Upload
umamahesh259
View
224
Download
0
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