= NxLxGxRTx 1000

    Where

    CisCapacityinKmperday

    N isNumberofpipescoated(3LPE)duringofferedcampaign

    L isAveragelengthofpipesinmeters

    T isDurationofselectedcampaignindays

    RisReliabilityfactortobetakenas0.8

    GisDc/Dq

    where Dq is the diameter in inches of the quoted line pipe and Dc is thediameter

    in

    inches

    of

    the

    pipe

    coated

    in

    the

    offered

    campaign.

    Ratio

    of

    Dc/Dq

    shallnotexceed1.4.

    Incaseofrelocationofthecoatingplant(s)underOption2,theplantcapacity

    shallbederatedto80%ofcapacityassessedbasedonbestcampaign.

    Biddershallfurnishfollowingdocumentsinrespectoftheofferedcampaign:

    a) Purchaseordercopy,Scheduleof theofferedcampaign.Detailsshallincludepipe

    diameter,pipemanufacturingprocess, length, thickness,dateofcommencement

    andcompletionofcampaign,numberofdaysofcampaign,totalorderedquantity,

    applicable specifications and traceability documents for the plant proposed for

    coatingfromwherethequotedquantityisintendedtobesupplied.

    b) Inspectionreleasenoteissuedbythedesignated inspectionauthoritycoveringthe

    offeredcampaign.

    c) DailyProductionoutputandnumberofacceptedpipes

    d) Onlyacceptedpipesshallbetakenintheofferedcampaign.

    The bidder shall furnish complete details pertaining to the data required to

    establish its production capacity. It may be noted that it is mandatory for the

    bidderstoprovidedetails(asperFormatE)/datapertainingtotheabove,failing

    whichthe

    bid

    submitted

    by

    the

    bidder,

    will

    be

    rejected.

    C) Forsupplyofcoatedpipes(forbothdomesticaswellasforeignbidders)

  • 8/8/2019 GMR RFQ

    24/142

    24

    Bidderscapacityforsupplyofcoatedpipesshallbelimitedtolowestofthecapacity

    assessedforpipemanufacturingandcoatingcapacity.Biddershallfurnishthedocumentsin

    respectoftheofferedcampaignforassessmentofmillcapacityandcoatingcapacity

    respectivelyasspecifiedaboveunder(A)and(B)above.

    3.1.4.2.5 Bidderscapacityforbarepipesshallbeconsideredseparatelyfordifferentmanufacturing

    processesofpipes,asquoted for.Accordingly, annualproduction/otherdetailsofquoted

    type of pipes should be given separately. Further, the capacity so assessed shall be

    consideredfor

    respective

    type

    of

    pipes

    only.

    3.1.4.2.6 TheorderforitemsS.No.1.01,1.02,1.05,2.01and2.02willbelimitedtothelowestof

    thecapacityassessedofpipemanufacturing,CoatingandFinancialCriteria.Ordermaybe

    placedonmorethanonevendorduetocapacityforpipemanufacturing,coatingand

    financialcriteriastipulated. ThuspricesquotedbyBiddersfortheseitemsshallbevalid

    forpartorder.

    3.2 FINANCIALCRITERIA:

    3.2.1 Turnover

    TheMINIMUM ANNUAL TURNOVERofthebidderaspertheauditedfinancialresultsi.e.2006

    2007,20072008,20082009 oryearending December2006,2007,2008,inatleastoneofthe

    threeprecedingfinancialyearsuptothebidduedate,shallbeasunder:

    Item No. Minimum Annual Turnover Requirement

    For Indian Bidders (In INR Crore) For Foreign Bidders (In Million US$)

    Option-1 Option-2 Option-3 Option-1 Option-2 Option-3

    1.01 74.09 18.52 92.61 16.06 4.01 20.07

    1.02 90.02 21.28 111.3 19.51 4.61 24.12

    1.03 & 1.04 38.88 6.82 45.7 8.43 1.48 9.91

    1.05 30.37 8.52 38.88 6.58 1.85 8.431.06 20.85 5.45 26.3 4.52 1.18 5.7

    1.07 & 1.09 9.6 2.1 11.7 2.08 0.46 2.54

    1.08 2.4 0.47 2.87 0.52 0.1 0.62

    2.01 186.7 46.78 233.47 40.46 10.14 50.6

    2.02 44.5 9.6 54.09 9.64 2.08 11.72

    2.03 & 2.04 12.14 2.37 14.51 2.63 0.51 3.15

    3.01 1.8 0.57 2.37 0.39 0.12 0.51

    3.02 & 3.03 20.42 4.63 25.05 4.42 1 5.43

    4.01 6.15 0.95 7.1 1.33 0.21 1.54

    5.01, 5.02,5.03 & 5.04

    2.83 -- -- 0.61 -- --

  • 8/8/2019 GMR RFQ

    25/142

    25

    3.2.2 Networth

    Networthofthebidder/eachmemberoftheConsortiumshallbepositiveasperthelast

    auditedfinancialstatementi.e. forfinancialyear20082009oryearendingDecember2008

    3.2.3 Workingcapital

    TheMINIMUMWORKINGCAPITALofthebidderaspertheauditedfinancialresultsstatement for

    theyear

    2008

    2009

    or

    year

    ending

    December

    2008

    shall

    be

    as

    under:

    Item No.

    Minimum Working Capital RequirementFor Indian Bidders (In INR Lac) For Foreign Bidders (In '000 US$)

    Option-1 Option-2 Option-3 Option-1 Option-2 Option-3

    1.01 1481.70 370.50 1852.20 3211.31 802.99 4014.30

    1.02 1800.40 425.62 2226.02 3902.04 922.45 4824.48

    1.03 & 1.04 777.60 136.47 914.07 1685.31 295.77 1981.08

    1.05 607.30 170.39 777.69 1316.21 369.28 1685.49

    1.06 416.90 109.07 525.97 903.55 236.40 1139.95

    1.07 & 1.09 191.90 42.07 233.97 415.91 91.18 507.09

    1.08 47.90 9.40 57.30 103.81 20.38 124.20

    2.01 3733.90 935.52 4669.42 8092.54 2027.56 10120.11

    2.02889.90 191.93 1081.83 1928.70 415.96 2344.66

    2.03 & 2.04 242.80 47.48 290.28 526.22 102.90 629.13

    3.01 36.00 11.40 47.40 78.02 24.70 102.73

    3.02 & 3.03 408.30 92.63 500.93 884.92 200.75 1085.67

    4.01 122.90 19.05 141.95 266.36 41.29 307.66

    5.01, 5.02,5.03 & 5.04

    56.60 -- -- 122.67 -- --

    3.2.4 If the biddersworking capital is inadequate, the bidder should supplement thiswith a

    letterfrom

    the

    bidders

    bank,

    having

    net

    worth

    not

    less

    than

    Rs.100

    Crores/

    US$

    25

    million,

    confirmingtheavailabilityofthelineofcredittocovertheinadequacyofworkingcapitalto

    meettheworkingcapitalrequirement.

    3.2.5 IncasebidderquotesformorethanoneiteminanyoneormoreGroups,therequirementofannualturnoverandWorkingCapitalshallbeoncumulativebasis,forthequoteditems.

  • 8/8/2019 GMR RFQ

    26/142

  • 8/8/2019 GMR RFQ

    27/142

    27

    1.08 4.79 0.94 5.73 10.38 2.04 12.42

    2.01 373.39 93.55 466.94 809.25 202.76 1012.01

    2.02 88.99 19.19 108.18 192.87 41.60 234.47

    2.03&2.04 24.28 4.75 29.03 52.62 10.29 62.91

    3.01 3.60 1.14 4.74 7.80 2.47 10.27

    3.02&3.03 40.83 9.26 50.09 88.49 20.07 108.57

    4.01 12.29 1.91 14.20 26.64 4.13 30.77

    5.01,5.02,

    5.03&5.045.66 12.27

    5.2 IncasebidderquotesforitemsforOption1andOption2,therequirementofbidsecurityshallbeoncumulativebasis.

    5.3 BidSecurity

    against

    particular

    item

    shall

    be

    submitted

    for

    full

    quantity

    of

    item

    irrespective

    ofquantityquoted.

    6 PREBIDMEETING

    6.1 PrebidMeetingshallbeheldatGAIL(India)Limited,GAILBhawan,16,BhikaijiCamaPlace,NewDelhi110066.Biddersortheirauthorizedrepresentativesarerequestedtoattend

    thePreBidMeetingsothattheirqueries,ifany.relatedtotheBidDocumentandScopeof

    Workcanbeaddressedduringthemeeting. Sessionwillalsobearranged forbidders to

    demonstratetheeTenderingsystemtofacilitatebidderstosubmittheBidOnline.

    6.2 Thebiddersarerequestedtosendclarifications,ifany,bycourierorbyfaxorbyemailto

    reachEIL/GAIL

    at

    least

    four

    days

    before

    the

    pre

    bid

    meeting.

    The

    clarifications

    shall

    be

    providedduringtheprebidmeeting.

    6.3 Nonattendanceoftheprebidmeetingshallnotbeacauseofdisqualificationofthebidder.

    7 ZERODEVIATIONBIDS

    ThisisaZERODeviationBiddingProcess. Bidderistoensurecomplianceofallprovisions of

    theBiddingDocumentandsubmithisbidaccordingly. Bidswithanydeviationtothebid

    conditionsshallbeliableforrejection.

    8 BIDSFROMCONSORTIUM

    8.1 Bidsareacceptable fromconsortium forOption3subject tomeeting the requirementasdetailedinIFB. ForOption1andOption2,Consortiumbidsarenotacceptable.

  • 8/8/2019 GMR RFQ

    28/142

    28

    8.2 ABiddershallsubmitonlyonebidincludingbidasmemberofconsortium,ifany. ABidderwhosubmitsorparticipatesinmorethanonebidwillcauseallthebidsinwhichthebidder

    hasparticipatedtobedisqualified.

    9 GENERAL

    9.1 PaymentofbiddocumentfeeshallbebyCrossedBankDraftfromafirstclassInternationalBankoranIndianNationalizedBank,infavourofGAIL(India)Limited,payable atNewDelhi

    andthe

    same

    shall

    be

    submitted

    in

    physical

    form

    along

    with

    EMD.

    The

    bid

    of

    any

    bidder

    shallbeconsideredonly ifthebid isaccompaniedbytheprescribedbiddocument fee in

    theformofdemanddraftalongwithEMD. Incaseofaconsortium,thebiddocumentmay

    bepurchasedbyanyofthemembersoftheconsortium,onbehalfoftheconsortium.

    9.2 Incaseany Indianbidderbidsthroughdemonstrationrouteforcapabilityand/orcapacityassessmentof theirmill, thebiddershallbe required todeposit,a feeofRs.10,00,000/

    (RupeesTenLakh),permillpertypeofpipe,byademanddraftinfavourofEngineersIndia

    Ltd., New Delhi. This fee shall be non refundable, irrespective of the outcome of the

    demonstration.

    9.3 Bidder can download the Bid Document from EILs websitehttp://www.indianprocessplants.com or GAILs website http://www.gailonline.com,

    GAILseTendering

    website

    https://etender.gail.co.in

    and

    https://tenders.gov.in.

    However,biddershavetosubmit theirbidsonlythroughetenderingwebsiteofGAIL.

    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

    documenthavenotbeenalteredormodified.

    9.4 Noextensioninthebidduedate/timeshallbeconsideredonaccountofdelayinreceiptofanydocumentbymail.

    9.5 ThefollowingdocumentsinadditiontouploadingthebidontheGAILseTendering websiteshallalsobesubmittedinOriginalinphysicalform:

    i)

    DemandDraft

    towards

    Bid

    Document

    Fee.

    ii) EMD/BidBond

    iii) PowerofAttorney

    iv) Demonstrationfee(ifapplicable)

    v) IntegrityPact

    9.6 SmallscaleIndustriesregisteredwithNSICandCentralGovernmentPSUsarenotrequiredtopaythebiddocumentFee.However,IndustriesregisteredwithNSICshallprovidenecessary

    documentary evidence,whereas PSUs shall submit declaration to this effect that they are

    CentralPSUandareeligibleforgettingbiddocumentsfreeofcost.

    9.7 GAIL/EILreservestherighttocarryoutcapabilityassessmentofthebidderincludingreferral

    toin

    house

    information.

    9.8 GAIL/EILwillnotberesponsibleorliableforcostincurredinpreparation&deliveryofbids,regardlessoftheconductoroutcomeofthebiddingprocess.

  • 8/8/2019 GMR RFQ

    29/142

    29

    9.9 Biddocumentisnontransferable.Bidsreceivedfrombidders inwhosenameBidDocumentfeehasbeensubmittedshallonlybeconsidered. BiddermustsubmittheBidDocumentFee

    intheirname. BidDocumentFeewillbesubmittedbyBiddersasperClause9.5above.

    9.10 Bidsreceivedafterstipulated lastdateandtime,duetoanyreasonswhatsoever,includingpostaldelays,willnotbeconsidered.

    9.11 GAIL/EILwillfollowpurchasepreferenceand/orDomesticpricepreferencepolicies as

    perprevailing

    guidelines

    of

    Government

    of

    India.

    9.12 Biddershouldnotbeunderliquidation,courtreceivershiporsimilarproceedings.

    9.13 BiddershouldnotbeblacklistedwithanyPSUandshouldnotbeonholidaylistofGAIL/EIL.

    9.14 BidssentthroughFax/Email/Computerfloppyshallnotbeaccepted.

    9.15 GAIL/EIL reserves the right to reject any or all the bids received at its discretionwithoutassigninganyreasonwhatsoever.

    ThisInvitation

    of

    Bids

    (IFB)

    is

    an

    integral

    and

    inseparable

    part

    of

    the

    Bid

    Document.

    Telefax:00911126191714,26167664 Dy.GeneralManager(C&P)

    Phone: 00911126762082/2002/2071 EngineersIndiaLimitedNewDelhi

  • 8/8/2019 GMR RFQ

    30/142

    30

    Format - ALINE PIPE MANUFACTURING MILL CAPABILITY ASSESSMENT

    This is to certify that M/s _____________________________________ reference plants production line__________________ has following manufacturing facilities to manufacture ________________ type of linepipes as per API 5L PSL2 for hydrocarbon service:

    S.No. DESCRIPTION INSPECTION AGENCY

    OBSERVATION REMARKS ONCONFORMITY

    A. GENERAL INFORMATION

    1.0 Detailed description of Organisation (Structure, number ofemployees, facilities, equipments, etc.) concerning thefollowing :

    1.1 Overall structure of Mill Organisation -

    1.2 Line Pipe production facilities and capacity

    1.3 External and Internal coating facilities & capacity

    1.4 Testing Laboratories

    1.5 Qualify Control/ Quality Assurance (QB/QC) :

    Type and location of the testing facility and step-by-stepoperations followed to achieve high quality product as pertechnical specifications.

    1.6 Non-Destructive testing facilities.

    1.7 Latest Audit certified documents performed duringproduction by one of the International Inspection Agencies(as listed in IFB/ITB).

    2.0 Company shall have valid ISO 9001-2000 certificate andestablished quality manual.

    B. FABRICATION & INSPECTION PROCEDURES

    1.0 Give detailed description of the fabrication process toproduce Line Pipes as per technical documents.

    1.1 Inspection of raw material (Plates/ Coils)

    1.2 Forming of the Plates/ Coils

    1.3 De-coiling and Inspection

    1.4 Edge preparation

    1.5 Forming

    1.6 Welding

    1.7 Testing

    2.0 Following shall be certified for Mill Capability :

    2.1

    Inspection of Raw Material (Plates/ Coils)

    The mill shall have an inbuilt edge machining and ultrasonictesting to test and record both sides of the plate/ coil edgesand body as per the bid specifications.

    2.2Forming of the Plates/ Coils

    During forming and welding the machine should havetracking system to control welding groove and edge offsets.

  • 8/8/2019 GMR RFQ

    31/142

    31

    S.No. DESCRIPTION INSPECTION AGENCY

    OBSERVATION REMARKS ONCONFORMITY

    2.3Welding

    Pipe mill shall have a continuous tack welding arrangementfor better dimensional control, minimum repairs and higherproduction.

    Weld procedure qualified shall ensure testing of Impact at

    () 29 deg. C. for Weld and HAZ.

    2.4

    2.4.1

    Inspection & Testing

    Type and location of the testing facility and step-by-stepoperations followed to achieve high quality product as pertechnical specifications.

    2.4.2 List of all relevant NDT procedures (including acceptancecriteria)

    2.4.3 List of NDT qualified personnel with valid ASNT-1Acertificates for level III and Level II operators.

    2.4.4 Ultrasonic machines being used should ensure tracking of

    weld seam during testing and representing defects on aprintout.

    2.4.5 All instruments used shall have a valid calibrationcertificates.

    2.4.6 Capability of mill and procedure followed to produce pipeswithin the technical specifications.

    2.4.7 HSAW mill shall ensure, prove and establish adequatemethodology that the residual stresses are within acceptablelimits (at least equal to cold expanded pipes).

    2.4.8 Capability of Mill and procedure followed to perform Impacttest at () 29 / (-40) deg. C. as per the bid specifications.

    2.4.9 Work instructions and approved procedures to be displayedat each and every work centers for ready reference.

    2.4.10 ERW mill shall have the facilities, controls and recordingfacility for welder frequency, On-line seam annealing, current& Voltage.

    2.4.11 Various procedures established shall have approval fromInternational Inspection Agencies as listed in IFB/ ITB

    Overall acceptability :

    ACCEPTABLE / NOT ACCEPTABLE

    For & On behalf of GAIL / EILSignatureNameDesignation

    Agencys name & Seal

  • 8/8/2019 GMR RFQ

    32/142

    32

    Format - B

    Capacity assessment for production of _(size: Dia X Thk)_ LSAW /HSAW /ERW PipesBest campaign (continuous 10 days production) shall meet the following requirements:

    1. Pipes shall be as per API 5L and GR as per Bid Specification or higher, PSL2.

    2. Campaign duration shall be minimum 10 days continuous working.3. Any intervening holiday/ break down during the operation of selected campaign shall be counted as working days for th4. Documentary evidence, duly certified by Chartered Engineer, shall be submitted for the selected campaigns. Minimum

    Purchase Order, Copy of Third Party Inspection Release Note and Daily Production Report.5. Campaign shall cover accepted pipes only, ready for dispatch from the first to the last day of the campaign.

    Sr.No.

    Project /Country

    ClientsAddress /ContactpersonName,Tel No.

    PO No.and Date

    Pipe Size(OD xThk)

    Spec &Grade

    Tonnage Type ofPipe

    Campaign Duration PWt/

    Pipe.No. ofPipes

    StartDate

    FinishDate

    TotalNo. ofdaysDc

    ToTonn

    T

    1.

    6. Capacity thus achieved shall be multiplied by reliability factor R of 0.8 to arrive at capacity C in Ton/day.C= Tc / Dc R

    7. Capacity C thus achieved shall be converted to the required/ quoted diameter size.

  • 8/8/2019 GMR RFQ

    33/142

    33

    DATA FOR CAPACITY ASSESSMENT FOR PRODUCTION OF _(size: dia X thk, type)_PIPE BY CONDUCTING TIME STUOF ANY ONGOING PRODUCTION CAMPAIGN AT BIDDER PIPE MILL

    Activity

    Pipe No.

    Plate/Coiledge

    milling

    Body UT(Plate/Coil)

    PipeForming

    RootWelding

    WeldingInside/Outside

    MechanicalExpansion

    Pipe endpreparation

    Hydrotest

    MMP

    1st Pipe2nd Pipe3rd Pipe4th Pipe5th Pipe6

    thPipe

    7th

    Pipe8th Pipe9th Pipe

    10

    th

    PipeAverageCapacityin Km perday C (campaign) = 60 x 24 x 12 x / T x 1000

    Notes:1. Pipe for ongoing campaign shall be as per API 5L Gr. X- 65 or higher PSL 2 quality.2. 12 is the average length of the pipe and T is the maximum time (average) in minutes, for any of the above listed cr

    uniformly taken for all mills.3. Time taken shall be from the beginning of an operation till the commencement of the same operation for the next pipe4. Above stages are indicative only.5. For ERW pipe, total time shall be taken into account from Coil feed to final 10th pipe cutting which shall be divid

    preparation shall remain same.

    6. Capacity C thus achieved shall be converted to the required/ quoted diameter size.

  • 8/8/2019 GMR RFQ

    34/142

    34

    CAPABILITY/ CAPACITY ASSESSMENT BY PILOT PRODUCTION OF 10 NOS _(size: dia X thk API 5L As per Bi

    Activity

    Pipe No.

    Plate/Coiledge

    milling

    Body UT(Plate/Coil)

    PipeForming

    RootWelding

    WeldingInside/Outside

    MechanicalExpansion

    Pipe endpreparation

    Hydrotest

    MUfoB

    st Pipen

    Piper Pipeh

    Pipe Pipe Pipeh Pipe Pipe Pipe0 h Pipe

    Average

    Capacityn Km peray

    C (campaign) = 60 x 24 x 12 x / T x 1000

    Notes:1. 12 is the average length of the pipe and T is the maximum time (average) in minutes, for any of the above listed

    uniformly taken for all mills.2. Time taken shall be from the beginning of an operation till the commencement of the same operation for the next pip3. Above stages are indicative only.4. For ERW pipe, total time shall be taken into account from Coil feed to final 10th pipe cutting which shall be divid

    preparation shall remain same.5. Capacity C thus achieved shall be converted to the required/ quoted diameter size.

  • 8/8/2019 GMR RFQ

    35/142

    35

    DATA FOR CAPACITY ASSESSMENT FOR COATING PLANT BASED ON BEST OFFERED CAMPAIGN (NOT LESS T3LPE COATING OF API5L GRADE PIPE WITHIN LAST SEVEN YEARS AT BIDDER PIP

    THE 3LPE COATING PIPE PRODUCTION CAPACITY FOR THE QUOTED SIZE Dq LINE PIPE SHALL BE CALCULATED AActivity

    Pipe No.

    CLIENT PIPESIZE

    GRADE PROJECT INSPECTIONAGENCY

    INSPECTIONRELEASE NOT

    stDAY

    nd DAYrd

    DAY DAY DAYh

    DAY DAY DAYh DAY0 DAY

    AverageC in KM/DAY = NXLXGXR

    TX1000Notes:

    1. C= CAPACITY IN KM per DAY2. N= Number of Pipes released after coating (3LPE) during offered campaign3. L= Average length of pipes in meters4. T= duration of selected campaign in days

    5. R= reliability factor to be taken as 0.86. G=DC//Dq Where DC is the diameter in inches of the pipe coated in the offered campaign and Dq is the diameter DC//Dq shall not exceed 1.4

    n case of relocation( for foreign Bidder only) of Coating plant(s) under Option 2, the plant capacity shall be de-rated to 8ampaign.

  • 8/8/2019 GMR RFQ

    36/142

  • 8/8/2019 GMR RFQ

    37/142

    37

    INDEX

    1. SCOPE OF BID:2. ELIGIBLE BIDDERS:3. ONE BID PER BIDDER4. COST OF BIDDING5. SITE VISIT6. CONTENT OF BIDDING DOCUMENT7. CLARIFICATION ON BID DOCUMENTS8. AMENDMENT OF BID DOCUMENTS

    9. LANGUAGE OF BID10. DOCUMENTS COMPRISING THE BID11. BID PRICES

    12 BID CURRENCY:13 PERIOD OF VALIDITY OF BIDS14 BID SECURITY15 PRE-BID MEETING16 FORMAT AND SIGNING OF BID17 ZERO DEVIATION:18 E-PAYMENTS19 AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES20 SEALING AND MARKING OF BIDS21 DEADLINE FOR SUBMISSION OF BID

    22 LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE23 MODIFICATION AND WITHDRAWAL OF BIDS24 BID OPENING25 PROCESS TO BE CONFIDENTIAL26 CONTACTING THE EMPLOYER/CONSULTANT27 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS28 CONCURRENT COMMITMENTS29 DELETED30 PRICE BID OPENING31 ARITHMETIC CORRECTIONS32 CONVERSION TO SINGLE CURRENCY33 EVALUATION AND COMPARISON OF BIDS34 OTHER CRITICAL POINTS FOR EVALUATION OF OFFER ARE AS UNDER35 DOMESTIC PRICE PREFERENCE:

    36 DEEMED EXPORT BENEFIT37 AWARD OF WORK.38 QUANTITY VARIATION:39 EMPLOYER/CONSULTANT'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID40 NOTIFICATION OF AWARD41 SIGNING OF AGREEMENT42 PERFORMANCE GUARANTEE43 REPEAT ORDER44 CORRUPT AND FRAUDULENT PRACTICES45 WAIVER OR TRANSFER OF THE AGREEMENT46 ORDER OF PRESIDENCE47 EXPENSES OF DEMONSTRATION48. EMPLOYMENT VISA FOR FOREIGN NATIONALS

  • 8/8/2019 GMR RFQ

    38/142

    38

    INSTRUCTIONS TO BIDDERS (ITB)

    GENERAL

    1. SCOPE OF BID:

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

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

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

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

    2. ELIGIBLE BIDDERS:

    2.1 Documents Establishing Bidder's Qualification

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

    2.1.2 Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder shall furnishall necessary supporting documentary evidence to establish the bidders claim of meeting

    qualification criteria.2.1.3 The bidder shall furnish, as part of his bid, documents establishing the bidder's eligibility to

    bid and his qualifications to perform the contract if his bid is accepted.

    2.1.4 The documentary evidence of the bidder's qualifications to perform the contract if his bid isaccepted, shall establish to the OWNER'S/CONSULTANT'S satisfaction that, the bidderhas the financial, technical and productions capacity necessary to perform the contract.

    2.2 The invitation of bid is open to any bidder.

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

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

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

    (ii.) that has been hired by the Employer as engineer/consultant for the contract.2.4 The bidder shall not be under a declaration of ineligibility by EMPLOYER for corrupt or

    fraudulent practices as defined in ITB clause no. 44.

    2.5 The bidder is not put on holiday by GAIL or EIL or black listed by any GovernmentDepartment/ Public Sector on due date of submission of bid. If the documents were issuedinadvertently / downloaded from website, offers submitted by such bidders shall not beconsidered for opening / evaluation / award.

    3. ONE BID PER BIDDER

    3.1. A Bidder shall submit only one bid in the same bidding process. A Bidder who submits orparticipates in more than one bid will cause all the proposals in which the bidder hasparticipated to be disqualified.

    3.2. Alternative bids are not acceptable. Bidder can quote for various options as described inthe MR subject to the conditions laid down in IFB.

    3.3. Bare Pipeline Manufacturer, domestic as well as foreign have the option to form aconsortium with a firm for coating work to offer coated pipes at various storage yards.Accordingly bids are acceptable from Consortium only for Option - III subject to theconditions laid down in IFB. However, the consortium members cannot be changed afterthe due date and time for submission of bids.

  • 8/8/2019 GMR RFQ

    39/142

    39

    4. COST OF BIDDING

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

    5. SITE VISIT

    5.1. The bidder is advised to visit and examine the site or / locations of warehouse and itssurroundings and obtain for itself, at its own responsibility, all the information that may be

    necessary for preparing the bid and entering into the Contract. The cost of visiting the siteshall be at the bidder's own expense.

    5.2. The bidder or any of its personnel or agents will be granted permission by the Employer toenter upon its premises and land for the purpose of such visits, but only upon the expresscondition that the bidder, its personnel, and agents will indemnify the Employer and itspersonnel and agents from and against all liabilities in respect thereof, and will beresponsible for death or personal injury, loss of or damage to property, and any other loss,damage, costs, and expenses incurred as a result of the inspection.

    BIDDING DOCUMENTS

    6. CONTENT OF BIDDING DOCUMENT

    6.1 The Bid Documents hosted on GAIL and EIL Websites are as stated below and should be

    read in conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:Volume I : Commercial

    Volume II : Technical-Material Requisition MR. No. A027-010-QB-MR-9010 Rev. C

    6.2 The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, allinstructions, form/formats, terms, specifications and drawings etc., enclosed in the biddocuments. The invitation for bid (IFB) together with all its attachment thereto, shall beconsidered to be read, understood and accepted by the bidder. Failure to furnish allinformation required by the Bid Documents or submission of a bid not substantiallyresponsive to the Bidding Documents in every respect will be at bidder's risk and mayresult in the rejection of the Bid.

    7. CLARIFICATION ON BIDDING DOCUMENTS

    7.1 A prospective bidder requiring any information or clarification of the Bidding Documents,may notify the Employer/Consultant in writing by e-mail/fax/post at Consultant's mailingaddress indicated in the Bid Document (Engineers India Ltd., Engineers India Bhawan, 1Bhikaiji Cama Place, New Delhi - 110066, India. Fax No. 0091 11 26167664 / 26191714)as specified under Clause No. 1.2.9 Salient Features of Bid Document of IFB.

  • 8/8/2019 GMR RFQ

    40/142

  • 8/8/2019 GMR RFQ

    41/142

    41

    executive having authority to attend the un-priced and price bid opening onspecified dates and venue as per format F-5.

    i. Confirmation of no deviation as per Format F-6.

    j. Certificate as per Format F-7 for confirming the Government of India is notparty of Agreement.

    k. Details of similar work done during past seven years as per Form F-8.

    l. Concurrent commitments as per form F-9 and shall give manufacturing andexecution plan for the pipes being offered by the bidder considering the concurrentcommitments.

    m. All necessary documents to establish the qualification as per IFB.

    n. Certificate of Non-Involvement of Agent as per Format F-11, if no Agent /Consultant / retainer / Associate is involved.

    o. Proforma for details of Indian Agents as per Format F-12 ifAgent/Consultant/Retainer/ Associate is involved.

    p. Capability assessment data as per Format A and 3 LPE / Internal Coating MillCapability Assessmentas format F-14

    q. Duly completed capacity assessment format B, C , D & E as applicable.

    r. Check list duly filled in as per Format F-13

    s. In case of consortium bid for Option - III, the bid shall contain the followingdocuments:

    i) Power of Attorney in original in physical form signed by legallyauthorized signatories of all the members evidencing authorisation to oneof the member as nominated leader in the consortium as per Clause 3.3.2to ITB.

    ii) Consortium Agreement / MOU in original in physical form entered into byall members as per Clause 3.3.6 of ITB.

    t. Any other information/ details required as per Bidding Documents.

    Note: All pages of the bid are to be signed and sealed by authorised person of the

    bidder.

    10.3. E-Envelope-II: Superscribing "Price Bid - Not to be Opened with

    Techno-Commercial Un priced Bid"- (PART-II)

    10.3.1. Part II : Price Bid

    10.3.1.1. Part - II shall contain original Schedule of Prices duly filled in, e-signed and stampedon each page.

    10.4. Envelope III; Superscribing "Bid Security"- PART-III, in physical form.

    10.4.1. Part-III: Bid Security in original physical form.

    10.4.1.1. Part-III shall contain one original and five copies of Bid security in separatesealed envelopes.

    10.5. Envelope IV; Superscribing "Bidding Document Fee"- PART-IV, in physical form.

    10.5.1 Part-IV : Bidding Document Fee.

    10.5.1.1 Part-IV shall contain original Bidding Document Fee as explained in the IFB.

    10.6. Envelope V: Superscribing Demonstration Fee Part-V, in Physical Form

    10.6.1 Part-V : Demonstration Fee

  • 8/8/2019 GMR RFQ

    42/142

    42

    10.6.1.1 Part V shall contain original demand draft for Demonstration fee as explained in clause

    47 of ITB

    10.7. Envelope VI : Superscribing Power of Attorney Part VI, in physical form.

    10.7.1 Part- VI shall contain original Power of Attorney as explained in clause 10.2.1 (c) & (s)

    11. BID PRICES

    11.1. The bidder shall e-quote Bid Prices on the appropriate format for "PriceSchedule" enclosed as part of Bidding Document.

    11.2. Deleted

    11.3. Price quoted by the bidder, shall remain firm, fixed, and valid until completion ofthe contract performance and will not be subject to any variation, except statutoryvariation pursuant to relevant provisions in clause 11.7.1.2.2, 11.7.1.2.4,11.7.2.2.2, 11.7.2.2.4, 11.7.3.2.2, 11.7.3.2.4, and 11.8.3.4.4 of ITB.

    11.3.1 Within the contractual delivery period, if any new taxes and or duties come intoforce from the Central / State Government Authority, the same will be reimbursedagainst documentary evidence to Bidder.

    11.4. The bidder shall e-quote the price for item in the Price Schedule after carefulanalysis of cost involved for the performance of complete work considering all partsof the Bidding Documents. In case, any activity though specifically not covered but isrequired 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 pricesquoted shall deemed to be inclusive of cost incurred for such activity.

    11.5. The Employer is entitled to Project rate of Customs Duty for imports made for theDabhol-Bangalore Pipeline Project. The present rates of Customs duty for Importsare basic duty (Project rate) @ 5% + CVD & Ed. Cess @10.3% + 3% ED. Cess +4% SAD as applicable.

    The bidder while quoting the price may consider the project rate of custom duty.However, in case bidder is allowed, vide any other notification, a lower rate ofcustom duty than project rate of customs duty for import of raw materials andcomponents viz. plates/coils, welding material, coating material, bare pipes, coatedpipes etc., in such case bidder may consider the same and quote accordingly. Biddershall ascertain the applicable rate of customs duty and shall be solely responsibletowards applicability and correctness of such rates. The evaluation and ordering shallbe carried out based on the rates of customs duty considered by the bidder. However,in case of wrong classification, no variation including statutory variation of CustomsDuty will be payable extra. The bidder(s) must indicate quantity, CIF value & rate ofcustom duty considered in the Price Schedule.

    If Bidder has considered Customs duty for import content other than the Project rateof Customs duty in their offer, then statutory variation on Customs duty, shall bepayable extra on the Project rate of Customs duty or the rate of Customs duty

    considered by the Bidder, whichever is lower.

    The Employer's responsibility is only limited to furnishing of the necessary certificateto the bidder in order to enable bidder to obtain Essentiality Certificate from hisAdministrative Ministry for availing the Project rate of Customs Duty. However, thiscertificate shall not be issued for import of Line Pipes to Indian Bidders.

    11.6. a) The Employer will not issue any concessional form for CST/ LST/VAT.

    b) Bidders are required to provide CENVATABLE invoices with respect to Excise

  • 8/8/2019 GMR RFQ

    43/142

    43

    Duty, VAT, WCT and Service Tax in all cases of Option - I, Option - II & Option -III which shall be raised as per the details provided in detailed Order/ Letter ofAcceptance.

    11.6.1 a) Indian Bare line pipe manufactures will furnish Cenvatable Excise Invoice for supplyof the line pipes from their mill, to Coaters quoting under Option-2, in order to enable thecoaters to avail credit of the same. The present rate of Cenvatable Excise duty includingEducation cess is 10.3% for supply of bare line pipes from non-EOU/non-SEZ Indianmills.

    Subject to statutory variation, in case the Cenvatable Excise Invoice from the bare linepipe manufacturer is found to be of a rate lower than the rate specified by the line pipemanufacturer in his bid, the difference will be deducted by GAIL from the bills of bareline pipe manufacturer. The amount so deducted will be paid to the affected Coaterquoting under Option-2.

    b) In case a Line Pipe manufacturers plant is located in an EOU area or SEZ or anyother geographical area in India eligible for a different or concessional rate of ExciseDuty, the manufacturer shall detail the applicable Excise Duty (Clearly distinguishingbetween Cenvatable and Non-Cenvatable Excise Duty) along with documentary

    evidence including appropriate notifications.

    Subject to statutory variation, in case the Cenvatable Excise Invoice from the bare linepipe manufacturer is found to be of a rate lower than the rate specified by the line pipemanufacturer in his bid, the difference will be deducted by GAIL from the bills of bareline pipe manufacturer. The amount so deducted will be paid to the affected Coaterquoting under Option-2.

    11.6.2 GAIL will provide Cenvatable documents for CVD including education cess (paid to thecustom authorities for imported bare line pipes), to coater quoting under Option-2, in orderto enable the coaters to avail credit of the same. The present rate of Cenvatable CVDincluding Education Cess is 10.3% for import of bare line pipes.

    Subject to statutory variation, in case the cenvatable CVD paid by GAIL is at a rate lowerthan the rate specified above, the difference will be paid by GAIL to the affected Coaterquoting under Option-2.

    11.7. Indian Bidders shall indicate the following as per Price Schedule:

    11.7.1. Option-I: Supply of bare line pipes

    11.7.1.1. Ex-Works unit and total price of bare pipes including packing, forwarding andcharges towards loading of pipes on Truck / Trailer to be arranged by CoatingContractors (such price to include all costs as well as duties and taxes paid orpayable on components and raw materials incorporated or to be incorporated inthe goods, inspection testing and loading on coating contractor's carrier etc.) but

    excluding applicable taxes and duties on finished goods.

    11.7.1.2. The bidder shall indicate the following separately:

    11.7.1.2.1. CIF value of import for raw material and components incorporated or to be incorporatedin the goods. The bidder shall provide description of such material, quantity, rate, valueetc.

    11.7.1.2.2. Customs duty (rate) considered on above CIF value of import for raw materia land components as per clause 11.7.1.2.1. The statutory variation in Customs duty,on CIF value indicated as per Clause 11.7.1.2.1 above, within the contractual delivery

  • 8/8/2019 GMR RFQ

    44/142

    44

    period shall be to Employer's account against submission of the documentaryevidence. However, any increase in the rate of Customs duty beyond the contractualcompletion period shall be to bidder's account. In case of wrong classification, novariation including statutory variation of Customs Duty will be payable extra. Anydecrease in the rate of Customs duty shall be passed on to the Employer.

    11.7.1.2.3. Unit price of finished goods including packing and forwarding charges but

    excluding applicable taxes and duties.

    11.7.1.2.4. Excise Duty and CST/Sales Tax/VAT (rates and amount) without concessional formfor CST/VAT which will be payable on the finished goods, if this contract isawarded. The statutory variation in Excise duty and Sales tax / VAT and Service Tax, ifapplicable, on finished goods, within the contractual delivery period shall be toEmployer's account against submission of the documentary evidence. However, anyincrease in the rate of these taxes and duties beyond the contractual completionperiod shall be to bidder's account. Any decrease in the rate of taxes & duties shall bepassed on to the Employer.

    11.7.2. Option-II: Coating of bare line pipes11.7.2.1 Ex-Warehouse price of coated pipes including, applicable taxes and duties etc. on finished

    goods excluding entry tax & octroi, if applicable (such price shall include transportation ofbare pipes from pipe mill(s)/port of entry to coating facility, external coating of bare pipesincluding all costs as well as inland transportation, taxes & duties, levies etc., upto CoaterWorks paid or payable on components and raw materials incorporated or to be incorporatedin the finished goods, despatch of coated pipes to warehouse, establishment (hiring/owning) of Warehouse, transit & storage insurance, storage and preservation of coatedpipes at Warehouse for 2 months beyond contractual completion period or date of lastcoated pipe received at Warehouse whichever is later and loading on line pipe layingcontractors carrier, ED & ST/VAT applicable on finished goods, WCT, Service Tax, etc. asapplicable). Octroi and Entry Tax on the coated pipes, if applicable, shall be reimbursed atactual by GAIL on submission of documentary evidence. However, after this free period oftwo months, Coating Contractor will be entitled for payment of Rs. 2000/- per day forstorage and preservation of coated line pipes at warehouse.

    a) Bidder to quote their prices considering following alternate place of issue of thebare line pipes :

    Alternative: 1 - Mundra/Anjar/Nanichirai/ Varsana/Samagogha

    2 - Pithampur (Indore), M.P.

    3 - Kosi Kalan, Distt. Mathura, U.P.

    4 - Dahej, Distt. Bharauch, Gujarat

    5 - Rourkela

    6 - Bhiwandi, Distt. Thane, Maharashtra

    7 - Nagothane, Distt. Roha, Maharashtra

    8 - Kandla Port (Gujarat)

    9 Nanakpaya(EOU)

    11.7.2.2 The bidder shall indicate the following separately:

    11.7.2.2.1 CIF value of import for raw material and components incorporated or to be incorporatedin the goods. The bidder shall provide description of such material, quantity, rate, valueetc.

  • 8/8/2019 GMR RFQ

    45/142

  • 8/8/2019 GMR RFQ

    46/142

    46

    etc.

    11.7.3.2.2 Customs duty (rate) considered on above CIF value of import for raw materialand components. The statutory variation in Customs duty, on CIF value indicated as perClause 11.7.3.2.1 above, within the contractual delivery period shall be toEmployer's account against submission of the documentary evidence. However,any increase in the rate of Customs duty beyond the contractual completion period

    shall be to bidder's account. In case of wrong classification, no variation includingstatutory variation of Customs Duty will be payable extra. Any decrease in the rateof Customs duty shall be passed on to the Employer.

    11.7.3.2.3 Unit price of finished goods including packing and forwarding charges butexcluding applicable taxes and duties, transportation charges and arranging /maintenance of warehouse charges.

    11.7.3.2.4 Excise Duty and Sales tax/VAT (rates and amount ) without any concessional form,which will be payable on the finished goods, if this contract is awarded. The statutoryvariation in Excise duty and Sales tax / VAT and Service Tax, if applicable, onfinished goods, within the contractual delivery period shall be to Employer's accountagainst submission of the documentary evidence. However, any increase in therate of these taxes and duties beyond the contractual completion period shall be tobidder's account. Any decrease in the rate of taxes & duties shall be passed on to theEmployer.

    11.7.3.2.5 Inland transportation charges from dispatch point to designated warehouseincluding loading, unloading of pipes at respective warehouses. The prices should beinclusive of all taxes, duties, levies etc. and storage and preservation of coated pipesat Warehouse upto 2 months beyond the contractual completion period or date of lastcoated pipe received at warehouse whichever is later (including loading on line pipelaying contractor's carrier).

    11.7.3.2.6 Taxes and duties in % and amount included in Clause 11.7.3.2.5.

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

    11.8.1 Option-I: Supply of Bare Line Pipes

    11.8.1.1 Bidders shall submit their unit & total prices on FOB - International Port of Shipment,CFR - Kandla Port basis as detailed out in the Price Schedule.

    11.8.1.2 The request for different price basis is merely to facilitate the comparison of bids andwill not in any way limit the Employer's right to contract on different terms.

    11.8.1.3 Employer reserves the right to place the order on any of the above specified pricebasis. In case of award, initially the purchase order (PO) shall be placed on FOBbasis and GAIL reserves the right to convert the same to CFR basis within 45 daysfrom placement of order. Therefore, the CFR prices should be valid for additional 45days from the date of PO.

    11.8.1.4 Prices quoted shall be inclusive of all applicable taxes and duties, packing &forwarding, stowing, etc. applicable upto FOB - International Port of shipment.

    11.8.2 Option-II: Coating of bare line pipes

    Same as applicable for Indian bidders opting for option - II, clause no. 11.7.2

    11.8.3 Option-III: Supply of coated line

    pipes

    (A) If the coated pipes are imported:

    11.8.3.1 Foreign bidder to quote Ex-Warehouse in India Unit and total price of coated pipesincluding packing and forwarding, applicable taxes and duties etc. on finished goodsexcluding octroi & entry tax, if applicable (such price to include

  • 8/8/2019 GMR RFQ

    47/142

  • 8/8/2019 GMR RFQ

    48/142

    48

    11.8.3.3 Foreign bidder to quote Ex-Warehouse unit & total price of coated pipes including packingand forwarding, applicable taxes and duties, etc. on finished goods excluding entry tax &octroi, if applicable (such price to include fabrication /manufacturing of line pipes includingall costs as well as duties and taxes applicable outside India, paid or payable oncomponents and raw materials incorporated or to be incorporated in the goods, despatch ofbare pipes to port of entry in India, (excluding payment of Indian Customs duty), portclearance and other charges at port of entry, inland transportation including taxes, duties,

    levies upto Coaters Works etc., in India, despatch of bare pipes to coating facility, externalcoating of pipes, despatch of coated pipes to warehouse, establishment (hiring /owning) ofwarehouse, all insurance, storage and preservation of coated pipes at warehouse forcontractual completion period or date of last coated pipe received at warehouse whicheveris later and loading on line pipes laying contractors carrier, ED/ ST/VAT applicable onfinished goods, WCT, Service Tax, etc.). Octroi & entry tax on the coated pipes, ifapplicable, shall be reimbursed as actual by GAIL on submission of documentary evidence.However, after this free period of two months beyond contractual period, Coated Pipesupplier will be entitled for payment of Rs. 2000/- per day for storage and preservation ofcoated line pipes at warehouse.

    Customs Duty will be paid directly by GAIL. The Pipes shall be consigned to GAIL(India) Limited. The Foreign Bidder shall furnish Indemnity Bond equivalent to the CIFvalue of Customs Cleared goods Plus the value of Import duties to Purchaser before

    undertaking above activities. The Indemnity Bond shall be valid till handing over of lastpipe to laying contractor.

    Any delay in submitting Indemnity Bond and thus resulting in any cost/charges toPurchaser including demurrage/wharfage shall be to Bidder's account only.Responsibility of safe custody of Pipes while undertaking customs clearance;transportation etc. shall be with Foreign bidder. Foreign Bidder shall indemnify GAILagainst any losses of or damage to misuses or misappropriation whatsoever ofPurchaser's Pipes while in possession of them / their Indian counterpart. ForeignBidder shall take adequate precautions for safe custody of Purchaser's Pipes includingits insurance while in their possession.

    In order to import the goods on project rate of Indian customs duty, bare line pipes shallbe consigned in the name of GAIL. The customs duty applicable on the import of

    bare line pipes shall be paid by GAIL and the cost of the same shall not be included inthe quoted prices.

    All type of insurance including but not limited to marine, transit, storage etc., shall be inbidders scope.

    11.8.3.4 The bidder shall indicate the following separately:

    11.8.3.4.1 CIF value of bare line pipes, coating materials etc., at port of discharge (KandlaPorts) in India. : The bidder shall provide description of such material, quantity, rate,value etc.

    11.8.3.4.2 Deleted.

    11.8.3.4.3 Unit price of finished goods including packing and forwarding charges butexcluding applicable taxes and duties. Bidder to indicate separately prices of coating

    works under Column 9 of Price Schedule.11.8.3.4.4 Excise duty and Sales tax/VAT (rates and amount) which will be payable on the

    finished goods, if this contract is awarded. The statutory variation in Excise dutyand Sales tax / VAT and Service Tax, if applicable, on finished goods, within thecontractual delivery period shall be to Employer's account against submission of thedocumentary evidence. However, any increase in the rate of these taxes and dutiesbeyond the contractual completion period shall be to bidder's account. Any decrease inthe rate of taxes & duties shall be passed on to the Employer.

  • 8/8/2019 GMR RFQ

    49/142

    49

    11.8.3.4.5 Establishment (hiring/owing) of warehouse, inland transportation charges fromdispatch point to designated warehouse including loading, unloading of pipes atrespective warehouses. The prices should be inclusive of all taxes, duties, leviesetc. and storage and preservation of coated pipes at Warehouse upto 2 monthsbeyond the contractual completion period or date of last coated pipe received atwarehouse whichever is later. (including loading on line pipe laying contractor's carrier).

    11.8.3.4.6 Taxes and duties as applicable in % and amount included in clause 11.8.3.4.5.

    11.9 Wherever service tax is applicable, bidder to indicate the option and rate considered byhim. Option once declared can not be changed. Statutory variations on Service Taxshall be borne by GAIL subject to submission of documentary evidence.

    12 BID CURRENCY:

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

    12.2 Foreign bidders may submit bid in the home currency of bidder's country or inUS$/EURO.

    12.3 A bidder expecting to incur a portion of his expenditure in the performance ofContract in more than one currency (limited to maximum two currencies) (without

    prejudice to the provisions of Clause 12.2) and wishing to be paid accordingly shallindicate the same in the bid. In such a case, the bid shall be expressed in differentcurrencies with the respective amounts in each currency together making up the totalprice.

    12.4 Currency once quoted will not be allowed to be changed. Employer shall not becompensating for any exchange rate fluctuation.

    13 PERIOD OF VALIDITY OF BIDS

    13.1 The bid shall remain valid for acceptance for four (4) months from the bid due date. Abid valid for a shorter period shall be rejected being non-responsive.

    13.2 In exceptional circumstances, prior to expiry of the original bid validity period, theEmployer/ Consultant may request that the bidder extend the period of validity

    for a specified additional period. The requests and the responses thereto shall bemade in writing (by e- mail/fax/post). A bidder may refuse the request withoutforfeiture of its bid security. A bidder agreeing to the request will not be required orpermitted to modify his bid, but will be required to extend the validity of its bidsecuri ty for the per iod of the extension and in accordance with ITB clause 14 in allrespects.

    14 BID SECURITY

    14.1 The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified in theIFB.

    14.2 The bid security is required to protect the Employer against the risk of bidder'sconduct which would warrant the bid security's forfeiture, pursuant to clause 14.7 ofITB.

    14.3 The bid security in US Dollars for bidders quoting in foreign currency and Indian Rupeesfor bidders quoting in Indian Rupees shall be in the form of Demand Draft/ Banker'sCheque in favour of GAIL (India) Ltd., payable at New Delhi or in the form of anirrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format enclosed at F-4 (issued by any Indian Scheduled bank or a branch of an International Bank situatedin India and registered with Reserve Bank of India as Scheduled Foreign Bank in caseof Indian bidders and from any reputed international bank or Indian Scheduled Bankin case of Foreign bidders).

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

  • 8/8/2019 GMR RFQ

    50/142

    50

    amount of bid security.

    However, in case of Bank Guarantee from banks other than the NationalizedIndian 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 commercialbank either in the bank guarantee itself or separately on its letterhead.

    The bid security shall be valid for two (02) months beyond the validity of the bidas specified in Clause 13 of ITB.

    14.4 Any bid not secured in accordance with clause 14.1 and 14.3 shall be rejected byGAIL as non-responsive.

    14.5 Unsuccessful bidders bid security will be discharged or returned, as promptly aspossible but not later than 30 days after the expiration of period of bid validityprescribed by GAIL pursuant to clause 13.

    14.6 The successful bidder's bid security will be discharged upon the bidder's acceptingthe order, pursuant to clause 37 of ITB and furnishing the Contract PerformanceGuarantee