RFQ_DRS[1]

Embed Size (px)

Citation preview

  • 8/3/2019 RFQ_DRS[1]

    1/64

    MAHARASHTRA NATURAL GAS LIMITED

    (MNGL)

    CITY GAS DISTRIBUTIONFOR PUNE CITY

    BID DOCUMENTFOR

    SUPPLY & INSTALLATION OF DRS

    UNDER LIMITED DOMESTICCOMPETITIVE BIDDING

    Bid Document No.: MNGL/C&P/2010-11/48

  • 8/3/2019 RFQ_DRS[1]

    2/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 2 of 64

    INVITATION FOR BIDS (IFB) / LETTER INVITING TENDER

    BID DOCUMENT NO.: MNGL/C&P/2010-11/48 Date: 24.01.2011

    To,

    Dear Sir,

    M/s Maharashtra Natural Gas Ltd., Pune here-in-after called OWNER / COMPANY / MNGL invites youto submit your sealed bids UNDER TWO BID SYSTEM for the item(s) in complete accordance with theBid Documents/ Attachments.

    The salient terms and conditions of the bid are stated below:

    I. PROJECT : City Gas Distribution Project for Pune

    II. TYPE OF BID : Limited Domestic Competitive Bidding

    III. ITEM(S) : Supply of DRS

    IV. TIME SCHEDULE : As per Section IV

    V. EARNEST MONEY/ : Not applicableBIDSECURITY

    VI. DATE & PLACE OF PRE-BID : NOT APPLICABLECONFERENCE

    VII. DUE DATE OF SUBMISSION : 31.01.2011 at 15:00 hrs.OF BID

    VIII. BID VALIDITY : 4(four) months from the bid due date

    IX. TECHNO-COMMERCIAL BID : 31.01.2011 at 16:00 Hrs.OPENING DUE DATE & TIME

    X. VENUE : Address & Contact Nos. given at Sl. No. XIII.

    XI. TENDER FEE : Not Applicable

    XII. BID EVALUATION : Item wise basisCRITERIA

    XIII. ADDRESS FOR : Ganesh Said, Asst. Manager (C&P)CORRESPONDENCE & Maharashtra Natural Gas Ltd.SUBMISSION Plot No. 27, 1

    stFloor,

    OF BID DOCUMENT Narveer Tanajiwadi PMT Bus DepotCommercial Building, Shivajinagar,

  • 8/3/2019 RFQ_DRS[1]

    3/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 3 of 64

    Pune 411005Ph. No. 91-020-25611000

    Fax No. 91-020-25511522

    The documents in the tender are as per Index attached

    The Tender will be governed by the Bidders Qualification Criteria, Instructions to Bidders, GeneralTerms & Condition, Special Conditions of Contract, Technical Specification & Schedule of rates as perthe index attached. Deviations/exceptions to the clauses, if any, should be explicitly recorded seriatim,failing which all the clauses shall be deemed to have been accepted by you.

    Submission of Bids:

    Two bid system shall be followed for this tender.

    Documents comprising the bid:

    1. The Bid should be prepared by the bidder and shall be submitted in two parts viz. Part-1 andPart-2 in two separate sealed envelopes:

    PART-1 : Techno-Commercial / Un-Priced Bid

    PART-2 : Priced Bid

    2. TECHNO-COMMERCIAL / UNPRICED PART (Part-1) will contain the following documents:

    a) Documentary evidence in support of Bidders Qualification Criteria as specified at Page4 to 64 in Letter inviting tender

    b) Bid Form and Appendix to Bid Form

    c) Blank format of Price Schedule

    d) Information regarding any current litigation in which the bidder is involved.

    e) Non-involvement of Indian Agent or details of Indian Agent, if applicable.

    f) Power of attorney on behalf of signatory to the bid.

    g) Information on goods and services to be supplied by the bidder from India / outsideowners country.

    h) List of exception / deviation, if any

    i) Confirmation that bidder is not banned by any Government Organization / Governmentundertaking from quoting.

    3. In case bidder stipulates deviations to the terms and conditions of the bid document, biddershall do so as per proforma enclosed in the bid document.

    4. PART-2 (Priced Bid) of the bid shall consist of only Bid Form and Price Schedule dulycompleted.

    5. The bids shall be compiled in the form of specific section-wise responses to each section of thebidding document, in order to establish that the Bids are adequately responsive.

    BID FORM

    The bidder shall complete an original and one copy of the Bid Form and submit them alongwithdetails mentioned above in Techno-Commercial offer (without filling the prices). Original Bid Form shallbe enclosed with the Priced part of the offer.

  • 8/3/2019 RFQ_DRS[1]

    4/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 4 of 64

    Bids submitted by the bidders, who have not purchased the tender document either directly orthrough their authorized Agent / representative will be rejected.

    BIDDERs QUALIFICATION CRITERIA

    A) TECHNICAL:1.0 The Bidder shall have single point responsibility for manufacturing/ packaging DRS and shall

    be regular packager/ supplier of Gas custody Transfer DRS for natural gas services.

    2.0 Bidder must possess proven track record for Design, Engineering, Fabrication, Assembly,Integration, Shop Testing and Supply of Gas custody Transfer DRS for natural gas services.

    3.0 (i) For Conventional Type DRS:The Bidder in the last Five years must have supplied at least 01 (One) DRSin India which isvalidly similar (*) or higher in terms of capacities as per Material Requisition and other technicalparameters as given below and that this DRS is running satisfactorily till bid submission date.

    Fluid Handled : Natural GasPressure rating capacity : 150 class or higher.(*) - Validly similar items are considered skids used for natural gas having 150# or higherpiping, pressure regulators and filters, minimum flow of 2000 SCMH.

    3.0 (ii) For Compact Type DRS:The Bidder in the last Five years must have supplied at least 01 (One) Single Stream / DoubleStream Compact DRS in India which is validly similar (*) or higher in terms of capacities asper Material Requisition and other technical parameters as given below and that this DRS isrunning satisfactorily till bid submission date.

    Fluid Handled : Natural GasPressure rating capacity : 150 class or higher.

    (*) - Validly similar items are considered skids used for natural gas having 150# or higherpiping, pressure regulators and filters, minimum flow of 2000 SCMH.

    4.0 Bidder shall furnish necessary documentary evidence viz. approved P&IDs / Datasheets/Inspection Certificates/ Despatch Clearance/ End-user certificate/ Performance reports/Certificates from clients etc. (having cross-reference to Purchase Orders) along with detailedPurchase Ordercopies furnishing technical data (like fluid, flow, operating pressure, details ofitems, ANSI class rating, inlet/ outlet size etc.) as asked vide clause no.1.0 to 3.0 above alongwith the bid, to justify meeting the stipulated qualification criteria.

    B) FINANCIAL:

    1. Turn Over

    The bidder should have achieved a minimum turnover ofRs.32.5 Lacs in any one of the last 3(three) audited financial years i.e.2007-08, 2008-09 & 2009-10

    2. Net WorthBidders net worth as per last audited financial statement i.e. for the financial year 2009-2010shall be positive.

    3. Working CapitalThe bidder should have a minimum working capital of Rs.6.5 Lacs as per latest auditedbalance sheet i.e. for the year 2009-10. If the bidders working capital is inadequate, the biddershould supplement this with a letter from bidders bank having net worth not less than Rs.100

  • 8/3/2019 RFQ_DRS[1]

    5/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 5 of 64

    crores confirming the availability of line of credit to cover the inadequacy of previous year i.e.2008-09 and meet the current working capital requirement.

    Bidders must submit documentary evidence such as balance sheet & Profit & LossAccount Statement for last three audited financial years in support of the above.

    MNGL assumes no responsibility for non-submission of bids by the bidder on account of delay in thesubmission at the bidders end. Bidders shall ensure that they submit the bid well before the due dateand time of bid submission.

    Offers not accompanied with prescribed EMD will be summarily rejected. The covering letter alsoforms an integral part of the tender.

    Yours faithfully,ForMAHARASHTRA NATURAL GAS LTD.

    Ganesh SaidAsst. Manager (Contracts & Procurement)

  • 8/3/2019 RFQ_DRS[1]

    6/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 6 of 64

    INDEX

    Sr. No. Description Page No.

    1 Invitation for Bids 2 to 5

    2 Submission of Tender 7

    3 Memorandum 8

    4 Technical Specification (Section I) 9 to 24

    5 Special Conditions of Contract (Section II) 25 to 27

    6 Schedule of Rates (Section III) 28 to 29

    7 Delivery Schedule (Section IV) 30

    8 Instructions to Bidders (Section V) 31 to 409 General terms and Conditions of Contract (Section

    VI)

    41 to 51

    10 Forms, Annexures & Certificates (Section VII) 52 to 64

    Total No of Pages: 64

  • 8/3/2019 RFQ_DRS[1]

    7/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 7 of 64

    SUBMISSION OF TENDER

    From:

    M/s.

    ToAsst. Manager (C&P)

    Maharashtra Natural Gas Ltd.,

    Plot No. 27, 1st Floor,

    Narveer Tanajiwadi P.M.T.Bus Depot Commercial Building, Shivajinagar,

    Pune - 411005TEL : 020-25611000Fax : 020-25511522.

    Sir,

    In response to Tender No. MNGL/C&P/2010-11/48,1. I / We here by tender for execution of the supplies

    of______________________________________________________________ as per TENDER

    DOCUMENT within the Time Schedule of completion of contract period, as separately signedand accepted by me/us, at the Schedule of Rates quoted by me/us for the whole suppliesin accordance with Notice/Letter Inviting Tender, Schedule of Rates, Specifications for

    materials and workmanship, Drawings, Time schedule of Completion of supply, and otherdocuments and papers, all as detailed in the Tender Documents.

    2. It has been explained to me/us that the time stipulated for completion of supplies in allrespects is signed and accepted by me/us in the essence of the CONTRACT. I/We agree that inthe case of failure on my/our part to strictly observe the Time of Completion mentioned forsupplies, I/We agree to recovery being made as specified therein. In exceptionalcircumstances, extension of time which shall always be in writing may, however, be grantedby you at your discretion, and I/We agree that such extension of time will not be counted forthe extension of completion dates stipulated for supply.

    3. I/We agree to pay the Earnest Money and Security Deposit and accept the terms andconditions laid down in the memorandum below in this respect.

  • 8/3/2019 RFQ_DRS[1]

    8/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 8 of 64

    MEMORANDUM

    a) General Description of jobs Supply of District Regulating Station (DRS)

    b) Earnest Money Deposit Not applicable

    c) Security Deposit for contract 10% of the Contract Value.Performance Which will be paid in the manner set out in the Terms

    and conditions of contract

    4. Should this tender be accepted, I/We hereby agree to abide by and fulfill all terms andconditions referred to above and in default thereof, to forfeit and pay to the OWNER or itssuccessors or its authorized nominees such sums of money as are stipulated in TenderDocuments.

    5. I/We hereby pay the Earnest Money of _Rs.____________ in Bank Demand Draft / BankGuarantee No. _____________________ issued by __________________ (Name and office ofState Bank of India or any Indian Nationalised Bank / Schedule Bank except Co-operativeBank) in favour of M/s. Maharashtra Natural Gas Ltd., Pune.

    6. If I/We fail to commence the work specified in the Memorandum in para (3), above, orI/We fail to deposit the amount of security Deposit specified in the Memorandum in (3)above, I/We agree that the said OWNER or its successors without prejudice to any other

    right or remedy be at liberty to forfeit the said Earnest Money shall be retained by OWNERtowards the Security Deposit specified in (3) above. The said OWNER shall also be at libertyto cancel the Notice of Acceptance of Tender if I/we fail to deposit the Security Deposit asaforesaid or to execute an Agreement or to start SUPPLY as stipulated in the TenderDocuments.

    I/We enclose herewith evidence or my/our experience of execution of supplies of similar nature andmagnitude carried out by me/us in the prescribed proforma and also the Income-Tax and Sales-TaxClearance Certificates.

    dated the _________________day of _________ 2011Witness:

    Name in Block Letters:

    Address:

    Yours faithfully,

    Signature of Tenderer(s) with the seal of the firm.

    Name and Designation of authorized person signing the tenderon behalf of the Tenderer(s)

  • 8/3/2019 RFQ_DRS[1]

    9/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 9 of 64

    SECTION - I

    Technical Specification for District Regulating Station (DRS) of 150# for

    Natural Gas(TS No. MNGL/E&P/PE/DRS)

    Technical Specification for Twin-Stream District Regulating Station (DRS) of 150 #

    SCOPE: This specification covers the requirements of design, material, manufacturing, constructionfeatures, and inspection, testing and commissioning of a complete Twin-Stream District RegulatingStation (DRS) of 150#; including the requirements of all packing, preservation and transportation toMNGL. Unless otherwise specified, all the pressures indicated in this specification are gauge pressures.

    Unless otherwise specified, the latest editions of the standards mentioned herein this specification,

    including all addenda and revisions, shall apply.

    A. General Specifications

    1. The installation should be designed to pass the maximum designed gas flow rate at the lowestexpected inlet pressure and the designed outlet pressure.

    2. Suitable for the use with natural gas of specific gravity 0.6.

    3. Gas velocities in pipe work must not exceed 20 metres / second up to the inlet of the filter and40 metres / second downstream of filter, when the maximum flow rate occurs at the lowestexpected inlet pressure. The allowable sound pressure values should not be exceeded, andmaterials selected should be suitable to prevent erosion at such high velocities.

    4. All pipe work and equipments must be capable of withstanding the maximum pressure resultingfrom a fault condition.

    5. The DRS should have provision for stream selection wherever specified / mentioned in specificrequirements (see Clause M). Automatic switch over from active stream to the hot stand bystream should take place in the event of shut down of the active stream for any abnormalreason.

    6. There shall be an inlet and an outlet valve on every governor stream. Each valve shall bedesigned to seal on both upstream and downstream faces and the space between the facesshall be fitted with vents.

    7. Pressure test points, purge and vent points shall be fitted as indicated in the InstallationSchematic drawing attached herewith. When a test point is not provided on an item ofequipment, a point shall be provided on the adjacent pipe work. All the ends of drain and ventpoints shall be plugged. The vent purge valves provided at the inlet and outlet ends shall not befitted very close to the base level of the skid, which will be very difficult to be operated.

    8. Means to avoid entrainment of liquids in the gas entering regulator assembly & if necessary,suitable provision for their removal should be provided. Sizing of components should be doneconsidering avoidance of unacceptably low temperatures, which may lead to requirement ofpreheating.

  • 8/3/2019 RFQ_DRS[1]

    10/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 10 of 64

    9. Technical literature (in English language only), dimensional details of the equipment andsystem hook up drawing shall be submitted along with the technical bid.

    10. Installation arrangement for guidance is as shown in the schematic drawing enclosed. Actualarrangement should be proposed by vendor and shall be reviewed and certified by MNGL.

    11. Any deviation from the specified technical specification should be highlighted and vendor mayalso quote advanced / latest models (with all the details) to reduce overall cost as an alternate.However, the acceptance of the same shall be at the sole discretion of MNGL.

    12. The data sheet (see Clause N) should be filled up completely and should be enclosed alongwith the Technical Bid.

    13. Compliance with Technical Specification will be taken for granted, if deviations are notspecifically mentioned.

    14. All the connections in the skid where the operating pressure is 19-25 bar (g) or more should beof welded type only.

    15. Hole tight / leak tight should not be used on threaded / flange joints. Stud nuts only are to beprovided on flange joints.

    16. Flanges made of cast iron, ductile iron and non-ferrous materials (brass or bronze) shall not beused. For piping class 150 or above all the flanges shall be with raised face. Flanged endconnections (inlet and outlet) of the DRS should be in sizes of 2, 4, 6 and 8 only, to ensurecompatibility with the transition fittings employed by MNGL. All stud bolts and nuts used in CGDnetworks shall be hot dipped galvanized as per ASTM A 153 or equivalent. The end connectionflange of the outlet isolation valve shall be of pressure class 150#.

    17. Vendor shall confirm that the DRS is suitable for outdoor installation in tropical climate with thefollowing conditions:

    Ambient temperature: 05 600C.

    Humidity: 100 %.

    B. Gas Pressure Regulators

    1. Purpose:For regulating pressure in gas service lines supplying to industrial, commercial & domesticcustomers from steel pipeline distribution systems and incorporating appropriate safety devicesto protect against excess and lack of downstream pressure.

    Each stream should contain two regulators, so impulsed that if any one fails, then the other one

    will maintain safe conditions. Under normal conditions, the downstream regulator is consideredas the active regulator and upstream regulator performs the monitoring function. Theinstallation of monitoring regulator shall be such that it is the first acting device in the pressuresafety system.

    Regulator should be proved as satisfactory pressure vessels by hydrostatic and pneumatictests and test certificates should be provided by manufacturers / Third party Inspection agencyappointed by MNGL.

    2. Standard Features

  • 8/3/2019 RFQ_DRS[1]

    11/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 11 of 64

    Pressure shut-off device should be provided to protect against excess and lack of downstreampressure. Accuracy of slam shut operation should be as per the requirements of EN 14382:

    2009 or better.

    Relief valve to protect against downstream over pressure at low flows or in the event of seatmalfunction. Creep relief valves shall not have a capacity larger than 1% of stream faultcapacity. Vents shall be provided to discharge gas from relief valve to safe place at least 3metres away from the working platform in DRS vicinity and it should be terminated with suitableflame arrestors.

    Preferably separate slam-shut valves should be provided upstream of both the regulators ineach stream.

    The burst pressure of a diaphragm should be at least three times the maximum workingdifferential pressure.

    Adequate clearance should be provided between the top of the regulator and roof of the skid inorder to carry out the adjustment and maintenance of regulator without any inconvenience.

    3. Marking

    The regulator shall be marked with the details of Sr. No., Type, year of manufacture, flow range& flow at set outlet pressure, inlet pressure range, outlet pressure range and set point, overpressure shut off range and set point, under pressure shut off range and set point, reliefpressure range and set point, and orifice size.

    4. Performance characteristic curves

    Following Performance characteristic curves should be furnished:a) Outlet pressure v/s flow (for various inlet pressures), andb) Inlet pressure v/s flow (for various outlet pressures).

    C. Filters

    Design and construction shall meet the requirements as per ASME Boiler & Pressure Vessel(BPV) Code, Section VIII: 2007. The filters shall be of horizontal design only. However, in caseof vertical design / alignment of the filter (in special cases and with prior MNGL approval only),there should be enough clearance provision between the top end of the filter and the roof of theskid for removing the filter element from the top end. Differential pressure indicator (cloggingindicator) should be provided. All the filters shall have purge, vent and drain connections withvalve (with positive blind arrangement), should be suitably located and sized to ensure areasonably short blow down time. Quick opening covers, but which cannot be removed while

    under pressure should be incorporated. All welded joints should be radiographically examinedand acceptance criteria should comply with ASME BPV Codes.

    D. Pipe Work, Fittings and General Construction:

    DRS skid construction / fabrication, reinforcement pads, etc. shall meet the requirements ofcodes ASME B31.8: 2007 and or ASME BPV Code, Section VIII: 2007. The design andassembly of all the equipments shall be such that there is no difficulty in the operation andmaintenance of the same.

  • 8/3/2019 RFQ_DRS[1]

    12/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 12 of 64

    Pipe work and fittings shall be of seamless type and as per ASTM A 106 Gr. B / API 5L Gr. Band ASTM A 234 Gr. WPB & ASTM A 105. All branch connections should be of weldolet type

    upto d\D ratio less than 0.3 and Sweepolet type upto d\D ratio less than 0.6 . All valves forpressure / vent, pressure guage and bleed should have positive blind arrangement.

    Size of sensing line and pressure test points is left to manufacturers discretion. On impulse linevalves, the mean of actuation must be capable of being removed. The DRS should be a verticalskid mounted inside a cabinet arrangement ( For Conventional Type). Welders and weldingprocedures have to be qualified in accordance with ASME BPV Code Section IX / API 1104:2005. All the welded joints should be radiographically examined and acceptance criteria shouldcomply with ASME BPV Code, Section VIII: 2007 / API 1104: 2005.

    Vendor shall furnish details of foundation and anchor bolts. Supply of foundation bolts ofadequate strength is in the scope of the vendor. The position of the foundation bolts in thedrawing (to be submitted for approval) should be clearly indicated in all the views of the DRS.The center point of the inlet and outlet flanged connections should be clearly marked / visible inall the views in the drawing submitted for MNGL approval.

    The shut off valve of the DRS shall be easily accessible and shall be clearly marked in Englishand Marathi language. Also it should indicate the directions of opening as well as closing.

    The direction of flow of gas in the piping system of the skid shall be indicated on the pipes onboth the streams.

    Painting shall be carried out by application of one coat (DFT 35-50 microns) of zinc phosphateprimer followed by two coats (DFT 60 microns each) of chlororubber high build paint of colourcanary yellow. Before painting, surfaces shall be thoroughly cleaned by applying mechanicalmethods. However the outlet valves should be painted with red colour.

    On the DRS cabinet, the following instructions shall be inscribed in English and Marathilanguage:

    Danger Inflammable Gas. MNGL Toll Free No.: 18002334422 & Mob. - 9011676767.. Fire Brigade Tel. No.: 101 No Smoking or spark flame or naked f lame within a radius of 3 meters.

    In case screws are used to fix nameplates etc., on the cabinet, all the sharp points should beadequately filed and smoothened.

    Hooks of adequate strength should be provided to facilitate lifting and convenient handling ofthe DRS. Working platforms, if required should be provided in the skids at appropriate locations(and shown clearly in the drawing) to facilitate easy access to all parts of the skid and to avoid

    any operational or maintenance problems.

    E. Cabinet:( For Conventional Type Above Ground DRS only.)

    A protecting cabinet should be provided to cover the DRS and to avert the ingress of water. Itshould be constructed with durable, corrosion resistant and non-inflammable materials andshould have adequate strength so that it should not get damaged / deformed during handling,transportation and installation.

    The cabinet supplied by the vendor should have free ventilation of at least 5% of the surfacearea. It should have front doors that open fully on either sides, and also be lockable from the

  • 8/3/2019 RFQ_DRS[1]

    13/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 13 of 64

    outside by padlocks, and rear doors that are lockable from the inside, which are to be suppliedby the vendor.

    Regulator vents should protrude through the cabinet wall and terminate with flame arrestors.The constructional details of the flame arrestor are also to be provided. Lever handle of outletvalves should protrude through the cabinet wall.

    F. TESTS:

    a) Hydrostatic testing:

    Hydrostatic test should be carried out upto the test pressure as detailed in the specificrequirements. Wherever necessary, regulators, relief valves and similar components that havebeen tested independently should be removed from the line. Blind flanges or double flangepipes should be installed temporarily in their place. All small bore connections and impulselines should be disconnected and suitable plugs or blank flanges should be installed.

    b) Leakage Testing:

    i. Pneumatic testing using air or an inert gas should be undertaken on all installations andshould include all equipment and associated small bore pipe work. Care must be taken todisconnect equipment, which might get damaged at the testing pressure.

    ii. It should be confirmed that all main, by pass and impulse valves within the section undertest are in the open position. Any open ends should be blanked off. The installation shouldbe pressurized slowly up to the recommended test level as detailed in specificrequirements column.

    iii. All joints, flanges and glands on valves and fittings should be tested for leakage with a

    suitable foaming fluid.

    Test Certificates: A record of all hydrostatic testing and pneumatic testing carried out shouldbe prepared for every installation. A material test certificate for all components of DRS shouldbe furnished at the time of inspection by third party / MNGL representative. MNGL reserves theright to witness all the tests.

    G. Spare Parts:

    The spare parts required in the warranty period (18 months from the date of delivery or 12months from the date of commissioning, whichever is earlier) should be supplied free of cost.Also, a separate detailed list in addition to the spare parts mentioned below (with the rates validfor 2 years after the warranty period) for the requirement of spare parts after the warranty

    period should be submitted along with the technical bid. However, MNGL may or may not ordefer the purchase of spare parts.

    List of spare parts:

    a) Regulators: Standard spare kit containing diaphragms springs, O rings and gaskets.b) Slam shut valve: Standard spare kit containing diaphragms, springs, O rings and gaskets.c) Relief valve: Standard spare kit containing diaphragms springs, O rings and gaskets.d) Filter element with gasket.

    H. Special Tools and Equipment:

  • 8/3/2019 RFQ_DRS[1]

    14/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 14 of 64

    Any special tools and equipment required for the installation or routine maintenance of DRS

    should be listed and priced separately.

    I. Documentation required (minimum 3 sets):

    a) Performance specification and test certificate.b) Certificate from DVGW or equivalent.c) Construction drawings, material specifications and technical data sheets (in English

    language only)d) Instructions and recommendations regarding installation, operation, and maintenance

    of all the components of the unit.e) Parts list.f) Material test certificate for all the pipe and fittings material.g) Hydrostatic & pneumatic test certificates.h) Confirmation of weight of the skid

    J. Commissioning:

    The suppliers technical personnel, at no additional cost to MNGL, should carry outcommissioning of the DRS at our site.

    K. Performance and Inspection:

    Adequate data on capacity, rangeability, lock-up, minimum and maximum operating pressuredifferentials, dynamic performance characteristics and predicted noise level emissions, setpoints of slam shut valve, relief valve, active and monitor regulators etc., should be given bythe manufacturer in order to determine the performance of the regulators under variousoperating conditions. Results of such tests carried out by the manufacturer to determine

    operational performance and thereby confirm these design data and Manufacturing TestCertificates (MTC) for all components / parts of DRS, NDT results, Welding ProcedureSpecification (WPS), Welders Performance Qualification Record (WPQR), Welding ProcedureQualification Record (PQR), etc., should be made available prior to offering the complete skidfor witnessing the performance testing by MNGL / Third party Inspection agency appointed byMNGL.

    The final performance test of complete DRS skid shall be carried out in presence of third partyinspecting agency / MNGL representative before accepting the skid and giving clearance fordispatch. Bidder should quote separately towards Third party inspection charges for theinspection to be carried out only by renowned agencies like Lloyds, Baxcouncel, BV, DNV,TUV, EIL or any other agency only with prior approval of MNGL. Inspection is to be carried outas per inspection plan stated below.

    Inspection Plan:a) Review / checking of all documents & test certificates which includes but not limited to, as

    stated in clauses F, K and documents as per clause I.b) Visual inspection of the DRS assembly.c) Witnessing of:

    i. Hydrostatic & pneumatic testing of the DRS assembly, as per parameters given inSpecific requirements (Clause M).

    ii. Performance testing of Regulator: Outlet pressure v/s flow (for various inlet pressures),inlet pressure v/s flow (for various outlet pressures), checking lock up pressure to be

  • 8/3/2019 RFQ_DRS[1]

    15/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 15 of 64

    within limits, Slam shut operation & setting, Regulator and Relief valve operation & itssetting.

    d) Stage-wise inspection to be carried out for inspection of workmanship quality and forinspection of surface preparation and primer coat / intermediate coats to ensure properadhesion / paint quality.

    L. Performance Guarantee:

    18 months from the date of delivery or 12 months from the date of commissioning, whichever isearlier, should be provided.

    M. Specific Requirements

    Sr.

    No.MNGL Requirement MNGL Requirement Party's Offer

    A Regulator (Active) Type I Type II Type I Type I

    ( i) Capacity

    (i) 5000 scmh * flow at 6

    bar (g) inlet pressure and 4

    bar (g) outlet pressure

    (i) 5000 *scmh flow at

    19-14 bar (g) inletpressure and 4 bar (g)

    outlet pressure

    (ii) 15000 scmh flow at 19

    bar (g) inlet pressure and 4

    bar (g) outlet pressure

    (ii) Inlet Pressure Range 19 bar (g) 19 bar (g)

    (iii)Outlet Pressure

    Range

    2 to 4 bar (g) 2 to 4 bar (g)

    BShut Off device

    Pressure Set point

    Excess +20%

    Lack -20%

    Excess +20%

    Lack -20%

    C No. of Stream Twin Stream Twin Stream

    D Stream selector Required ** Required **

    E Test Pressure

    ( i) Hydrostatic Test 28.5 bar (g) 28.5 bar (g)

    (ii)Pneumatic Leakage

    Test20.5 bar (g) 20.5 bar (g)

    F Factory setting 4 bar (g) 4 bar (g)

    * Standard Cubic Metre per Hour (scmh) requirement is at 4000 mbar (g) outlet pressure & 28 deg C.** Automatic switch over from active stream to the hot stand by stream should take place in the event ofshut down of the active stream for any abnormal reason.

  • 8/3/2019 RFQ_DRS[1]

    16/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 16 of 64

    N. Data Sheet

    SR.NO.

    MNGL specification Requirements Vendor'sOffer

    Deviations,if any

    Remarks

    I REGULATOR: (ACTIVE)

    1 MAKE VENDOR TO SPECIFY

    2 TYPE / MODEL VENDOR TO SPECIFY

    3 TYPE PILOT ACTING

    4MAXIMUM OPERATING

    TEMPERATURE45 deg. C

    5MINIMUM OPERATING

    TEMPERATURE10 deg. C

    6 REGULATION ACCURACY+/- 2.5% OF SET OUTLET

    PRESSURE (G) OR BETTER

    7 CONNECTION DETAILS FLANGED ENDS - ANSI 150#

    8MATERIAL OF

    CONSTRUCTION

    a BODY

    STEEL ASTM A216 WCB OR

    SUITABLE FOR

    WITHSTANDING THE

    PRESSURE REQUIREMENTS

    b INTERNALS

    S.S. OR BRASS OR SUITABLE

    MATERIAL FORWITHSTANDING THE

    PRESSURE REQUIREMENTS

    c DIAPHRAGM

    SYNTHETIC RUBBER OR

    SUITABLE MATERIAL FOR

    WITHSTANDING THE

    PRESSURE REQUIREMENTS

    9 STANDARDS

    a REGULATOR EN 334: 2005 (+A1:2009)

    bCOMPONENTS FOR GAS

    SUPPLY

    DIN 30690-1: 2006 / DIN 30690-

    2: 1980 OR EQUIVALENT

    II REGULATOR: (MONITOR)

    1 MAKE VENDOR TO SPECIFY

    2 TYPE / MODEL VENDOR TO SPECIFY

    3 TYPE PILOT ACTING

    4MAXIMUM OPERATING

    TEMPERATURE45 deg. C

    5MINIMUM OPERATING

    TEMPERATURE10 deg. C

  • 8/3/2019 RFQ_DRS[1]

    17/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 17 of 64

    6 REGULATION ACCURACY+/- 2.5% OF SET OUTLET

    PRESSURE (G) OR BETTER

    7 CONNECTION DETAILS FLANGED ENDS - ANSI 150#

    8MATERIAL OF

    CONSTRUCTION

    a BODY

    STEEL ASTM A216 WCB OR

    SUITABLE FOR

    WITHSTANDING THE

    PRESSURE REQUIREMENTS

    b INTERNALS

    S.S. OR BRASS OR SUITABLE

    MATERIAL FOR

    WITHSTANDING THE

    PRESSURE REQUIREMENTS

    c DIAPHRAGM

    SYNTHETIC RUBBER OR

    SUITABLE MATERIAL FORWITHSTANDING THE

    PRESSURE REQUIREMENTS

    9 STANDARDS

    a REGULATOR EN 334: 2005 (+A1:2009)

    bCOMPONENTS FOR GAS

    SUPPLY

    DIN 30690-1: 2006 / DIN 30690-

    2: 1980 OR EQUIVALENT

    IIRELIEF VALVE

    PROTECTION

    AGAINST DOWNSTREAM

    OVER PRESSURE AT LOW

    FLOWS

    1 MAKE VENDOR TO SPECIFY

    2 TYPE / MODEL VENDOR TO SPECIFY

    3 MAX. CAPACITY1 % OF STREAM FAULT

    CAPACITY

    4 STANDARDDIN 33821: 2009 OR

    EQUIVALENT

    III SLAM SHUT VALVE

    1 MAKE VENDOR TO SPECIFY

    2 TYPE/ MODEL VENDOR TO SPECIFY

    3 BODYASTM A216 WCB ORSUITABLE FOR

    WITHSTANDING THE

    PRESSURE REQUIREMENTS

    4 ACCURACY AS PER EN 14382: 2009

    5 CONNECTION FLANGED 150#

    6 STANDARD EN 14382: 2009

    IV INLET / OUTLET VALVE

  • 8/3/2019 RFQ_DRS[1]

    18/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 18 of 64

    1 MAKE VENDOR TO SPECIFY

    2 TYPE/ MODEL VENDOR TO SPECIFY

    3 STANDARD API 6D: 2008

    4 NOMINAL SIZE (INCH / NB) TO BE SPECIFIED BY VENDOR

    5 PRESSURE CLASS ANSI 150#

    6 SERVICE NATURAL GAS

    7 PATTERN FULL BORE

    8 END CONNECTIONS FLANGED, RAISED FACE

    9 VALVE OPERATOR LEVER OPERATED/6 ANDABOVE GEAR OPERATED.

    10MATERIAL SPECIFICATION

    (EQVT. OR SUPERIOR)

    a BODY ASTM A 216 Gr. WCB

    b BALL ASTM A 182 Gr. F6 / F 304

    c STEM ASTM A 182 Gr. F6 / F 304

    d STEM SEAL PTFE

    e STUD BOLTS / NUTSASTM A 193 Gr B7 / ASTM A

    194 Gr 2H

    11 OTHER REQUIREMENTS

    a VALVE TYPE / DESIGN

    BALL VALVE, 1 PIECE

    CONSTRUCTION / BOLTED 2

    PIECE CONSTRUCTION

    b BALL MOUNTING TRUNNION MOUNTED.

    c STEM DESIGN ANTI BLOW OUT TYPE

    d ANTI STATIC DESIGN YES

    e BALL POSITION INDICATOROPEN / CLOSE INDICATOR

    REQUIRED

    f MECHANICAL STOPS FOR OPEN / CLOSE LIMITSREQUIRED

    g FIRE SAFE DESIGN API 6 FA: 2008

    V

    ISOLATION VALVES FOR

    PRESSURE GAUGE &

    OTHER SMALL BORE

    VALVES (LESS THAN 2")

    1 MAKE VENDOR TO SPECIFY

  • 8/3/2019 RFQ_DRS[1]

    19/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 19 of 64

    2 TYPE / MODEL VENDOR TO SPECIFY

    3 STANDARD BS EN ISO 17292: 2004

    4 NOMINAL SIZE (INCH) TO BE SPECIFIED BY VENDOR

    5 PRESSURE CLASS ANSI 800#

    6 SERVICE NATURAL GAS

    7 PATTERN FULL BORE

    8 END CONNECTIONS SOCKET WELDING ENDS

    9 VALVE OPERATOR LEVER OPERATED

    10 MATERIAL SPECIFICATION(EQVT. OR SUPERIOR)

    a BODY ASTM A 105

    b BALL ASTM A 182 Gr. F6 / F 304

    c STEM ASTM A 182 Gr. F6 / F 304

    d STEM SEAL PTFE

    11 OTHER REQUIREMENTS

    a VALVE TYPE / DESIGN

    BALL VALVE, 1 PIECE

    CONSTRUCTION / BOLTED 2

    PIECE CONSTRUCTION

    b STUD BOLTS / NUTS A 193 Gr B7 / A 194 Gr 2H

    c BALL MOUNTINGTRUNNION MOUNTED /

    FLOATING TYPE

    d STEM DESIGN ANTI BLOW OUT TYPE

    e ANTI STATIC DESIGN YES

    f BALL POSITION INDICATIOROPEN / CLOSE INDICATOR

    REQUIRED

    g MECHANICAL STOPSFOR OPEN / CLOSE LIMITS

    REQUIRED

    h FIRE SAFE DESIGN API 607: 2005

    VI PRESSURE GAUGE

    1 MAKE VENDOR TO SPECIFY

    2 MODEL VENDOR TO SPECIFY

    3 STANDARD BS EN 837

  • 8/3/2019 RFQ_DRS[1]

    20/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 20 of 64

    4 TYPE BOURDON

    5 MOUNTING DIRECT

    6 DIAL SIZE 100 MM

    7 WINDOW MATERIAL SHATTER PROOF GLASS.

    8 PRESSURE ELEMENT SS 316

    9 ACCURACY +/- 1 % SCALE RANGE

    10 RANGE

    0 25 BAR (INLET) & 0 6 BAR

    (OUTLET). OTHERS MAY BE

    AS SUITABLE

    VII FILTER

    1 MAKE VENDOR TO SPECIFY

    2 TYPE / MODEL VENDOR TO SPECIFY

    3 TYPE CARTRIDGE

    4 FINENESS 5 MICRONS

    5 EFFICIENCY 99%

    6MAXIMUM WORKING

    PRESSURE19 BAR

    7 CONNECTION DETAILS FLANGED END ANSI 150 #

    8 DESIGN & CONSTRUCTIONAS PER ASME BPV CODE,

    SECTION VIII: 2007

    VIII PIPE WORK & FITTINGS

    1 PIPE WORK API 5L OR ASTM A 106 Gr. B

    2 FITTINGSASTM A 234 GR WPB, ASTM A

    105

    IX PAINTING

    1 SPECIFICATIONBS 4800 CANARY YELLOW

    FINISHX GENERAL CONSTRUCTION

    1 SKID MOUNTEDVERTICAL TYPE INSIDE

    CABINET

    2 NOISE LEVEL AT 1 METRE < 80 dBA

    3 SPARES REQUIREMENTS

    SEPERATE PRICES FOR THE

    SPARES LISTED AT CLAUSE

    'G' TO BE QUOTED

  • 8/3/2019 RFQ_DRS[1]

    21/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 21 of 64

    4 COMMISSIONING

    1) PROCEDURES & SPECIFIC

    INSTRUCTION SHOULD BE

    PROVIDED.2) COMMISSIONING

    ASSISTANCE TO BE

    PROVIDED FREE OF COST

    5RELIEF VALVE VENTS TO

    TERMINATE

    TO TERMINATE WITH FLAME

    ARRESTORS AT LEAST 3

    METRES AWAY FROM

    GROUND LEVEL

    XI DELIVERY PERIOD 06 WEEKS OR BETTER

    XII THIRD PARTY INSPECTION

    SEPERATE RATES SHOULD BE

    QUOTED FOR THIRD PARTY

    INSPECTION AS PER CLAUSE

    'K' OR MNGL CAN DEPLOY

    ITS OWN AGENCY ON ITS

    OWN COST.

    XIII SKID / CABINET SIZEVENDOR TO SPECIFY

    (LENGTH * WIDTH * HEIGHT)

    XIV WEIGHT OF SKID VENDOR TO SPECIFY (KGs)

    O. Technical Bid Evaluation Criteria (TBEC) for Above-Ground Conventional DRS

    1. Bidders offer should comply with all requirements of MNGL Technical Specification. Duly filledand signed data sheet, including specific requirements of DRS and technical specificationshould be enclosed with technical bid as a token of acceptance.

    2. The bidder should have past experience either in supply / fabrication / assembly of similarregulating stations, or should be manufacturers of similar type of regulators (as listed at Sr. No.3 below) used in the DRS, and should have a facility to test the DRS units. Documentaryevidences (in English language only) such as copy of POs of past supply including technicalspecification, Third Party inspection release notes / completion test certificate, one-year troublefree performance certificate, etc., should be furnished along with the technical bid.

    3. Bidder should confirm that they shall supply following major components of DRS from reputedmanufacturers as given below. Any other manufacturer apart from those listed below, shall beconsidered only with prior approval of MNGL. In case of bidders who are not Original ItemsManufacturers (OIM) as listed in table below, shall furnish, a confirmation letter from OIM thattheir product can be marketed through the bidder and they stand guarantee for anymanufacturing defect / non performance found during the operation and guarantee period and

    also furnish a delivery schedule of OIM to the bidder.

    Sr. No. Regulators / Slam Shut Valve / Relief valve Isolation valve

    1 M/s Actaris (Schlumberger) M/s Audco

    2 M/s Fisher M/s Microfinish

    3 M/s Gorter Controls M/s Virgo

    4 M/s Tartarini M/s Automech

    5 M/s Pietro Fiorentini

    6 M/s RMG / Bryan Donkin

    7 M/s Nirmal Industries

    Any other party withAPI 6D monogram

  • 8/3/2019 RFQ_DRS[1]

    22/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 22 of 64

    4. A full-fledged facility for carrying out DRS assembly test should be available with the bidder andbidder should specify the equipments available for the same in the technical bid.

    5. Type and model number of all components of DRS shall be mentioned clearly in the offer,sizing calculation, CV/Kg value for selected regulator and slam shut, filter pressure dropcalculation, performance curve and specific technical catalogue (in English language only) ofthe models offered shall be furnished with the technical bid.

    6. Bidder shall be ISO 9001: 2008 certified and should furnish a copy for the same along with thetechnical bid.

    7. Offers not complying with requirements stated at BEC Clause 1 to 6 are liable for rejection.

    8. MNGL reserves the right to consider the offer of vendor based on its past performance inMNGL.

    Technical Bid Evaluation Criteria (TBEC) for Above-Ground Compact DRS

    1. Bidders offer should comply with all requirements of MNGL Technical Specification. Duly filled andsigned data sheet, including specific requirements of DRS (Single stream/Double Stream) andtechnical specification should be enclosed with technical bid as a token of acceptance.

    2. The bidder should have past experience either in supply / fabrication / assembly of similarregulating stations, or should be manufacturers of similar type of regulators (as listed at Sr. No. 3below) used in the DRS, and should have a facility to test the DRS units. Documentary evidences(in English language only) such as copy of POs of past supply including technical specification,Third Party inspection release notes / completion test certificate, one year trouble free performancecertificate, etc., should be furnished along with the technical bid.

    3. Bidder should confirm that they shall supply following major components of DRS from reputedmanufacturers as given below. Bidder may offer the models of any other manufacturer apart fromthose listed below, provided they furnish the documentary evidence (like copy of appropriateapprovals, proof of past supply of the offered models by the manufacturers to other gas industries,along with inspection certificate or at least one-year satisfactory performance, etc.) along with thetechnical bid. The same shall be considered only with prior approval of MNGL, and acceptance /rejection of the same shall be at the sole discretion of MNGL. In case of bidders who are notOriginal Items Manufacturers (OIM) as listed in table below, shall furnish, a confirmation letter fromOIM that their product can be marketed through the bidder and they stand guarantee for anymanufacturing defect / non performance found during the operation and guarantee period and alsofurnish a delivery schedule of OIM to the bidder.

    Sr. No. Regulators / Slam Shut Valve / Relief valve Isolation valve

    1 M/s Actaris (Schlumberger) M/s Audco2 M/s Fisher M/s Microfinish

    3 M/s Gorter Controls M/s Virgo

    4 M/s Tartarini M/s Automech

    5 M/s Pietro Fiorentini

    6 M/s RMG / Bryan Donkin

    7 M/s Nirmal Industrial Controls

    Any other party withAPI 6D Monogram

    4. A full-fledged facility for carrying out DRS assembly test should be available with the bidder andbidder should specify the equipments available for the same in the technical bid.

  • 8/3/2019 RFQ_DRS[1]

    23/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 23 of 64

    5. Type and model number of all components of DRS shall be mentioned clearly in the offer, sizingcalculation, CV/Kg value for selected regulator and slam shut, filter pressure drop calculation,

    performance curve and specific technical catalogue (in English language only) of the modelsoffered shall be furnished with the technical bid.

    6. Bidder shall be ISO 9001: 2008 certified and should furnish a copy for the same along with thetechnical bid.

    7. Design should be cartridge type. All critical components like slam shut valve, Monitor Regulator,Active Regulator, Creep Relief valve, Filter with DP gauge built as a single unit. Cartridge should behoused in an enclosure suitable for given process parameters. Station should be as compact aspossible. Canopy is not required in case of compact DRS.

    8. Offers not complying with requirements stated at BEC Clause 1 to 7 are liable for rejection.

    9. MNGL reserves the right to consider the offer of vendor based on its past performance in MNGL.

  • 8/3/2019 RFQ_DRS[1]

    24/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 24 of 64

    Figure 1: Process and Instrumentation Diagram (P&ID) of Twin Stream (TS) District

    Regulating Station (DRS) for inlet pressure up to 19 bar (g)

  • 8/3/2019 RFQ_DRS[1]

    25/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 25 of 64

    SECTION - II

    SPECIAL CONDITIONS OF CONTRACT

    1. PRICE ESCALATIONThe contract price shall be deemed to be firm and valid for the entire duration of thecontract till the completion of work and shall not be subject to any adjustment due toincrease in price of materials, utilities or any other input for performance of work andthe contract except for increase/decrease in taxes and duties on account ofsubsequent legislation.

    2. DIVISION OF ORDERMNGL reserves the right to divide the quantity among more than one bidder at its solediscretion.

    MNGL shall do the evaluation on item wise L-1 basis.

    3. QUALITY ASSURANCE / QUALITY CONTROL3.1 The Contractor shall prepare a detailed Quality Assurance Plan for the execution of

    Contract for various facilities, which will be mutually discussed and agreed to.

    3.2 The Contractor shall establish document and maintain an effective quality assurancesystem outlined in recognized code.

    3.3 The Purchaser, while agreeing to a Quality Assurance Plan shall mark the stageswhere they would like to witness the tests; review any or all stages of work at shop /

    site as deemed necessary for quality assurance.

    4. QUANTITY VARIATION:The tendered quantity may vary depending upon the project requirement. MNGLreserves the right to decrease / increase the quantity depending upon its requirement.

    5. DISPATCH INSTRUCTIONS:5.1 Seller shall obtain dispatch clearance from the Purchaser prior to each dispatch.

    5.2 Copy of Inspection Release Certificate, Dispatch Clearance and Statement showingthe name of the Vessel / Trailers description and weight of the material and shippingmarks etc. to be submitted along with the documents.

    6. INSPECTION:Maharashtra Natural Gas Ltd. (MNGL) reserves the right to engage their ownpersonnel and or MNGLs inspection agency. All the charges towards all kinds of testsshall be included in the quoted rates. No additional payment to this effect will be made.The charges towards MNGLs Inspection Agency, if engaged, shall be borne byMNGL.

    7. REJECTION:

  • 8/3/2019 RFQ_DRS[1]

    26/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 26 of 64

    7.1 Any materials / goods covered under scope of supply, which during the process ofinspection by appointed third party, at any stage of manufacture / fabrication and

    subsequent stages, prior to dispatch is found not conforming to the requirements /specifications of the Purchase Requisition / Order, shall be liable for immediaterejection.

    7.2 Supplier shall be responsible and liable for immediate replacement of such materialwith acceptable material at no extra cost or impact on the delivery schedule toEMPLOYER.

    8. TERMS OF PAYMENTS100% payment shall be released within 30 days of receipt of the goods atdestination subject to the acceptance of the goods. Bills shall be accompaniedwith all requisite documents duly certified.

    9. COMPENSATION FOR DELAY (PRICE REDUCTION SCHEDULE / LIQUIDATEDDAMAGES):The supplier agrees that time of supply of Stores / Works shall be of the essence ofthe Contract. If the supplier fails to supply Stores / Works within the respectivescheduled / fixed date for supply, Company may without prejudice to any other right orremedy available to the Company:-

    a. Recover from the supplier as certained and agreed, genuine pre-estimate pricereduction and not by way of penalty, a sum equivalent to % per week or partthereof for each weeks delay, prorated for part thereof beyond the scheduledsupply date each subject to maximum of 5% of Delivery Order value, even

    though the Company may accept delay in supply after the expiry of thescheduled supply date.

    b. Arrange to get supply from elsewhere on account and at the risk of theSupplier, such decision of the company being final and binding on the supplier.

    OR

    c. Terminate the contract or a portion or supply of the supply work thereof,and if so desired, arrange for the supply in default by the supplier to beattained from elsewhere at the risk and cost of the supplier.

    10. PERFORMANCE BANK GUARANTEE / SECURITY DEPOSIT:The bidder shall deposit security deposit @10% of the order value. The successfulbidder shall furnish to MNGL on signing this contract, an unconditional irrevocableLetter of Guarantee for Warranty from any Indian Nationalised Bank / Scheduled Bank(except co-operative Bank) / reputed foreign Bank having office in India acceptable tothe Company for a sum of equivalent to 10% of the total value of this contract as perProforma B. This irrevocable Letter of Guarantee shall be drawn in favor ofMaharashtra Natural Gas Ltd and shall be valid for a period of 15 months from thedate of issue of LOI/PO. The company shall have unqualified option under thisguarantee to invoke the Bank Guarantee for warranty and claim amount there under in

  • 8/3/2019 RFQ_DRS[1]

    27/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 27 of 64

    the event of supplier failing any of the commitments entered into under this contract orin respect of any amount due from the supplier to MNGL.

    In case the supplier fails to furnish the requisite Bank Guarantee as stipulated above,then the Company shall have the option to cancel the contract and forfeit the EMD.

    Alternatively the Bidder can submit Security Deposit / Performance Bank Guaranteefor warranty @10% of the contract value either in the form of Demand Draft or in theform of Bank Guarantee from any Bank except Co-operative Bank.

    The Performance Bank Guarantee has to be submitted within 10 days of receipt ofLOI/PO in case of Indian Bidders and within 30 days of receipt of LOI/PO, in case ofForeign Bidders.

    11. REPEAT ORDERMNGL reserves the right to place a repeat order within six months from the date of FOIupto 50% of the order quantities on same rate, terms and conditions.

    12. DELIVERYThe delivery term shall be FOT MNGL Stores / Site, Pune.

  • 8/3/2019 RFQ_DRS[1]

    28/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 28 of 64

    SECTION IIISCHEDULE OF RATES (SOR)

    PRICE SCHEDULE FOR INDIAN (DOMESTIC) BIDDERS

    PROJECT : CITY GAS DISTRIBUTION FOR PUNE CITYITEM : DISTRICT REGULATING STATION (DRS)

    In Rupees

    ItemNo.

    Description UNIT QTY Unit Price Ex-works includingcost of importedraw material/components &Project Rate ofCustoms Dutythereon, pkg/ fwd,but excluding ED& ST on finishedgoods

    Per UnitTerminalExciseDuty

    PerUnitSalesTax(with'C'FormforCSTonly)

    / VAT

    Per UnitFreightuptoProject Siteby RoadIncludingTransitInsurance

    Per UnitFOT Site(5+6+7+8)

    TotalFOTProjectSite(4 X 9)

    VATSetoamoto madavaito O(to giveeachitem

    (1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (

    1 Conventional type Twin Stream DRS

    1(a) 15000 SCMH flow rate at 19 bar(g) inletpressure and 4 bar(g) outlet pressure &5000 SCMH flow rate at 6 bar(g) inletpressure and 4 bar(g) outlet pressure.

    Inlet &outlet connection: 150 #

    Size of the DRS including canopy shouldnot exceed more than 3.0 Mtr in length

    & 3.0 Mtr in width

    No. 1

    1(b) 5000 SCMH flowrate at 19-14 bar(g) inletpressure and 4 bar(g) outlet pressure.

    Inlet &outlet connection 150#.

    Size of the DRS including canopy shouldnot exceed more than 3.0 Mtr in length &3.0 Mtr in width

    No. 1

    2 Compact typeTwin Stream DRS:5000 SCMH flow rate at 19-14 bar (g)inlet pressure and 4 bar (g) outletpressure.

    Size of the DRS should not exceed 2 Mtrin length X 2Mtr in Width.

    Inlet &outlet connection: 150#.

    Design should be cartridge type. Allcritical components like slam shut valve,Monitor Regulator, Active Regulator,Creep Relief valve, Filter with DP gaugebuilt as a single unit. Cartridge should behoused in an enclosure suitable for givenprocess parameters. Station should be ascompact as possible.

    No. 2

    Total

  • 8/3/2019 RFQ_DRS[1]

    29/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 29 of 64

    Note:1. Evaluation will be done Item wise basis and order will be placed on the lowest bidder(s).

    2. Bidder shall indicate the following rates considered in the prices indicated in the Price Schedule above.Bidder shall note that any error in estimating these taxes & Duties will be to Bidder's Account.

    a. Excise Duty @-------------b. CST @ ------------- without 'C' Formc. CST @ __________with C formd. LST/VAT with concessional form -------e. LST/VAT without concessional form -------

    3. Bidder is advised to quote the rate in above Schedule of Rates only.

    4. Octroi if applicable shall be paid extra.

    SIGNATURE OF BIDDER

  • 8/3/2019 RFQ_DRS[1]

    30/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 30 of 64

    SECTION IV

    DELIVERY SCHEDULE

    SCHEDULE FOR SUPPLY:The bidder should agree to supply the entire order quantity within 6 weeks from the date ofissue of Fax of Intent (FOI).

    DATE OF DELIVERY:The date of receipt of material at MNGL Stores / Site shall be taken as the date of delivery.

  • 8/3/2019 RFQ_DRS[1]

    31/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 31 of 64

    SECTION - VINSTRUCTIONS TO BIDDERS

    Name of work : Supply of District Regulating Stations (DRS)

    A. INTRODUCTION:

    1.0 DEFINITIONS:M/s. MAHARASHTRA NATURAL GAS LTD. (MNGL) (hereinafter referred to asOWNER) invites sealed bids under single stage two bid system from eligiblebidders for fabrication and supply of District Regulating Stations (DRS) (hereinafterreferred to as CONTRACT) for which the Request for this Quotation.

    2.0 SCOPE

    2.1.1 MNGL invites sealed bids, under single stage two envelope system, for the entire workcovered under the bidding documents (hereinafter referred to as the WORK).Completion schedule will be strictly as per Section titled Time Schedule. All bids areto be completed and returned in accordance with these Instructions to Bidders.

    2.1.2 The Bidding Document specifies the Contractors Scope of Work, terms andconditions.

    2.1.3 All terms, conditions and specifications of the bidding document shall be construed asapplicable in general, unless specifically indicated to the contrary.

    2.2 Bidders shall quote in the manner as specified in the Invitation for Bids and the Bidding

    Document. MNGL reserves the right to evaluate and accept bids at their solediscretion. The provisions of this clause shall supersede any contrary provisionsexpressly stated or implied anywhere else in the bidding document.

    3.0 ONE BID PER BIDDEREach bidder shall submit only one bid. A bidder who submits or participates in morethan one bid will be disqualified.

    4.0 ELIGIBLE GOODS & SERVICESOrigin shall be considered to be the place where the Goods are mined, grown orproduced or from which the services are provided. Goods are produced when throughmanufacturing, processing or substantial and major assembling of components, a

    commercially recognized product results, that is , substantially different in basiccharacteristics or in purpose or utility from its components.

    5.0 COST OF BIDDINGThe bidder shall bear all costs associated with the preparation and delivery of its bid,including costs and expenses related to visits to the site and the OWNER will in nocase be responsible or liable for those costs regardless of the outcome of the biddingprocess.

    6.0 SITE VISIT

  • 8/3/2019 RFQ_DRS[1]

    32/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 32 of 64

    6.1 The bidder is advised to visit and examine the site of works and its surroundings andobtain for himself on his own responsibility all information that may be necessary for

    preparing of the bid and entering into the contract. The cost of visiting the site shall beat bidders own expenses.

    6.2 The bidder and any of his personnel or Agents will be granted permission by theOwner to enter upon his premises and lands for the purpose of such inspection, butonly upon the explicit condition that the bidder, his personnel or Agents will releaseand indemnify the owner and his personnel and agents from and against all liability inrespect thereof and will be responsible for personnel injury (whether fatal orotherwise), loss of or damage to property and any other loss, damage, cost andexpenses incurred as a result hereof.

    B. THE BIDDING DOCUMENTS:

    7.0 BIDDING DOCUMENTSThe bidder is expected to examine the Bidding documents, including all instructions,forms, terms, specifications and drawings in the Bidding documents. Failure to furnishall information required by the Bidding documents or submission of a bid notsubstantially responsive to the Bidding documents in every respect will result in therejection of the Bid.

    8.0 CLARIFICATION OF BIDDING DOCUMENTSProspective bidder requiring any further information or clarification(s) of the BiddingDocuments may notify in writing or by fax or e-mail at MNGLs mailing addressindicated in the Invitation for Bids. MNGL will respond in writing to any request for any

    information or clarification of the Bidding documents which it receives not later than thedate indicated in the Invitation for Bids. MNGLs response (including an explanation ofthe query) will be sent in writing or by fax or e-mail to all prospective bidders.

    9.0 AMENDMENT OF BIDDING DOCUMENTS9.1 At any time prior to the bid due date, MNGL may, for any reason, whether at its own

    initiative or in response to a clarification requested by a prospective bidder, modify thebidding documents by amendment.

    9.2 The amendment shall be part of the bidding documents and will be notified in writing orby fax or e-mail to all prospective bidders, at the address, fax numbers, e-mail idprovided by the bidder, who have received the Bidding Documents and shall be

    binding on them. The bidders will be required to acknowledge receipt of any suchamendment to the Bidding documents.

    9.3 In order to afford prospective bidders, reasonable time in which to take the amendmentinto account in preparing their bids, MNGL may, at its discretion, extend the bid duedate.

    10. LANGUAGE OF BID

  • 8/3/2019 RFQ_DRS[1]

    33/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 33 of 64

    10.1 The bid prepared by the bidder and all-correspondence/drawings and documentsrelating to the bid exchanged by bidder and MNGL shall be written in English

    language. Any printed literature furnished by the bidder may be written in anotherlanguage so long as accompanied by an ENGLISH translation duly authenticated bythe chamber of commerce of Bidders country, in which case, for the purpose ofinterpretation of the bid, the ENGLISH translation shall govern.

    C. PREPARATION OF BIDS

    11. BID PRICES11.1.1 Unless states otherwise in the bidding documents, the Contract shall be for the whole

    works based on the Price Schedule submitted by the bidder. The bidder shall fill PriceSchedule (enclosed) in the Bidding Document indicating unit prices, total cost per item,total bid amount as follows:

    a) Goods from outside Indiab) Goods from Indiac) Services

    11.1.2 Prices indicated in the Price Schedule shall be entered in the following manneralongwith other relevant information:

    I. Domestic Biddera) The Prices of Goods shall be quoted FOT, Pune including all customs duties and sales

    and other similar taxes. The taxes like Excise duty, VAT, CST, State Sales Tax,Turnover Tax, octroi duty and any other taxes should be mentioned separately. Thebidder shall give the detailed break up of their rates as indicated in the Schedule of

    Rates and the owner reserves the right to place the order on ex-works basis as well.

    11.2 All duties, taxes including Works Contract Tax and other levies, payable by theContractor under the Contract, or for any other cause, shall be included in the quotedprices.

    11.3 Prices quoted by the bidder, shall remain firm and fixed and valid until completion ofthe Contract performance and will not be subject to variation on any account except forstatutory variation in taxes and duties.

    12.0 CURRENCIES OF BID AND PAYMENTPrices should be quoted in the following currencies:

    a) Domestic bidder may submit bid in Indian currency onlyb) Currency once quoted will not be allowed to be changed.

    13.0 DOCUMENTS ESTABLISHING ELIGIBILITY OF THE BIDDER AND THE GOODSAND SERVICES:The bidder shall furnish, as part of its bid, certification establishing that the origin of theGoods and Services is from an eligible source country and that the bidder is from aneligible source country.

    14.0 BID SECURITY

  • 8/3/2019 RFQ_DRS[1]

    34/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 34 of 64

    14.1 Bidder shall furnish, as part of its bid, a Bid Security for an amount as indicated in theInvitation for Bids. The bids not accompanied with Bid Security or Bid Security not as

    per proforma given in the Bidding document shall be considered as non-responsiveand such Bids shall be rejected.

    14.2 The Bid Security shall be valid for Sixty (60) days beyond the validity of the Bid andshall be in the form of Bank Guarantee / Demand Draft from any Nationalised /Scheduled Bank (except Co-operative Bank) in India or any International Bank ofrepute being a bank in India as per proforma at Annexure V.

    14.3 Any bid without bid security as above may be rejected by the owner as non-responsive.

    14.4 An unsuccessful bidders bid security will be discharged or returned, as promptly as

    possible upon award of contract. The successful bidders bid security will bedischarged or returned upon the bidders entering into the Contract and furnishing ofthe Performance Bank Guarantee (PBG).

    14.5 The bid security may be forfeited:a) if a bidder withdraws its bid during the period of bid validity specified by the bidder

    on the bid formORb) in case of a successful bidder, if the bidder fails, within the specified period to sign

    the Contract or to furnish the performance Bank Guarantee (PBG)

    15.0 PERIOD OF VALIDITY OF BIDS

    15.1 Bids shall remain valid for 4 (Four) Months after the deadline for bid submission.A bid valid for a shorter period may be rejected as non-responsive.

    15.2 Notwithstanding the above, the Owner may solicit the bidders consent to an extensionof the period of bid validity. The request and the responses thereto shall be made inwriting. If the bidder agrees to the extension request, the validity of the bid securityshall also be suitably extended. A bidder may refuse the request without forfeiting itsbid security. A bidder accepting the request shall not be permitted to modify its bid andchange the price.

    16.0 FORMAT AND SIGNING OF BID16.1 The original bid form together with the Appendix and accompanying documents,

    clearly markes Original, plus (one) copy, must be received by the Owner by the date,time and place specified. In the event of any discrepancy between the original and thecopies, original shall govern.

    16.2 The original and all copies of the bid shall be typed or written in indelible ink and shallbe signed by the bidder or a person or persons duly authorized to sign on behalf of thebidder. Such authorization shall be indicated by written power of attorneyaccompanying the bid. All pages of the bid except for unamended printed literature,shall be initialed by the person or persons signing the bid. The name and position heldby each person signing must be typed or printed below the Signature.

  • 8/3/2019 RFQ_DRS[1]

    35/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 35 of 64

    16.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to

    correct errors made by the bidder, in which case such corrections shall be initialed bythe person or persons signing the bid.

    D. SUBMISSION OF BIDS

    17.0 PROCEDURE FOR SUBMISSION OF BIDS17.1 A complete set of Bidding Document shall be issued to the Bidders. Bidding document

    shall be submitted duly signed and stamped along with their bid. Addenda / Corrigendato bidding document, if issued, must be signed and submitted along with the biddocument.

    17.2 Bidders are advised to submit quotations strictly on the terms and conditions and

    specifications contained in the bid documents and not stipulate any deviations. Shouldit, however, become unavoidable, deviations should be stipulated only in theprescribed proforma. Owner reserves the right to evaluate quotations containingdeviations having financial implications after adding the cost for such deviations asdetermined by owner.

    17.3 Bid shall be submitted in the following manner in separately sealed envelopes dulysuper scribed as below:Part 1 : Techno-Commercial / Unpriced BidPart - 2 : Priced Bid

    17.4 Part 1 shall contain one original and one copy of Techno-Commercial offer alongwith

    all details and blank copy of Price Schedule marked with word quotedwherever price figure appears.

    17.5 Part 2 shall be submitted in separate sealed envelope duly signed and stamped oneach page super scribing on the sealed envelope Price Do Not Open. In case ofany correction, the bidder shall put his signature and his stamp. Any correction of anytype in Price Schedule is not permissible.

    Part 2 shall contain one original and one copy of Price Schedule duly filled in and itshall not contain any condition whatsoever. Any condition given in this part shall not beconsidered and shall render the offer liable for rejection.

    18.0 SEALING AND MARKING OF BIDS18.1 The bidder shall seal the original and each copy of the bid in an inner and outerenvelope, duly marking the envelopes Original and Copy. The inner and outerenvelopes shall be sent at the following address:

    Asst. Manager (C&P)Maharashtra Natural Gas Ltd.,Plot No. 27, 1st Floor,Narveer Tanajiwadi PMPML Bus Depot Commercial Building,Shivajinagar, Pune 411005

  • 8/3/2019 RFQ_DRS[1]

    36/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 36 of 64

    and

    bear the name of Works (the Project Name), the Bidding Document No. and thewords DO NOT OPEN BEFORE (date and time of opening of bids as indicated inInvitation for bids)

    18.2 In addition to above, the outer envelope shall indicate the name and address of thebidder to enable the bid to be returned unopened in case it is declared Late.

    19. DEADLINE FOR SUBMISSION OF BIDS

    19.1 The original Bid, together with required copies must be received by MNGL at theaddress specified in the Invitation for Bids (IFB) not later than the date and time

    stipulated in the IFB.

    19.2 MNGL may, in exceptional circumstances and at its discretion, on giving reasonablenotice by fax or any written communication to all prospective bidders who have beenissued the bid documents, extend the deadline for submission of bids, in which case allrights and obligations of MNGL and the bidders, previously subject to the originaldeadline will thereafter be subject to the deadline as extended.

    20.0 ALL PAGES TO BE INITIALLEDAll signatures in bids shall be dated, as well as, all the pages of bids shall bestamped & initialed at the lower right hand corner by the bidder or by a person holdingpower of attorney authorizing him to sign on behalf of the tenderer before submission

    of tender.

    21.0 PRICES TO BE IN FIGURES AND WORDS21.1 The bidder shall fill the Prices both in figures as well as in words in the Schedule of

    Rates Format forming part of the Bidding Documents, in such a way that interpolationis not possible. The tendered amount for the work shall be entered in the Schedule ofRates Format and duly signed by the bidder. The bidder shall sign on all pagesalongwith the seal.

    21.2 When there is a difference between the prices in figures and words, the amount whichcorresponds to in words shall prevail.

    22.0 CORRECTIONS AND ERASURESAll corrections and alterations in the entries of the bid papers shall be signed in full bythe bidder with date. No erasures or over-writings are permissible.

    23.0 LATE BIDSAny bid received by the Owner after the deadline for submission of bids will bedeclared Late and rejected and returned unopened to the bidder.

    24.0 MODIFICATION AND WITHDRAWAL OF BIDS

  • 8/3/2019 RFQ_DRS[1]

    37/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 37 of 64

    24.1 The bidder may modify or withdraw its bid after the bids submission, provided thatwritten notice of the modification or withdrawal is received by the Owner prior to the

    deadline prescribed for submission of bids.

    24.2 The bidders modification or withdrawal notice shall be prepared, sealed, marked anddispatched in accordance with the provisions of procedure for submission of bids. Awithdrawal notice may also be sent by Fax but must be followed by Post confirmationcopy.

    24.3 No bid may be withdrawn in the interval between the deadline for submission of bidsand the expiration of the period of bid validity.

    E. BID OPENING AND EVALUATION

    25.0 OPENING OF BIDS BY OWNER25.1 The Owner will open Unpriced Bids, at date and time as per Request for Offer. As it is

    a limited tender presence of bidders or their representatives is not required.

    25.2 The Bidders name, modifications and bid withdrawals and the presence or absence ofthe requisite Bid Security and such other details as the Owner at its discretion, mayconsider appropriate.

    26.0 CLARIFICATION OF BIDSTo assist in the examination, evaluation and comparison of bids, the Owner may, at itsdiscretion, ask the bidder for a clarification of its bid. All responses to request forclarification shall be in writing and no change in the price or substance of the bid shall

    be permitted to the bidder.

    27.0 TECHNO-COMMERCIAL EXAMINATION OF BIDS27.1 Owner will examine the bids to determine whether they are complete, whether required

    securities have been furnished, whether the documents have been properly signedand whether the bids are generally in order.

    The bids without requisite Bid Security and / or not in the prescribed proforma will notbe considered and bids of such bidders shall be rejected.

    27.2 BID QUALIFICATION CRITERIAThe Bidders Eligibility and System Proven ness Criteria has been defined in Letter

    Inviting Tender. Bids submitted by Bidders who do not submit the documentsestablishing bidders eligibility and system provenness or who do not satisfy thebidders qualification criteria may not be considered for evaluation, without any noticeto them. The decision of Owner in this regard shall be final and binding.

    27.3 BID EVALUATION CRITERIA27.3.1 Prior to detailed bid evaluation, the Owner will determine the substantial

    responsiveness of each bid to the documents. A substantially responsive bid is onewhich conforms to the terms, conditions and specification of the bidding. Documentsand Bid Qualification Criteria without material deviation. A material deviation is one

  • 8/3/2019 RFQ_DRS[1]

    38/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 38 of 64

    which affects in any substantial way the scope, quality or performance of the works orwhich limits in any substantial way, inconsistent with the bidding documents, the

    Owners Rights or the bidders obligations under the Contract and the rectification ofwhich deviation or reservation would affect unfairly the competitive position of otherbidders presenting substantially responsive bids. Further examination of only such bidsmay be taken up and techno-commercial clarifications, if considered necessary, shallbe sought from such bidders to determine techno-commercial acceptability of bids.

    27.3.2 The provisions of following clauses of the bidding document must be adhered to,failing which the bid shall be considered non-responsive and shall be rejected:

    a) Bid Securityb) Bid Validity periodc) Force Majeure

    d) Price Reduction (PRS / LD)e) Resolution of disputes (Arbitration)f) Contract performance Bank Guaranteeg) Warranty and Guarantee of Goodsh) Offer not submitted for complete scope of worki) Firm prices

    j) Payment termsk) Offer with completion schedule longer than time schedule stipulated in bid

    documentl) Prices not quoted as per Schedule of Rates

    27.3.3 Bids conforming to Technical Specifications / requirements as mentioned in the

    Bidding Document shall only be short listed.

    27.3.4 Time schedule for completionTime schedule for completion is given in Bidding Document. Bidders conforming to thecompletion schedule or earlier completion schedule shall only be considered.

    28.0 OPENING OF PRICE BIDSThe price bids of the technically and commercially acceptable Bidders will be openedby the owner. The Price Bids of those offers determined to be technically andcommercially non responsive will be returned unopened.

    29.0 EVALUATION AND COMPARISON OF PRICES

    29.1 EVALUATIONThe Owner will evaluate and compare the bids previously determined to besubstantially responsive. In evaluating bids, the Owner will determine for each bid theevaluated bid price by adjusting the bid price as follows:

    a) Arithmetical errors will be rectified on the following basis. If there is discrepancybetween the unit rate and the total cost that is obtained by multiplying the unit rateand quantity, the unit rate shall prevail and the total cost will be corrected. If thereis a discrepancy between the total bid amount and the sum of total costs, the sumof the total costs shall prevail and the total bid amount will be corrected.

  • 8/3/2019 RFQ_DRS[1]

    39/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 39 of 64

    b) The amount quoted in various currencies will be converted to a single currency.c) Deviations from terms and conditions of the bid document stipulated by the bidder

    if found acceptable, shall be evaluated and loaded to the quoted price.

    29.2 COMPARISON OF PRICES29.2.1 Bidder shall submit their prices as follows:

    The prices quoted by Bidders for the scope of work defined in the tender documentswill include customs duty plus CVD and any additional duty, if any, excise duty, salestax etc. as applicable which shall be indicated separately. The VAT applicable shall beclearly mentioned.

    The total site price quoted shall be compared net-off VAT setoff, to be madeavailable to the Purchaser/ owner by the successful bidder for which value areto be provided in the offer.

    29.3 A detailed break up of the price quoted shall be indicated in the SOR.

    30.0 CONTACTING THE OWNERNo bidder shall contact the Owner on any matter relating to its bid from the time of bidopening to the time, the contract is awarded, unless requested to in writing. Any effortby a bidder to influence the Owner in the Owners decisions in respect of bidevaluation or Contract award will result in the rejection of that Bidders bid.

    31.0 OWNERS RESERVES THE RIGHT TO ACCEPT ANY BID AND TO REJECT ANYOR ALL BIDS AND SPLIT THE CONTRACT BETWEEN TWO OR MORE BIDDER.FURTHER THE OWNER RESERVES THE RIGHT FOR NOT PLACING THE ORDER

    ON THE L1 BIDDER.

    32.1 The Owner reserves the right to accept or reject any bid and to annul the biddingprocess and reject all bids at any time prior to award of Contract, without therebyincurring any liability to the affected bidder or bidders or any obligation to inform theaffected bidder or bidders of the grounds for the Owners action.

    32.2 Owner reserves the right to split the contract among the bidders without assigning anyreason and NOT ONLY ON THE L1 BIDDER.

    F. AWARD OF CONTRACT

    33.0 POST QUALIFICATION AND AWARD33.1 The Owner will determine to its satisfaction whether the bidder selected as havingsubmitted the responsive bid is qualified to perform satisfactorily the Contract.

    33.2 The determination will take into account the bidders financial and technicalcapabilities.

    33.3 The Owner will award the Contract/s to the successful bidder/s.

  • 8/3/2019 RFQ_DRS[1]

    40/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 40 of 64

    34.0 NOTIFICATION OF AWARD (FAX OF INTENT)The Owner will notify the successful bidder in writing by a fax confirmed in writing by

    post, that their bid has been accepted. The Fax of Intent will constitute the formation ofa Contract until the detailed order has been signed.

    35.0 OWNERS RIGHT TO VARY QUANTITY AT THE TIME OF AWARDOwner reserve the right to increase or decrease the quantity of material specified inthe scope at the time of award without allowing any change in the unit price and otherterms and conditions quoted.

    36.0 SINGLE POINT RESPONSIBILITIESThe bidder shall submit bid on single point sole / prime bidder responsibility basis.Order shall be placed on the bidder alone who will have single point responsibility forall contractual purposes and shall be overall responsible for complete execution of the

    contract as per scope, terms and conditions defined in the tender document.

    The status of all other vendor(s)/ collaborator(s), (if any), referred / identified by thebidder in their offer shall be that of bidders sub-vendor / supplier/ sub-contractor.

    37.0 ZERO DEVAITIONThe bidder to note that this is a Zero Deviation Bidding / Tender Document. TheOwner will appreciate submission of offer based on the terms and conditions inthe enclosed General Conditions of Contract, Special Conditions of Contract,Instructions to Bidders, Technical Specification etc. to avoid delays in decisionmaking in seeking clarifications on Technical / Commercial aspects of the offer.Bidders may note that no technical and commercial clarifications will be sought after

    the receipt of the bid. Bids with any deviation to the bid document may be liable forrejection.

    38.0 WAIVER OF TRANSFER OF THE AGREEMENTThe successful bidder shall not waive the agreement or transfer it to third parties,whether in part or in whole, nor waive any interest that is included in the agreementwithout the prior written permission of the Owner.

  • 8/3/2019 RFQ_DRS[1]

    41/64

    MAHARASHTRA

    NATURAL GAS LIMITED

    TENDER FOR PROCUREMENT OFDRS FOR CITY GAS DISTRIBUTION NETWORK

    OF MNGL, PUNE

    Bid No.: MNGL/C&P/2010-11/48

    MNGL/C&P/2010-11/48 Page 41 of 64

    SECTION VIGENERAL CONDITIONS OF CONTRACT

    1. The following documents should be submitted when delivering the material toConsignee i.e.M/s. Maharashtra Natural Gas Ltd.C/o. Central Warehousing Corporation,Survey No.163, Near VRL Godown,Fursungi, Pune-412308Tel. No.(020) 26982182

    a. Original challanb. Original Invoicec. Test certificates as per the specification

    d. Packing list in original

    A duplicate copy of the invoice should be submitted to Asst. Manager (C&P) at MainOffice.

    2. INTERPRETATION OF CONTRACT DOCUMENTS2.1 Notwithstanding the sub-divisions of the contract documents into separate sections

    and volumes every part of each shall be deemed to be supplementary to andcomplementary of every other part and shall be read with and into the CONTRACT sofar as it may be practicable to do so.

    2.2 Where any portion of the General Conditions of Contract is repugnant to or at variance

    with any provisions of the Special Conditions of Contract then, unless a differentintention appears the provisions of the Special Conditions of Contract shall be deemedto over ride the provisions of the General Conditions of Contract and shall to the extentof such repugnancy, or variations, prevail.

    3.0 TIME FOR PERFORMANCE3.1 The effective date of CONTRACT shall be the date of Notification of Award (Fax of

    Intent). The completion period specified in the Bid Document shall be reckoned fromthe date of Fax of Intent / Letter of Intent.

    4.0 DELAYS BY OWNER OR HIS AUTHORISED AGENTS4.1 In case the Contractors performance is delayed due to any act or omission directly

    attributable to OWNER or his authorized agents, then the CONTRACTOR shall begiven due extension of time for the completion of the WORK, to the extent suchomission on the part of the OWNER has caused delay in the CONTRACTORsperformance of his WORK against written request by Contractor and after Ownersverification.

    4.2 No adjustment in CONTRACT PRICE shall be allowed for reasons of such delays andextensions granted, except when contractor is requested by OWNER to maintain theagreed time schedule of completion by engaging additional CONTRACTORs

  • 8/3/2