You are on page 1of 326

M/s GAIL (INDIA) LIMITED

(A Govt. Of India Undertaking)


(A Maharatna Company)
PATA PETROCHEMICAL PLANT,
PATA, DIST. AURAIYA (U. P.)-206241 INDIA

(OPEN INTERNATIONAL COMPETITIVE BIDDING)

GAIL/PATA/73294/8000013185/SK[ E-TENDER : 8000013185]

For

SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV


SURVEILLANCE SYSTEM AT GAIL PATA

Contact details:

 Mr. Sandeep Kumar, Mgr. (C&P)


Phone # +91-5683-230396
E-mail: sandeep.sharma@gail.co.in

 Mr. P.M. Shaj Kumar, DGM(C&P)


Phone # +91-5683230382
Email: sk08536@gail.co.in
--------------------------------------------------------------------------------------------------------------------------------------

TENDER CONTENTS

Sl. No. Description : Remarks

1 Section-I : INVITATION FOR BID (IFB), NIT (Notice Inviting


Tender) & CUT-OUT SLIPS
2 Section-II : BID EVALAUTION CRITERIA
[BIDDERS ELIGIBILITY CRITERIA, EVALUATION
& AWARD METHODOLOGY]
3 Section-III : INSTRUCTION TO BIDDERS (ITB) ALONG WITH
ANNEXURES AND FORMS & FORMAT

ANNEXURE-I -Procedure for action in case corrupt/


fraudulent/ collusive/coercive practices

ANNEXURE-II- Procedure for evaluation of


performance of vendors/ suppliers/ contractors/
consultants

ANNEXURE–III- Addendum to instructions to bidders


for participation in e-tender

ANNEXURE-IV-Bidding data sheet(BDS)

ANNEXURE-V- PACKING, MARKING, SHIPPING


AND DOCUMENTATION SPECIFICATIONS FOR
INDIGENOUS MATERIALS/ IMPORTED MATERIALS

ANNEXURE-VI-PURCHASE PREFERENCE (LINKED


WITH LOCAL CONTENT) (PP-LC)

FORMS & FORMAT (F-1 to F-24B)

4 Section-IV : GENERAL CONDITION OF CONTRACT (GCC)

5 Section-V : SPECIAL CONDITION OF CONTRACT (SCC) &


SHIPPING INSTRUCTIONS

6 Section-VI : SCOPE OF WORK (SOW) / SUPPLY & TECHNICAL


SPECIFICATION / DRAWINGS ETC

7 Section-VII : PREAMBLE / EXPLANATION TO SCHEDULE OF


RATES (SOR)

-2-
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-I

INVITATION FOR BID (IFB),


NOTICE INVITING TENDER (NIT) &
CUT-OUT SLIPS

-3-
--------------------------------------------------------------------------------------------------------------------------------------

NOTE

Traders/Dealers/Distributors/Stockiest/
Wholesaler are not entitled for MSE
Benefits under Public Procurement
Policy’2012.
Further, bidder is required to refer clause
no. 40 of Instruction to Bidders (ITB) for
details regarding documents to be
submitted along with the
certification/attestation to be carried out
to avail MSE benefits under Public
Procurement Policy’2012.

IN THE INSTANT TENDER, THE BIDDER SHOULD


BE THE MANUFACTURER OF OFFERED CCTV
CAMERAS & ASSOCIATED VIDEO MANAGEMENT
SOFTWARE TO QUALIFY FOR MSE BENEFITS

-4-
--------------------------------------------------------------------------------------------------------------------------------------

"INVITATION FOR BID (IFB)”

Ref No. GAIL/PATA/20073294/8000013185/SK [E-TENDER: 8000013185] DTD 28.05.2018

To,

The Bidders,

SUB: TENDER FOR SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV


SURVEILLANCE SYSTEM FOR GAIL PATA.

Dear Sir/Madam,

M/s GAIL (I) Ltd, Pata Petrochemical Complex, Pata, Auraiya UP-206241 a unit of GAIL (India)
Limited (CIN L40200DL1984GOI018976), the largest state-owned natural gas processing and
distribution company headquartered in New Delhi, India and the youngest Maharatna, invites e-bids
from eligible bidders for the subject job/works under single stage two bid system , in complete
accordance with the following details and enclosed tender documents. The brief details of the tender
are as under:

SL. DESCRIPTION : REMARKS


No.

(i) TENDER NO. & DATE : GAIL/PATA/20073294/8000013185/SK


[E-TENDER: 8000013185] dtd. 26.05.2018
(ii) TENDER DESCRIPTION : SUPPLY, INSTALLATION AND
COMMISSIONING OF CCTV
SURVEILLANCE SYSTEM AT GAIL
PATA
(iii) TENDER TYPE : This is an E-Tender& offer/e-bids are
required to be uploaded at GAIL’s E-
Tender website
( https://etender.gail.co.in/irj/portal )
(iv) TYPE OF BIDDING SYSTEM : Single Stage Two Bid System and
offers/e-bids are required to be uploaded
at GAIL’s E-Tender website at
https://etender.gail.co.in/irj/portal) Un-
priced/Technical and Priced Bid
Separately
(v) AVAILABILITY OF BIDDING : W.e.f 28.05.2018 onwards at website
DOCUMENT ON FOLLOWING https://etender.gail.co.in/irj/portal
GAIL’S/GOVERNMENT http://www.gailonline.com
WEBSITE FOR DOWNLOADING http://www.gailtenders.in
http://tenders.gov.in/

-5-
--------------------------------------------------------------------------------------------------------------------------------------

(vi) BID SECURITY/EARNEST : Domestic Bidders – Rs 15,00,000/- (Rupees


MONEY DEPOSIT (EMD) Fifteen Lakhs only)
(Refer clause no.16 of ITB)
Foreign Bidders - USD 22,000/- (US Dollar
Twenty Two Thousand only) or equivalent
INR.
(vii) : Sl No. Description Remarks
(a) Pre-bid 06.06.2018 at 1500
Meeting date Hrs. IST
& time
(b) Venue of Pre-
Admin Bldg.
Bid MeetingPolymer Bhawan
GAIL(I) Ltd Pata
DATE, TIME & VENUE OF PRE- Petrochemical
BID MEETING Complex –Pata
Auraiya –UP-
206241
(c ) Format for Refer Format-
raising F-18 attached at
queries Forms & Format
including pre- enclosed at ITB
bid meeting Section –III of bid
queries if any document
(viii) ELIGIBLE BIDDERS : Refer ITB Clause no.2 for bidders eligibility
(REFER ITB CLAUSE NO.02) for bidding against the tender in detail

(ix) BEC CRITERIA AND BID : Refer Section-II of enclosed bid document
EVALUATION & AWARD
METHODOLOGY INCLUDING
MSES BIDDER’S
(x) : 29.06.2018 upto 15:00 Hrs.IST
DUE DATE & TIME OF BID-
SUBMISSION [Bidders are requested to upload their e-bid
at GAIL’s E-Tender website as given below:
(https://etender.gail.co.in/irj/portal) ]

(xi) DATE AND TIME OF UN-PRICED : 29.06.2018 at 16:30 Hrs. IST


BID OPENING

(xii ) VALIDITY OF OFFER : The offer should remain valid for not less
than 3 months from the bid opening date

(xiii) DELIVERY SCHEDULE, : Refer Special Condition of Contract


DELIVERY PERIOD & Section-V of bid document
CONTRACT PERIOD

-6-
--------------------------------------------------------------------------------------------------------------------------------------

(xiv) CONTACT DETAILS FOR : Mr. Sandeep Kumar , MGR(C&P) /


CLARIFICATION/ Mr. P.M. Shaj Kumar, DGM (C&P) /
Phone # +91-5683-230396/ 230382
PRE-BID MEETING QUERIES Email: sk08536@gail.co.in
IF ANY / sandeep.sharma@gail.co.in

(xv) GAIL PAN NO. : AAACG1209J

(xvi) GST no. : 09AAACG1209J3ZS

Note:
(a) For manual tender : In case of the days for Pre-Bid Meeting, Bid Submission& Un-
Priced Bid Opening date specified above happens to be a holiday in GAIL, the next
working day shall be implied.

(b) For e- tender : In case of the days for Pre-Bid Meeting& Un-Priced Bid Opening date
specified above happens to be a holiday in GAIL, the next working day shall be
implied. However, Bid Submission date will remain unchanged if not
intimated/extended.

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB depending upon Type
of Tender as mentioned at Clause no. 2.0 (iii) of IFB. The IFB is an integral and inseparable
part of the bidding document.

4.0 In case of e-tendering, the following documents in addition to uploading in the bid on GAIL’s
e-tendering website shall also be submitted in Original (in physical form) within 7 (seven) days
from the bid due date provided the scanned copies of the same have been uploaded in E-Tender
by the bidder along with e-bid within the due date and time to the address mentioned in Bid
Data Sheet(BDS):-

i) EMD/Bid Security in Original


ii) Power of Attorney
iii) Integrity Pact in Original

5.0 In case of Manual Bids, bids complete in all respect should reach at the address specified in Bid
Data Sheet on or before the due date & time. Bids received after the due date and time is liable
to be rejected.

6.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents and
not to stipulate any deviations/exceptions.

7.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against this
tender, may download the complete bidding document along with its amendment(s) if any
from GAIL's website (http://gailtenders.in or http://tenders.gov.in) and submit their Bid
complete in all respect as per terms & conditions of Tender Document on or before the due
date of bid submission.

8.0 Offer(s) received from bidders to whom tender/information regarding tender has been issued
as well as offers received from the bidder(s) by downloading tender document from GAIL’s
web site shall be taken into consideration for evaluation & award provided that the bidders
are found responsive.
-7-
--------------------------------------------------------------------------------------------------------------------------------------

9.0 Clarification(s)/Corrigendum(s) if any shall also be available on above referred websites.


Any revision, clarification, addendum, corrigendum, time extension, etc. to this Tender
Document will be hosted on the above mentioned website(s) only. Bidders are requested to
visit the website regularly to keep themselves updated.

10.0 All the bidders including those who are not willing to submit their bid are required to submit
F-11 (Acknowledgement cum Consent letter) duly filled within 7 days from receipt of tender
information.

11.0 SAP generated RFQ (if any) shall also form an integral part of the Tender Document.

12.0 GAIL reserves the right to reject any or all the bids received at its discretion without assigning
any reason whatsoever.
This is not an Order.

For & on behalf of


GAIL (India) Limited

(P.M. Shaj Kumar)


DGM (C&P)

-8-
--------------------------------------------------------------------------------------------------------------------------------------

NOTICE INVITING TENDER


(OPEN INTERNATIONAL COMPETETIVE BIDDING)
GAIL (India) Limited, Pata invites bids from eligible bidders as detailed below:

Sl. E-tender Item Bid Pre Bid Bid due date and
No. No. Document Meeting on time
available
from

1 8000013185 Supply, installation and


commissioning of CCTV 29.06.2018
28.05.2018 06.06.2018
Surveillance System at 1500 HRS
GAIL PATA

For further details, please visit website https://etender.gail.co.in, http://www.gailtenders.in &


http://eprocure.gov.in or contact Sh. Sandeep K Sharma, Manager (C&P) / Sh. P.M. Shaj
Kumar, DGM (C&P) @ Phone : 05683-230396/230382 e-mail: sandeep.sharma@gail.co.in
/ sk08536@gail.co.in. Addendum/ Corrigendum/ Clarification, if any, will be hosted on the
above websites only.

-9-
--------------------------------------------------------------------------------------------------------------------------------------

CUT – OUT SLIP

DO NOT OPEN

(FOR TENDER FEE (if applicable) , ORIGINAL EMD, POWER OF ATTORNEY &
INTEGRITY PACT ONLY )

TENDER DESCRIPTION : GAIL/PA17/72354/8000013185/SK


[E-TENDER: 8000013185] FOR

SUPPLY, INSTALLATION AND COMMISSIONING OF CCTV SURVEILLANCE


SYSTEM AT GAIL PATA

DUE DATE & TIME : __.__.2018 upto 15:00 Hrs IST

FROM: TO:

M/s DGM (C&P)


Admin Bldg Polymer Bhawan
GAIL (INDIA) LIMITED
Pata Petrochemical Complex , Pata, Auraiya
(U.P.) – 206241 India

(TO BE PASTED ON THE ENVELOPE CONTAINING TENDER FEE, EMD,


POWER OF ATTORNEY & INTEGRITY PACT ONLY)

- 10 -
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION CRITERIA


[BIDDERS ELIGIBILITY CRITERIA ,
EVALUATION & AWARD METHODOLOGY

- 11 -
--------------------------------------------------------------------------------------------------------------------------------------

BIDDER’S ELIGIBILITY CRITERIA, EVALUATION & AWARD


METHODOLOGY
1.0 TECHNICAL CRITERIA

1.1 Bidder shall be the Manufacturer of the offered CCTV Cameras & Associated Video
Management Software or an Authorized Business Partner / System Integrator /
Authorised Dealer of Manufacturer of the offered CCTV Cameras & associated
Video Management Software or an Indian Subsidiary of Foreign Manufacturer of
offered CCTV Cameras & associated Video Management Software.

1.2 Bidder must have successfully completed at job (in a single work order) with turnkey
responsibility covering Supply, Installation, Testing and Commissioning of minimum
one CCTV system of value not less than Rs. 413.00 Lakhs (US$ 6,29,500.00 or
equivalent) with deployment of minimum 90 numbers of IP based CCTV Cameras
during the last Seven (7) years period, to be reckoned from the due date of submission
of bid.

Bidders to note that a job executed by a bidder for its own plant/project cannot be
considered as experience for the purpose of meeting requirement of BEC of the tender.
However, jobs executed for subsidiary / fellow subsidiary / holding company will be
considered as experience for the purpose of meeting BEC subject to submission of tax paid
invoice (s) duly certified by statutory auditor of the bidder) towards payment of statutory
tax in support of the job executed for subsidiary/ fellow subsidiary/ holding company. Such
bidders to submit these documents in addition to the documents specified in the bidding
documents to meet BEC.

2.0 FINANCIAL CRITERIA

2.1 The annual turnover of the bidder should be at least Rs. 413.00 Lakhs
(or US$ 6,29,500.00 or equivalent in any other currency) in any one of the preceding
three financial years.

2.2 The net worth of the bidder should be positive as per last audited financial statement.

2.3 The bidder should have minimum working capital of at least Rs 82.60 lakhs
(or US$ 1,25,900.00 or equivalent in any other currency) as per the last audited
financial statement.

Note:

(i) If the bidder’s working capital is negative or inadequate, the bidder shall
submit a letter from their bank having net worth not less than Rs.100 crores
(or equivalent in USD), confirming the availability of line of credit for Rs
82.60 Lakhs (or US$ 1,25,900.00 or equivalent in any other currency).

The line of credit letter from bank to be submitted strictly as per format
provided in tender document.

- 12 -
--------------------------------------------------------------------------------------------------------------------------------------

(ii) Annual Turnover: In case the tenders having the due date for submission of
bid up to 30th September of the relevant financial year, and audited financial
results of the immediate 3 preceding financial years are not available, the
bidder has an option to submit the audited financial results of the 3 years
immediately prior to that. Wherever the closing date of the bid is after 30th
Sept. of the relevant financial year, bidder has to compulsorily submit the
audited financial results for the immediate 3 preceding financial years.
However, in case bidder is meeting the Annual Turnover criteria of BEC
based on Audited Financial Statement of any one of the preceding 3 financial
years, the same shall suffice.

(iii) Net Worth/Working Capital: In case the tenders having the due date for
submission of bid up to 30th September of the relevant financial year, and
audited financial results of the immediate preceding financial year is not
available, in such case the audited financial results of the year immediately
prior to that year will be considered as last financial year for Net worth/
Working Capital calculation. Wherever the closing date of the bid is after 30th
Sept. of the relevant financial year, Bidder has to compulsorily submit the
audited financial results for the immediate preceding financial year.

3.0 DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC &


AUTHENTICATION OF DOCUMENT(S) IN SUPPORT OF BID
EVALUATION CRITERIA (BEC) :

3.1 FOR TECHNICAL CRITERIA 1.1:

a) In case the bidder is a manufacturer, a copy of certificate of manufacturing license or


Certificate from Government authority/agency showing that the bidder is the
manufacturer of the offered CCTV Cameras & associated Video Management
Software, should be submitted along with the bid. Further, bidder is also required to
submit a Self-Certification on bidder’s letterhead confirming that they are the
manufacturer of the offered products.
b) In case, bidder is a Authorized Business Partner/System Integrator/Authorized Dealer
then the bidder has to submit Authorization Certificate from Manufacturer along with
the proof of their principal being manufacturer of offered CCTV Cameras & associated
Video Management Software. Further, bidder has to submit a letter from the
manufacturer addressed to GAIL and having reference to this tender number for
confirming uninterrupted support and supply of spares for a period of ten years, after
the initial warranty period of two years.

OR

For Indian Subsidiary:

i) Bidder to submit documentary proof evidencing that they are subsidiary of


foreign manufacturer of offered CCTV Cameras and Video Management
Software.

ii) Bidder to submit documentary proof of Parent company being manufacturer of


offered CCTV Cameras & Video Management Software.

- 13 -
--------------------------------------------------------------------------------------------------------------------------------------

iii)Bidder has to submit a letter from the manufacturer addressed to GAIL and
having reference to this tender number for confirming uninterrupted support
and supply of spares for a period of ten years, after the initial warranty period
of two years.

3.2 FOR TECHNICAL CRITERIA 1.2:

i. Copy of detailed Work/Purchase Order including Schedule of Rates (SOR)


issued by their end user/client to the bidder.

ii. The Completion certificate / client certificate issued by end user in respect of
Work/Purchase order mentioned above. The Completion Certificate / Client
Certificate must clearly indicate the following:

a. Full Address of Client issuing certificate.


b. One Copy of Work Order with detailed Schedule of Rates should also be
furnished
c. Reference to relevant work order,
d. Actual value of executed work, and
e. Stipulated date of start and date of actual completion.
f. A certificate from the client stating that the work has been completed
satisfactorily.

3.3 FOR FINANCIAL CRITERIA 2.1, 2.2 & 2.3:

Bidder must submit copies of Audited Annual Balance Sheet and Profit & Loss
account for the relevant year as per tender provision and details of financial
capabilities in the prescribed format in the tender. In case bidder is having their
Subsidiaries/ Joint Venture/ Associate Company then they have the option to submit
their Consolidated Audited Annual Balance Sheet and Profit & Loss account for the
relevant year, which will be considered for financial BEC.

4.0 AUTHENTICATION OF DOCUMENTS:

4.1 FOR TECHNICAL BEC:

All document(s) in support of Technical Criteria of Bid Evaluation Criteria (BEC) to be


furnished by the Bidder shall necessarily be certified / attested as under:

For Indian Bidders: Duly certified/attested by Chartered Engineer and Notary


Public with legible stamp.

For Foreign Bidders:

Duly certified/ attested by Chartered Engineer Licensed Professional Engineer/EurEta


Registered Engineer/ Eur/Ing or Equivalent Registered Engineer of bidder’s country
with legible stamp.

- 14 -
--------------------------------------------------------------------------------------------------------------------------------------

Further, supporting document pertaining to technical BEC should also be certified true
copies, duly signed, dated and stamped by an official, authorized for this purpose in
Indian Embassy/ High Commission in bidder’s country. However, member countries of
Hague Convention 1961, supporting document pertaining to technical BEC Apostille
affixed by Competent Authorities designated by the government of bidder’s country
shall also be acceptable.

4.2 FOR FINANCIAL BEC:

All document(s) in support of Financial Criteria of Bid Evaluation Criteria (BEC) to


be furnished by the Bidder shall necessarily be certified / attested as under:

Indian Bidder:

The bidder shall submit “Details of Financial Capability of Bidder” in prescribed


format duly signed and stamped by Chartered accountant.
Further, copy of audited annual financial statements submitted in bid shall be duly
certified /attested by notary public with legible stamp.
Foreign Bidder:
Shall submit Details of financial capability of bidder in prescribed format duly signed
and stamped by a Chartered Accountant or equivalent.

Further, copy of audited annual financial statements submitted in bid shall be certified
true copies, duly signed, dated and stamped by an official, authorized for this purpose
in Indian Embassy/ High Commission in bidder’s country. However, member
countries of Hague Convention 1961, supporting document pertaining to financial
BEC Apostille affixed by competent authorities designated by the government of
bidder’s country shall also be acceptable.

5.0 RELAXATION OF PRIOR TURNOVER AND PRIOR EXPERIENCE


FOR STARTPUS (AS DEFINED IN GAZETTE NOTIFICATION NO.
D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF
COMMERCE AND INDUSTRY)

Prior turnover and prior experience as mentioned above in financial and technical
criteria of BEC shall not be required for all Startups [whether Micro & Small
Enterprises (MSEs) or otherwise] subject to their meeting the quality and technical
specifications specified in tender document.

For availing the relaxation, bidder is required to submit requisite certificate towards
Startup enterprise registration issued by Department of Industrial Policy and
Promotion, Ministry of Commerce and the certificate should be certified by the
Chartered Accountant (not being an employee or a Director or not having any interest
in the bidder’s company/firm) and notary public with legible stamp.

- 15 -
--------------------------------------------------------------------------------------------------------------------------------------

4.0 BID EVALUATION & AWARD METHODOLOGY:

Evaluation shall be done on overall L-1 basis after considering input credit to be
availed by GAIL (wherever applicable).

The “Evaluated price” for the purpose of comparison of prices shall be as under:

4.1 Where only Domestic bids are under comparison:

a. Ex-works price quoted by the bidder (including packing, forwarding, but


excluding Inland Transportation to Delivery Location).
b. (+) Inland transportation upto Delivery location and other costs incidental to
delivery of goods
c. Charges for incidental services like Erection, Installation & Commissioning,
Training to the Purchasers’ personnel etc. and GST (CGST & SGST/UTGST
or IGST) on these services
d. (+) GST (CGST & SGST/UTGST or IGST) on the finished goods including
inland transportation (i.e. on sl. no. a ,b & c above)
e. (+) Other loading, if any, as specified in Tender Document
f. (-)Tax Input credit of GST

4.2 Where only Foreign Bids are under comparison:


a. CFR Nhavasheva price quoted by bidder including Marine freight (from Port
of exit to Port of entry i.e. Nhavasheva/Mumbai) [Both FOB & CFR prices to
be indicated by the bidder separately in the price schedule].
b. Charges for incidental services like Erection, Installation & Commissioning,
Training to the Purchasers’ personnel etc. and GST (CGST & SGST/UTGST
or IGST) on these services.

c. (+)Other loading, if any, as specified in Tender Document

4.3 Where Indian/Domestic as well as Foreign Bids are under comparison:

Indian/Domestic Bidders:

a. Ex-works price quoted by the bidder (including packing, forwarding, but


excluding Inland Transportation to Delivery Location).
b. Charges for incidental services like Erection, Installation & Commissioning,
Training to the Purchasers’ personnel etc. and GST (CGST & SGST/UTGST
or IGST) on these services
c. (+) GST (CGST & SGST/UTGST or IGST) on the finished goods including
inland transportation (i.e. on sl. no. a & b above)
d. (+) Other loading, if any, as specified in Tender Document
b. (-)Tax Input credit of GST

Foreign Bidders:

a. CFR Nhavasheva price quoted by bidder including Marine freight (from Port
of exit to Port of entry i.e. Nhavasheva/Mumbai) [Both FOB & CFR prices to
be indicated by the bidder separately in the price schedule].
b. (+) Marine Insurance @ 1% of FOB price.
c. (+) Landing charges @1% of CIF Nhavasheva/Mumbai price
- 16 -
--------------------------------------------------------------------------------------------------------------------------------------

d. (+) As on the unpriced bid due date, prevailing rate of Basic Customs duty and
cess on (CIF Value + Landing charges).
e. (+) Applicable IGST [currently @18% ]
f. (+) Any other additional taxes/duties/levies (mentioned by bidder).
g. (+) Charges for incidental services like Erection, Installation &
Commissioning, Training to the Purchasers’ personnel etc. and GST (CGST
& SGST/UTGST or IGST) on these services
h. (+)Other loading, if any, as specified in Tender Document
i. (-)Tax Input credit of IGST.

Note:
(i) In case the bidder is covered under Composition Scheme under GST
laws, then bidder should quote the price inclusive of the GST (CGST
& SGST/UTGST or IGST). Further, such bidder should mention
“Cover under composition system” in column for GST (CGST &
SGST/UTGST or IGST) of price schedule.
(ii) In case any unregistered bidder is submitting their bid, their prices will
be loaded with applicable GST (CGST & SGST/UTGST or IGST)
during evaluation of bid. Where GAIL is entitled for input credit of
GST (CGST & SGST/UTGST or IGST), the same will be considered
for evaluation of bid as per evaluation methodology of tender
document.
(iii) In case any cess on GST is applicable, same shall also be considered in
evaluation.
(iv) Taxes and duties as prevailing as on final date of submission of
Technical (Un-priced bids) shall be considered for purpose of
evaluation.
ADDITIONAL NOTE:
1. The Input Tax Credit is available for material installed in PATA Plant only.
2. Amount quoted for Buy back items in the SOR shall be considered
(reduced) for evaluation.

5.0 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS:

Note: For conversion of currency into INR please refer clause 31 of ITB.

Evaluation of bids where bidder, inadvertently or otherwise, submits ‘Price bid’ with
un-priced bid:

As this tender is being invited under two-bid system, bidders are advised not to disclose
prices or upload price bid in the un-priced bid. However, in the event, bidder,
inadvertently or otherwise, submits ‘Price bid’ with un-priced bid, then such bids will be
evaluated as under (provided bid is otherwise found techno-commercially acceptable) –

Case 1: If no price bid is found uploaded under “Schedule of Rates”, then the price bid
uploaded with un-priced bid shall be considered for evaluation.

Case 2: If price bid is found uploaded under “Schedule of Rates” and the rates quoted
therein matches with the rates as per the price bid uploaded with un-priced bid, then the

- 17 -
--------------------------------------------------------------------------------------------------------------------------------------

bid shall be considered for evaluation based on the price bid uploaded in priced/un-priced
bid.

Case 3: If price bid is found uploaded under “Schedule of Rates” but the rates quoted
therein does not match with the rates as per the price bid uploaded with un-priced bid,
then lowest shall be considered for evaluation and thereafter award.

6.0 PURCHASE PREFERENCES:


Purchase Preference to Central Government Public Sector Undertaking (PSU) shall be
allowed as per Government Instructions in vogue.

a) PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

The following provisions for Micro and Small Enterprises are set forth:

i) Issue of tender document to MSEs free of cost.


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

The quoted prices against various items shall remain valid in case of splitting
of quantities of the items above.

In case tendered item is non-splitable or non- dividable (specified in Bid Data


Sheet) , MSE quoting price within price band L1 ( other than MSE) + 15% ,
may be awarded for full/ complete supply of total tendered value subject to
matching of L1 price.

The MSEs owned by SC/ST entrepreneurs shall mean:-

(i) In case of proprietary MSE, Proprietor(s) shall be SC/ST.


(ii) In case of partnership MSE, the SC/ST partners shall be holding
atleast 51% share in the unit
(iii) In case of private Limited Companies, at least 51%share is held by
SC/ST. If the MSE is owned by SC/ST entrepreneurs,the bidder shall
furnish appropriate documentary evidence in this regard.

In case bidder is a Micro or Small Enterprise under the Micro, Small and Medium
Enterprises Development Act, 2006, the bidder shall submit the following :

a) Documentary evidence that the bidder is a Micro or Small Enterprises


registered with District Industries Centers or Khadi and Village Industries
National Small Industries Corporation or Directorate of Handicrafts and

- 18 -
--------------------------------------------------------------------------------------------------------------------------------------

Handloom or any other body specified by Ministry of Micro, Small and


Medium Enterprises.
b) If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.

The above documents submitted by the bidder shall be duly certified by the
Chartered Accountant (not being an employee or a Director or not having any
interest in the bidder’s company/firm) and notary public with legible stamp. If
the bidder does not provide the above confirmation or appropriate document or
any evidence, then it will be presumed that they do not qualify for any
preference admissible in the Public Procurement Policy (PPP), 2012.

If against an order placed by GAIL, successful bidder(s) (other than Micro/Small


Enterprise) is procuring material/services from their sub-vendor who is a Micro or
Small Enterprise registered with District Industries Centers or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises with
prior consent in writing of the purchasing authority/Engineer-in-charge, the details
like Name, Registration No., Address, Contact No. details of material & value of
procurement made, etc. of such Enterprises shall be furnished by the successful bidder
at the time of submission of invoice/Bill.

Note: Taxes and duties as prevailing as on final date of submission of Technical (Un-
priced bids) shall be considered for the purpose of evaluation.

b) PURCHASE PREFERENCE (LINKED WITH LOCAL CONTENT) (PP-LC)

“Govt. of India has introduced Policy to Provide Purchase Preference (linked with
local content) (PP-LC), according to which eligible (techno-commercially qualified)
Local Content (LC) manufacturers shall be granted a purchase preference of 10%,
where the quoted price is within 10% of the lowest price, other things being equal,
purchase preference shall be granted to the eligible (techno commercially qualified)
LC manufacturers concerned, at the lowest valid price bid. In such process, 50% of
the procured quantity would be awarded to the lowest techno-commercially qualified
LC manufacturer, subject to matching with L1. The remaining will be awarded to L1
(i. e. Non Local Content (NLC) manufacturer/ supplier not meeting the prescribed LC
criteria).

For compliance to the above PP-LC policy, the above mentioned Distribution
Methodology is not applicable if any eligible (techno-commercially qualified) Local
Content (LC) manufacturer is not L-1 bidder and the evaluated price of the eligible
(techno-commercially qualified) LC manufacturer is within 10% of the lowest price
(L1 price), in such scenario provisions of Policy to Provide Purchase Preference
(linked with local content) (PP-LC) will be applicable. In any case maximum number
of suppliers shall be limited to two.

The detailed Policy to Provide Purchase Preference (linked with local content) (PP-
LC) is available on website of MoP&NG also attached Annexure-VI to Instructions to
Bidders (ITB) of tender document.”

- 19 -
--------------------------------------------------------------------------------------------------------------------------------------

*****

- 20 -
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-III

INSTRUCTION TO BIDDERS

- 21 -
--------------------------------------------------------------------------------------------------------------------------------------

SECTION-III

INSTRUCTION TO BIDDERS

INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BID FROM CONSORTIUM / JOINT VENTURE
4. ONE BID PER BIDDER
5. COST OF BIDDING
6. SITE-VISIT

[B] TENDER DOCUMENT:


7. CONTENTS OF TENDER DOCUMENT
8. CLARIFICATION OF TENDER DOCUMENT
9. AMENDMENT OF TENDER DOCUMENT

[C] PREPARATION OF BID:


10. LANGUAGE OF BID
11. DOCUMENTS COMPRISING THE BID
12. BID PRICES
13 TAXES & DUTIES
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSIT (EMD)
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. MODE OF PAYMENT

[D] SUBMISSION OF BIDS:


21. SUBMISSION, SEALING AND MARKING OF BID
22. DEADLINE FOR SUBMISSION OF BID
23. LATE BID
24. MODIFICATION AND WITHDRAWAL OF BID

[E] BID OPENING AND EVALUATION:


25. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT
ANY OR ALL BIDS
26. BID OPENING
27. CONFIDENTIALITY
28. CONTACTING THE PURCHASER
29. EXAMINATION OF BIDS AND DETERMINATION OF
RESPONSIVENESS
30. CORRECTION OF ERRORS
31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF
BIDS
32. EVALUATION AND COMPARISON OF BIDS
33. QUANTITY VARIATION
34. PURCHASE PREFERENCE
- 22 -
--------------------------------------------------------------------------------------------------------------------------------------

[F] AWARD OF CONTRACT:


35. AWARD
36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]
37. DISPATCH SCHEDULE
38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
39. PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT
/COLLUSIVE/COERCIVE PRACTICES
40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISE
41. PACKING, MARKING & SHIPPING INSTRUCTIONS
42. VENDOR PERFORMANCE EVALUATION
43. MENTIONING OF PAN NO. IN INVOICE/BILL
44. SETTLEMENT OF COMMERCIAL DISPUTES BETWEEN PUBLIC
SECTOR ENTERPRISE(S) INTER-SE AND PUBLIC SECTOR
ENTERPRISE(S) AND GOVERNMENT DEPARTMENT (S)
THROUGH PERMANENT MACHINERY OF ARBITRATION
(PMA) IN THE DEPARTMENT OF PUBLIC ENTERPRISES
45. DISPUTE RESOLUTION
46. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL
MEANS.
47. REPEAT ORDER
48. PERMANENT ESTABLISHMENT CLAUSE (APPLICABLE FOR
FOREIGN BIDDER ONLY)
49. PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT
50. QUARTERLY CLOSURE OF THE CONTRACT
51. PROVISION FOR STARTUPS

[G] ANNEXURES:
1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
2. ANNEXURE-II: PROCEDURE FOR EVALUATION OF PERFORMANCE OF
VENDORS/SUPPLIERS/CONTRACTORS/ CONSULTANTS
3. ANNEXURE-III: ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTION FOR PARTICIPATION IN E-TENDER)
4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)
5. ANNEXURE-V: PACKING, MARKING, SHIPPING AND
DOCUMENTATION SPECIFICATIONS FOR INDIGENOUS MATERIALS/
IMPORTED MATERIALS
6. ANNEXURE-VI: POLICY FOR PURCHASE PREFERENCE LINKED WITH
LOCAL CONTENT (PP-LC)

- 23 -
--------------------------------------------------------------------------------------------------------------------------------------

INSTRUCTIONS TO BIDDERS [ITB]

[A] – GENERAL
1 SCOPE OF BID

1.1 The Purchaser as defined in the "General Conditions of Contract-Goods [GCC-


Goods]", wishes to receive bids as described in this invitation to offer (the “Tender
Document /Bid Document”) issued by the Purchaser. Purchaser/Owner occurring
herein under shall be considered synonymous.

1.2 SCOPE OF BID: The scope of Supply shall be as defined in the Tender Document.

1.3 The successful Bidder (the “Supplier/Seller”) shall complete delivery of Goods
alongwith its incidental Services (if any) as per Specification, Scope of Supply/Job
within the period stated in Special Conditions of Contract.

1.4 Throughout the Tender Documents, the terms 'Bid', 'Tender' & ‘Offer’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day'
means 'Calendar Day' and 'Singular' also means 'Plural'. The definitions of
Capitalized word(s) used herein, shall be as per definitions provided in GCC-Goods.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Purchaser for Corrupt/
Fraudulent/ Collusive/ Coercive practices, as defined in ITB, Clause No. 39” (Action in
case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).

2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon etc. only due to “poor performance” or “corrupt and
fraudulent practices”) or banned/blacklisted by Government department/ Public Sector
on Bid Due Date. Further, neither bidder nor their allied agency/(ies) (as defined in the
Annexure-I, Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive
Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.

If the Tender Document is/was issued inadvertently to such Bidder/ downloaded from
website by such Bidder, then Bid submitted by such Bidder shall not be considered
for opening/ evaluation/ award and in case of Manual Tendering, such Bid will be
returned immediately to the Bidder.

In case there is any change in status of the declaration prior to award of Contract (the
‘Contract / Purchase Order’), the same has to be promptly informed to GAIL by
the Bidder.

It shall be the sole responsibility of the bidder to inform GAIL in case the bidder is
put on ‘Holiday’ by GAIL or Public Sector Project Management Consultant (like
EIL, Mecon only due to “poor performance” or “corrupt and fraudulent practices”) or
banned/blacklisted by Government department/ Public Sector on due date of
submission of bid and during the course of finalization of the tender. Concealment of
the facts shall tantamount to misrepresentation of facts and shall lead to action against
such Bidders as per Clause No. 39 of ITB.

- 24 -
--------------------------------------------------------------------------------------------------------------------------------------

2.3 Bidder shall not be affiliated with a firm or entity:

(i) that has provided consulting services related to the work to the Purchaser
during the preparatory stages of the work or of the project of which this Tender
Document forms a part of or
(ii) that has been hired (proposed to be hired) by the Purchaser as an Engineer/
Consultant for the Contract.

2.4 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a
Project (except feasibility report) nor its affiliates shall be allowed to participate in the
tendering process in same project.

2.5 Pursuant to qualification criteria set forth in the Tender Document, the Bidder shall
furnish all necessary supporting documentary evidence to establish Bidder’s claim of
meeting qualification criteria.

2.6 Power of Attorney:

- For Single Bidder:

In case of a Single Bidder, Power of Attorney issued by the Board of


Directors/ Chairman/CEO / MD / Company Secretary of the Bidder/all
partners in case of Partnership firm/any person authorized in terms of Deed of
LLP/Proprietor in favour of the authorised person(s) of the Bidder, in respect
of the particular tender for signing the Bid and all subsequent
communications, agreements, documents etc. pertaining to the tender and to
act and take any and all decision on behalf of the Bidder, is to be submitted.

- For Consortium / Joint Venture:

In case of a Consortium/JV, Power of Attorney issued by Board of Directors/


Chairman/CEO / MD / Company Secretary of the Consortium Leader as well
as Consortium Member(s) of the Consortium/ partners of JV, in favour of the
authorised person(s) of the Consortium Leader/Lead member of JV, for
signing the documents on behalf of the Bidder, in respect of this particular
tender, to sign the Bid and all subsequent communications, agreements,
documents etc. pertaining to the tender and act and take any and all decision
on behalf of the Consortium/JV, are to be submitted.

The authorized persons(s) of the Bidder shall be signing the Bid and any consequence
resulting due to such signing shall be binding on the Bidder.

3 BID FROM "CONSORTIUM"/"JOINT VENTURE


(FOR APPLICABILITY OF THIS CLAUSE REFER BIDDING DATA
SHEET(BDS))

3.1 Bids from Consortium/ JV of two or more members (maximum 3 nos. including
Leader) are acceptable provided that they fulfill the qualification criteria and
requirements stated in the Tender Documents. Participating Consortium/ JV shall
submit the Agreement as per the format F-17 clearly defining the scope and
responsibility of each member. Members of Consortium/ JV shall assume
responsibility jointly & severally. The Earnest Money Deposit / Bid Security shall be
- 25 -
--------------------------------------------------------------------------------------------------------------------------------------

submitted by the Bidder (Consortium/ JV). In case of award, payment shall be made
to the Consortium/JV.

3.2 The Consortium/ JV Agreement must clearly define the Consortium Leader/ Lead
Partner of JV, who shall be responsible on behalf of the Consortium/JV during the
period of evaluation of the bid as well as during the execution of Contract for timely
completion of supply and shall receive/ send instructions for and on behalf of the
Consortium/JV.

3.3 The Bidder shall submit Power of Attorney as per Clause No. 2.7 of ITB in PART–I
of the Bid.

3.4 A Consortium/ JV once established at the time of submitting the Bid shall not be
allowed to be altered with respect to constituting members of the Consortium/ JV or
their respective roles/ scope of supply/work, except with prior written approval of
GAIL. If during the evaluation of bids, a Consortium /JV proposes any alteration/
changes in the orientation of Consortium/JV or replacements or inclusions or
exclusions of any partner(s)/ member(s) which had originally submitted the bid, bid
from such Bidder shall be liable for rejection.

3.5 Any member of the Consortium/ JV shall not be eligible either in an individual
capacity or be a part of any other Consortium/JV to participate in this tender. Further,
no member of the Consortium/ JV shall be put on ‘Holiday’ by GAIL or Public
Sector Project Management Consultant (like EIL, Mecon only due to “poor
performance” or “corrupt and fraudulent practices”) or banned/ blacklisted by
Government department/ Public Sector on due date of submission of bid. Offer
submitted by such Consortium/ JV shall not be considered for opening/
evaluation/Award.

4 ONE BID PER BIDDER

4.1 A Bidder shall submit only 'one [01] Bid' against this Tender Document. A Bidder
who submits or participates in more than 'one [01] Bid', will cause all the Bids in
which the Bidder has participated to be disqualified.

4.2 Alternative Bids shall not be considered.

5 COST OF BIDDING

The Bidder shall bear all costs associated with the preparation and submission of the
Bid including but not limited to Documentation Charges, Bank charges, all courier
charges, translation charges, document authentication charges, site visit charges and
any associated charges including taxes & duties thereon. Further, GAIL will in no
case, be responsible or liable for these costs, regardless of the outcome of the bidding
process.

6 SITE VISIT

6.1 The Bidder is advised to visit and examine the site and its surroundings and obtain for
itself on its own responsibility all information that may be necessary for preparing the
Bid and entering into a Contract for the required supply/job.

- 26 -
--------------------------------------------------------------------------------------------------------------------------------------

6.2 The Bidder or any of its personnel or agents shall be granted permission by the
Purchaser to enter upon its site, premises and land for the purpose of such visits, but
only upon the express conditions that the Bidder, its personnel and agents will release
and indemnify the Purchaser and its personnel, agents from and against all liabilities
in respect thereof, and will be responsible for death or injury, loss or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of
inspection.

6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-compliance
due to lack of any kind of pre-requisite information as it is the sole responsibility of
the Bidder to obtain all the necessary information with regard to site, surrounding,
working conditions, weather etc. on its own before submission of the Bid.

[B] – TENDER DOCUMENT

7 CONTENTS OF TENDER DOCUMENT

7.1 The contents of Tender Document are those stated below, and should be read in
conjunction with any 'Addendum / Corrigendum and Clarification(s) ' issued in
accordance with the Clause No. 8 & 9 of ITB, ":

 Section-I :
Invitation for Bid [IFB]
 Section-II :
Bid Evaluation Criteria [BEC] & Evaluation Methodology
 Section-III :
Instructions to Bidders [ITB]
Annexure
Forms & Format
 Section-IV : General Conditions of Contract – Goods [GCC]
 Section-V : Special Purchase Conditions/ Special Conditions of Contract [SCC]
 Section-VI : Technical Specifications , Drawing (wherever applicable) and
scope for incidental Services (wherever applicable)
 Section-VII : Price Schedule/ Schedule of Rates

7.2 The Bidder is expected to examine all instructions, forms, terms & conditions of the
Tender Document. The Tender Document together with all its attachments thereto,
shall be considered to be read, understood and accepted by the Bidders. Failure to
furnish all information required by the Tender Document or submission of a Bid not
substantially responsive to the Tender Document in every respect will be at Bidder's
risk and may result in the rejection of his Bid.

8 CLARIFICATION OF TENDER DOCUMENT

8.1 A prospective Bidder requiring any clarification(s) on the terms & conditions of the
Tender Document may notify GAIL in writing or by fax or email in the format “F-
18” at GAIL's mailing address indicated in the IFB/BDS no later than 02 (two) days
prior to pre-bid meeting (in cases where pre-bid meeting is scheduled) or 05 (five)
days prior to the Bid Due Date in cases where pre-bid meeting is not held. GAIL
reserves the right to ignore the bidders request for clarification if received after the
aforesaid period. GAIL may respond in writing to the request for clarification.
GAIL's response including an explanation to the query, but without identifying the
source of the query will be uploaded on Websites as mentioned at Clause No. 2.0 (H)
of IFB/ communicated to prospective bidders by e-mail/ fax.

- 27 -
--------------------------------------------------------------------------------------------------------------------------------------

8.2 Any clarification or information required by the Bidder but same not received by the
Purchaser as per instructions at clause 8.1 above is liable to be considered as "no
clarification / information required".

9 AMENDMENT OF TENDER DOCUMENT

9.1 At any time prior to the 'Due Date & Time of Bid Submission', Purchaser may, for
any reason, whether at its own initiative or in response to a clarification requested by
a prospective Bidder(s), modify the Tender Document by addenda/ corrigendum.

9.2 Any addendum/ corrigendum thus issued shall be integral part of the Tender
Document and shall be hosted on the websites as provided at Clause No. 2.0 (G) of
IFB /communicated to prospective bidders by e-mail/ fax. Bidders have to take into
account all such addendum/ corrigendum before submitting their Bid.

9.3 The Purchaser, if consider necessary, may extend the date of submissions of Bid in
order to allow the Bidders a reasonable time to furnish their most competitive bid
taking into account the addenda/ corrigendum issued thereof.

[C] – PREPARATION OF BID

10 LANGUAGE OF BID:

10.1 The bid prepared by the Bidder and all correspondence, drawing(s), document(s),
certificate(s) etc. relating to the Bid exchanged by Bidder and GAIL shall be written
in English language only. In case a document, certificate, printed literature etc.
furnished by the Bidder is in a language other than English, the same should be
accompanied by an English translation duly authenticated by the Chamber of
Commerce of Bidders Country, in which case, for the purpose of interpretation of the
Bid, the English translation shall govern.

10.2 In the event of submission of any document/certificate by the Bidder in a language


other than English, the English translation of the same duly authenticated by Chamber
of Commerce of Bidder’s country shall be submitted by the Bidder.

11. DOCUMENTS COMPRISING THE BID

11.1 In case the bids are invited under Two Bid System, the Bid prepared by the Bidder
shall comprise of the following components:

11.1.1 PART-I: "TECHNO-COMMERCIAL / UN-PRICED BID"

Part-I of the Bid shall contain the following:

(a) 'Covering Letter' on Bidder's 'Letter head' clearly specifying the enclosed
contents.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) 'Bid Form', as per 'Form F-2'
(d) Copies of documents required as per 'Form F-3' and as mentioned elsewhere
in the Tender Document
(e) Copy of Price Schedule/ Schedule of Rate (SOR) with prices blanked out but
mentioning “Quoted” / “Not Quoted” (as applicable) written against each
- 28 -
--------------------------------------------------------------------------------------------------------------------------------------

item, in support of having submitted prices in the Priced Bid /SOR strictly in
the format provided in the Tender Document.
(f) 'Letter of Authority’ on the Letter Head, as per 'Form F-5'
(g) 'No Deviation Confirmation', as per 'Form F-6'
(h) ‘Declaration regarding Holiday /Banning in 'Form F-7'
(i) 'Certificate for Non-Involvement of Government of India' from Bidder, as per
'Form F-8'
(j) 'Agreed Terms and Conditions', as per 'Form F-10'
(k) Duly certified / attested documents in accordance with the "Bid Evaluation
Criteria [BEC]", Section II of Tender Document.
(l) Undertaking on the Letter Head of Bidder, as per the Form F-12.
(m) Power of Attorney /copy of Board Resolution, in favour of the authorized
signatory of the Bid, as per clause no.2.7 of ITB.
(n) EMD in original (in case of manual tendering) / copy of EMD (in case of e-
Tender), as per Clause 16 of ITB
(o) Integrity Pact as per Form F-20 (if applicable)
(p) Proforma for details of Indian Agents as per Form F-21 if
Agent/Consultant/Retainer/ Associate is involved
(q) All other forms and Formats including Annexures.
(r) Undertaking as per Form-1 by MSE bidders and Bidders seeking preference
under Policy for purchase preference linked with Local Content (PP-LC), if
applicable.
(s) Undertaking as per Form-2 and Certification from statutory auditor as per
Form-3 by bidders seeking preference under PP-LC, if applicable. In case a
bidder is quoting on behalf of a manufacturer, in addition to Form -2 (and
Form-3, the bidder is required to submit Form -4 and Form-5 to be signed by
the manufacturer and the statutory auditor of that manufacturer respectively.
(t) List of consortium/ JV member (s), if any, and Consortium Agreement (as per
format) as per clause no. 3 of ITB or as specified elsewhere in the Tender
Document.
(u) Tender Document, its Corrigendum/Amendment/Clarification(s) duly signed on
each page (in case of manual tendering)/ digitally signed (in case of e-Tender)
by the Authorized Signatory holding POA.
(v) Additional document specified in BDS, SCC, Scope of Supply or mentioned
elsewhere in the Tender Document, its Corrigendum/ Amendment/
Clarification(s).
(w) Any other information/details required as per Tender Document

Note: In case of manual tendering, all the pages of the Bid must be signed by the
"Authorized Signatory" as mentioned in POA submitted.

11.1.2 PART-II: Price Bid

Part-II of the Bid shall contain Price Bid only. The Prices are to be submitted strictly in
the Price Schedule/ Schedule of Rate (SOR) format of the Tender Document. GAIL
shall not be responsible for any failure on the part of the bidder to follow the
instructions given in the Note below.
Note:
i) Bidders are advised NOT to mention Rebate/Discount separately, either in the
SOR format or anywhere else in the Bid. In case Bidder(s) intend to offer any
Rebate/Discount, they should include the same in the item rate(s) itself under
- 29 -
--------------------------------------------------------------------------------------------------------------------------------------

the “Price Schedule/ Schedule of Rates (SOR)” and indicate the discounted
unit rate(s) only.
ii) If any unconditional rebate has been offered in the quoted rate the same shall
be considered in arriving at evaluated price. However, no cognizance shall be
taken for any conditional discount for the purpose of evaluation of the Bid.
iii) In case, it is observed that any of the Bidder(s) has/have offered suo-moto
Discount/Rebate after opening of unpriced bid but before opening of price bid,
such discount /rebate(s) shall not be considered for evaluation. However, in
the event of the Bidder emerging as the lowest evaluated Bidder without
considering the discount/rebate(s), then such discount/ rebate(s) offered by the
Bidder shall be considered for Award and the same will be conclusive and
binding on the Bidder.
iv) In the event as a result of techno-commercial discussions or pursuant to
seeking clarifications / confirmations from Bidder, while evaluating the un-
priced part of the Bid, any of the bidders offers upward revised prices; such
Bidder(s) will be requested to withdraw the revised prices failing which the
bid will not be considered for further evaluation.

11.2 In case the bids are invited under Manual tendering system, the Bidder shall submit bid
sealed in 2 different envelopes, in following manner:

(i) Sealed Envelope-I consisting of all the above documents mentioned at 11.1.1
herein above.

(ii) Sealed Envelope-II consisting of the Prices to be filled strictly in the Price
Schedule/Schedule of Rate (SOR) format of the Tender Document as per provisions
mentioned at para 11.1.2 hereinabove.

Both the envelopes shall be put in one big envelope with proper address & details
(refer cut-out slip).

11.3 In case the bids are invited under e-tendering system, Bidders are requested to refer
instructions for participating in e-Tendering enclosed herewith as Annexure-III,
Ready Reckoner for Bidders and FAQs available in e-Portal and bids submitted
manually shall be rejected. The Bid must be submitted on GAIL’s E-Portal as
follows:-

11.3.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising of all the


above documents mentioned at 11.1.1 along with copies of EMD/Bid Bond, Power of
Attorney and Integrity Pact (wherever applicable) should be uploaded in the private
area earmarked (Tender Document) in the GAIL’s e- portal. All pages of the Bid
must be digitally signed by the "authorized signatory" of the Bidder holding Power of
Attorney.

Further, Bidders must submit the original "Bid Security / EMD, Power of Attorney,
Integrity Pact (wherever applicable) and any other documents specified in the Tender
Document to the address mentioned in IFB, in a sealed envelope, superscribing the
details of Tender Document (i.e. tender number & tender for) within 7 days from the
date of un-priced bid opening.

- 30 -
--------------------------------------------------------------------------------------------------------------------------------------

Bidders are required to submit the EMD in original by Due Date and Time of Bid
Submission or upload a scanned copy of the same in the Part-I of the Bid. If the
Bidder is unable to submit EMD in original by Due Date and Time of Bid
Submission, the Bidder is required to upload a scanned copy of the EMD in Part-I of
Bid, provided the original EMD, copy of which has been uploaded, is received within
7 days from the Due Date of Bid Opening, failing which the Bid will be rejected
irrespective of their status/ranking in tendering process and notwithstanding the fact
that a copy of EMD was earlier uploaded by the Bidder.

11.3.2 PART-II: PRICE BID

The Prices are to be filled strictly in the Price Schedule/Schedule of Rate (SOR)
format of the Tender Document as per provisions mentioned at para 11.1.2
hereinabove and to be uploaded in SOR attachment as per instructions provided in
Annexure-III (Instructions for participating in E-Tender) of Tender Document and
Ready Reckoner available on GAIL’s E- portal.

11.4 In case of bids invited under Single Bid System (clause no. 2.0(C) of IFB refers), a
single envelope containing all documents specified at Clause 11.1.1 & 11.1.2 of ITB
shall form the Bid.

12 BID PRICES

12.1 Indian Bidders:

12.1.1 Bidders shall indicate the following in the Price Schedule/SOR format:

A) Ex-works Price including packing and forwarding charges (such price to


include all costs as well as duties and taxes paid or payable on components
and raw materials incorporated or to be incorporated in the goods).

B) GST (CGST & SGST/UTGST or IGST) on the finished goods including


inland transportation (which will be payable on the finished goods, if this
Contract is awarded.

C) The Bidder shall indicate breakup of the quantum of imports involved for
import of necessary raw materials and components giving CIF value of Import
and included in bid price (wherever specified in BDS). Essentiality certificate
may be provided by the Purchaser for Project imports (wherever applicable).

D) Inland transportation upto Delivery Location and other costs incidental to


delivery.

46. The material is required to be delivered through a reliable bank approved Road
Transport Company and who is a registered common carrier as per section 3
of Carriage by the Road Act 2007.
47.
48. Also, GAIL reserves the right to transport the material with it’s own transporter.

E) Charges for incidental services and GST (CGST & SGST/UTGST or IGST)
on these services as per the Price Schedule/ Schedule of Rates.

- 31 -
--------------------------------------------------------------------------------------------------------------------------------------

Note:
(i) In case the bidder is covered under Composition Scheme under GST laws,
then bidder should quote the price inclusive of the GST (CGST &
SGST/UTGST or IGST). Further, such bidder should mention “Cover under
composition system” in column for GST (CGST & SGST/UTGST or IGST) of
price schedule.
(ii) In case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) during
evaluation of bid. Where GAIL is entitled for input credit of GST (CGST &
SGST/UTGST or IGST), the same will be considered for evaluation of bid as
per evaluation methodology of tender document.
(iii) In case any cess on GST is applicable, same shall also be considered in
evaluation.

12.1.2 In case of import of raw material and components incorporated or to be incorporated


in the finished goods (clause no. 12.1.1 (C) refers), the Bidder shall provide
description of such material, quantity, rate, value, Import Duty considered etc. as per
proforma provided in Price Schedule/ SOR.

12.1.3 All duties, taxes and other levies (if any) payable by the Seller under the Contract or
for any other cause, except GST (CGST & SGST/UTGST or IGST) on finished
product , freight and on the incidental services, shall be included in the rates / prices
and the total bid-price submitted by the Bidder. The quoted rate of GST (CGST &
SGST/UTGST or IGST) on finished product, freight and on the incidental services
shall be indicated in Form F-10 and the Price Schedule. Bidders are required to quote
the prices after carefully reading the provisions mentioned in tender document
including SCC, GCC, Scope of Work, etc.

12.2 Foreign Bidder:

12.2.1 Bidders shall indicate the following in the Price Schedule/SOR format:

A) Prices on the basis of FOB as well as CFR


FOB prices shall be inclusive of all costs, insurance, taxes & duties upto FOB
port of shipment.

B) Charges for incidental services and GST (CGST & SGST/UTGST or IGST) on
these services as per the Price Schedule/ Schedule of Rates.

12.2.2 Foreign bidders shall include third party inspection charges of Third Party Inspection
agency (i.e. BV/DNV/TUV/CEIL/LRS/ABS/AIB-Vincotte) in the country of origin,
wherever applicable (for details, refer SCC). Prices quoted shall be inclusive of all
applicable taxes and duties, packing & forwarding, stowing, if applicable, etc.
applicable up to FOB-International Sea Port of shipment. Insurance up to FOB
International Sea Port of exit is in the scope of Foreign Bidder. Insurance beyond
FOB International Sea Port of exit shall be arranged by the Owner.

12.2.3 Concessional rate of Custom Duty:

(i) The bidder must ascertain and confirm along with supporting documents in
the bid, if any Customs Duty exemption/waiver is applicable to the products

- 32 -
--------------------------------------------------------------------------------------------------------------------------------------

being supplied by him under any multi-lateral/bi-lateral trade agreement


between India and bidder’s country.

(ii) The bidder shall be liable to provide all documentation to ensure availment of
the exemption/waiver. In case the bidder defaults on this due to any reason,
whatsoever, he shall be liable to bear the incremental Customs Duty
applicable, if any.

(iii) Any Customs Duty applicability on account of any change in the bi-
lateral/multi-lateral agreement shall be bidder’s account.

(iv) Documentation to be furnished for availing the exemption/waiver of Customs


Duty shall be specifically listed in the Letter of Credit also as the pre-requisite
for release of payment against shipping documents and this documentation
shall necessarily form a part of shipping documents.

12.3 It shall be the endeavour of the Purchaser to arrange transit/marine insurance (refer
BDS for details). For the purpose of arranging transit/marine insurance of the goods
dispatched / shipped, vendors are required to furnish the dispatch / shipping
particulars to the Insurance Company giving complete details of dispatches along with
Policy No. etc.

12.4 Prices must be filled exactly in the format for "Price Schedule/ Schedule of Rates
[SOR]" enclosed as part of Tender Document. If quoted in separate typed sheets and
any variation in item description, unit, quantity, any conditions of SOR etc. is noticed,
the Bid is liable to be rejected.

12.5 The delivery basis of the goods is mentioned in BDS. Delivery terms shall be
interpreted as per INCOTERMS®2010 or its latest version in case of order on a
foreign Bidder and as the date of LR/GR in the case of order on an Indian Bidder.

12.6 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of
the Contract and will not be subject to variation on any account, whatsoever.

12.7 The Bidder shall quote the rates in ‘figures' & ‘words’, as per Price Schedule /SOR
format provided in the Tender Document. There should not be any discrepancy
between the prices indicated in figures and in words. In case of any discrepancy, the
same shall be dealt as per clause no. 30 of ITB.

12.9 Further, Indian Bidder shall also mention the Harmonized System Nomenclature
(HSN) applicable for Goods/Items and Service Accounting Codes (SAC) applicable
for incidental Services, at the designated place in Price Schedule.

13.0 TAXES & DUTIES

13.1 TAXES & DUTIES IN CASE OF INDIAN BIDDER

13.1.1 Within the contractual delivery period, the statutory variation in applicable GST
(CGST & SGST/UTGST or IGST) on supply and on incidental services, shall be to
GAIL’s account.

- 33 -
--------------------------------------------------------------------------------------------------------------------------------------

Beyond the contractual delivery period, in case GAIL is not entitled for input tax
credit of GST (CGST & SGST/UTGST or IGST), then any increase in the rate of
GST (CGST & SGST/UTGST or IGST) beyond the contractual delivery period shall
be to Supplier’s account whereas any decrease in the rate GST (CGST &
SGST/UTGST or IGST) shall be passed on to the Purchaser.

Beyond the contractual delivery period, in case GAIL is entitled for input tax credit of
GST (CGST & SGST/UTGST or IGST), then statutory variation in applicable GST
(CGST & SGST/UTGST or IGST) on supply and on incidental services, shall be to
GAIL’s account.

The base date for the purpose of applying statutory variation shall be the Bid Due
Date.

13.1.2 In case of statutory variation(s) in the taxes & duties mentioned at clause no. 13.1.1
above, the Supplier shall submit a copy of the ‘Government Notification’ to evidence
the rate as applicable on the Bid Due Date and on the date of revision. Claim for
payment of Statutory variation should be raised preferably along with the Invoice.
Any claim for arrears on account of statutory variation shall be submitted to
Purchaser within two [02] months from the date of issue of such ‘Government
Notification’, otherwise such claim may not be entertained.

13.1.3 With respect to clause no. 12.1.1 (C) and 12.1.2, the statutory variation in Import Duty
(except component (s) for which input tax credit is available) on CIF value indicated,
within contractual delivery period shall be to Purchaser’s account against submission
of the documentary evidence. However, any increase in the rate of Import Duty
beyond the contractual delivery / completion period shall be to Bidder’s account. In
case of wrong classification, no variation including statutory variation of Import Duty
will be payable to Supplier and any penalty due to the same shall be to Supplier’s
account. Any decrease in the rate of Import Duty shall be passed on to the Purchaser.
Statutory variation on account of Import Duty will be allowed only on component for
which input tax credit is not available.

13.1.4 New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt.
of India on the finished goods after the due date of bid submission but before the
Contractual Delivery/Completion Date, shall be reimbursed to the Supplier on
submission of copy of notification(s) issued from State/ Central Govt. Authorities
along with documentary evidence for proof of payment of such taxes & duties, but
only after ascertaining it’s applicability with respect to the Contract.

13.1.5 Deemed Export benefits are not applicable and Bidder should furnish prices without
considering the same.

13.1.6 Supplier shall ensure timely submission of correct invoice(s), as per GST rules/
regulation, with all required supporting document(s) within a period specified in
Contract to enable GAIL to avail input credit of GST (CGST & SGST/UTGST or
IGST). Further, returns and details required to be filled under GST laws & rules
should be timely filed by Supplier of Goods / Services with requisite details.

If input tax credit is not available to GAIL for any reason not attributable to GAIL,
then GAIL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) claimed in the invoice(s) and shall be entitled to deduct/
- 34 -
--------------------------------------------------------------------------------------------------------------------------------------

setoff /recover such GST (CGST & SGST/UTGST or IGST) together with all
penalties and interest, if any, against any amounts paid or payable by GAIL to the
Supplier.

13.1.7 The supplier shall mention the particulars of GAIL (India) Limited, (place specified in
BDS) on the Invoice. Besides, if any other particulars of GAIL are required to be
mentioned, under GST rules/ regulations on the date of dispatch, the same shall also
be mentioned on the Invoice.

13.1.8 In case CBEC (Central Board of Excise and Customs)/ any equivalent Central
Government agency/ State Government agency brings to the notice of GAIL that the
Supplier of Goods / Services (Service Provider) has not remitted the amount towards
GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government
exchequer, then, that Supplier of Goods / Services (Service Provider) shall be put
under Holiday list of GAIL for period of six months as mentioned in Procedure for
Evaluation of Performance of Vendors/ Suppliers/Contractors/ Consultants.

13.1.9 GAIL will prefer to deal with registered supplier of goods/ services under GST.
Therefore, bidders are requested to get themselves registered under GST, it not
registered yet.

However, in case any unregistered bidder is submitting their bid, there prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) during evaluation of
bid (if applicable as per Govt. Act/ Law in vogue). Where GAIL is entitled for input
credit of GST (CGST & SGST/UTGST or IGST), the same will be considered for
evaluation of bid as per evaluation methodology of tender document.

13.1.10 In case the GST rating of vendor on the GST portal / Govt. official website is
negative / black listed, then the bids may be rejected by GAIL. Further, in case rating
of bidder is negative / black listed after award of work for supply of goods / services,
then GAIL shall not be obligated or liable to pay or reimburse GST (CGST &
SGST/UTGST or IGST) to such vendor and shall also be entitled to deduct / recover
such GST (CGST & SGST/UTGST or IGST) along with all penalties / interest, if any,
incurred by GAIL.

13.1.11 Anti-profiteering clause

As per Clause 171 of GST Act, it is mandatory to pass on the benefit due to reduction
in rate of tax or from input tax credit to the consumer by way of commensurate
reduction in prices. The Service Provider may note the above and quote their prices
accordingly.

13.1.12 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which
subsumed various indirect taxes and duties applicable before 01.07.2017.
Accordingly, the provisions of General Condition of Contract relating to taxes and
duties which are subsumed in GST are modified to aforesaid provisions mentioned in
clause no. 12 and 13 of ITB.

13.2 TAXES AND DUTIES IN CASE OF FOREIGN BIDDER:

A foreign Seller shall be entirely responsible for all taxes, stamp duties, licence fees
and other such levies imposed outside the Purchaser’s country.
- 35 -
--------------------------------------------------------------------------------------------------------------------------------------

Customs duty payable in India for imported goods ordered by Purchaser on foreign
Seller shall be borne and paid by Purchaser.

Any income tax payable in respect of supervisory services rendered by foreign Seller
under the Contract shall be as per the Indian Income Tax Act and shall be borne by
Seller. For Foreign bidders who is not having the permanent establishment/ tax
residency in India, GST (CGST & SGST/UTGST or IGST) in respect of supervisory
services shall be payable by Purchaser to statutory authorities in India under reverse
charge mechanism.

In case Foreign bidders who is having the permanent establishment/ tax residency in
India, GST (CGST & SGST/UTGST or IGST) in respect of supervisory services shall
be quoted and paid by the bidder. In such cases, all other provision w.r.t. to GST
(CGST & SGST/UTGST or IGST) in respect of supervisory services shall be as per
provision applicable to Indian bidder mentioned herein above.

14 BID CURRENCIES:

14.1 Indian Bidders may submit bid in Indian Rupees or in any foreign currency and
receive payment in such currency.

14.2 Foreign Bidders may submit bid in the home currency of Bidder’s country or
US$/GBP/EURO/ INR.

14.3 A Bidder expecting to incur a portion of his expenditure in the performance of


Contract in more than one currency (limited to maximum two currencies) (without
prejudice to the provisions of Clause 14.2) and wishing to be paid accordingly shall
indicate the same in the bid. In such a case, the bid shall be expressed in different
currencies with the respective amounts in each currency together making up the total
price.

14.4 Currency once quoted will not be allowed to be changed. Purchaser shall not be
compensating for any exchange rate fluctuation.

15 BID VALIDITY

15.1 Bid shall be kept valid for period specified in BDS from the final ‘Bid Due Date’. A
Bid valid for a shorter period may be rejected by GAIL as ‘non-responsive’.

15.2 In exceptional circumstances, prior to expiry of the original ‘Bid Validity Period’, the
Purchaser may request the Bidder to extend the ‘Period of Bid Validity’ for a
specified additional period. The request and the responses thereto shall be made in
writing or by fax/email. A Bidder may refuse the request without forfeiture of his
‘Bid Security’. A Bidder agreeing to the request will not be required or permitted to
modify his Bid, but will be required to extend the validity of its ‘Bid Security’ for the
period of the extension and in accordance with “ITB: Clause-16” in all respects.

- 36 -
--------------------------------------------------------------------------------------------------------------------------------------

16 EARNEST MONEY DEPOSIT (EMD)

16.1 Bid must be accompanied with earnest money (i.e Earnest Money Deposit (EMD)
also known as Bid Security) in the form of ‘Demand Draft’ / ‘Banker’s Cheque’ [in
favour of GAIL (India) Limited payable at place mentioned in BDS] or ‘Bank
Guarantee’ or ‘Letter of Credit’ strictly as per the format given in form F 4/ F- 4A (as
the case may be) of the Tender Document. Bidder shall ensure that EMD submitted
in the form of ‘Bank Guarantee’ or ‘Letter of Credit’ should have a validity of at
least ‘two [02] months’ beyond the validity of the Bid. EMD submitted in the form of
‘Demand Draft’ or ‘Banker’s Cheque’ should be valid for three months.

Bid not accompanied with EMD, or EMD not in requisite format shall be liable for
rejection. The EMD shall be submitted in Indian Rupees for Indian bidders and US
Dollars/Indian Rupees for foreign bidders.

16.2 The EMD is required to protect GAIL against the risk of Bidder’s conduct, which
would warrant the forfeiture of EMD, pursuant to clause-16.7 of ITB.

16.3 GAIL shall not be liable to pay any documentation charges, Bank charges,
commission, interest etc. on the amount of EMD. In case EMD is in the form of a
‘Bank Guarantee’, the same shall be from any Indian scheduled Bank or a branch of
an International Bank situated in India and registered with ‘Reserve Bank of India’ as
Scheduled Foreign Bank in case of Indian bidder and from any reputed International
Bank or Indian Scheduled Bank in case of Foreign bidder. However, in case of ‘Bank
Guarantee’ from Banks other than the Nationalized Indian Banks, the Bank must be
commercial Bank having net worth in excess of Rs. 100 Crores [Rupees One Hundred
Crores]/ or its equivalent in U.S. Dollars and a declaration to this effect should be
made by such commercial Bank either in the ‘Bank Guarantee’ itself or separately on
its letterhead.

16.4 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.3” may be
rejected by GAIL as non-responsive.

16.5 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible, but
not later than ‘thirty [30] days’ after finalization of tendering process.

16.6 The successful Bidder’s EMD will be discharged upon the Bidder’s acknowledging
the ‘Award’ and signing the ‘Agreement’ (if applicable) and furnishing the ‘Contract
Performance Security (CPS)/ Security Deposit’ pursuant to clause no. 38 of ITB.

16.7 Notwithstanding anything contained herein, the EMD may also be forfeited in any of
the following cases:

(a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’
(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice
(c) If the Bidder modifies Bid during the period of bid validity (after Due Date
and Time for Bid Submission).
(d) Violates any other condition, mentioned elsewhere in the Tender Document,
which may lead to forfeiture of EMD.
(e) In the case of a successful Bidder, if the Bidder fails to:
(i) to acknowledge receipt of the “Notification of Award” / Fax of
Acceptance[FOA]”,
- 37 -
--------------------------------------------------------------------------------------------------------------------------------------

(ii) to furnish “Contract Performance Security / Security Deposit”, in


accordance with “ITB: Clause-38”
(iv) to accept ‘arithmetical corrections’ as per provision of the clause 30 of
ITB.

16.8 In case EMD is in the form of ‘Bank Guarantee’ or ‘Letter of Credit’, the same must
indicate the Tender Document No. and the name of Tender Document for which the
Bidder is quoting. This is essential to have proper correlation at a later date.

16.9 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in
accordance with the provisions of PPP-2012 and Clause 40 of ITB. However,
Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for
exemption of EMD. The Government Departments/PSUs are also exempted from
the payment of EMD. Further, Startups are also exempted from the payment of
EMD.

16.10 In addition to existing specified form (i.e.Demand Draft (DD) / Banker’s


Cheque/Bank Guarantee / Letter of Credit) mentioned in tender documents for
submission of EMD/Bid Bond, the bidder can also submit the EMD through
online banking transaction i.e. IMPS/NEFT/RTGS etc. The Bank details are
are provided in BDS (refer Annexure – IV of ITB, Section – III of Tender
document)

While remitting, the bidder must indicate EMD and tender/E-tender no. under
remarks. Bidders shall be required to submit/upload the successful transaction
details along with their bid/e-bid. In absence of submitting/uploading the
remittance details, the bid is likely to be considered as bid not accompanied
with EMD.

Further, in case of the online transaction, submission of EMD in original is not


applicable.

17 PRE-BID MEETING

17.1 The Bidder(s) or his designated representative are invited to attend a “Pre-Bid
Meeting” which will be held at Date, Time & Venue as specified in IFB. It is
expected that a Bidder shall not depute more than 02 representatives for the meeting.

17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage and give hands-on demonstration of e-tendering
process. The Bidder must submit their queries / clarifications to GAIL in the format
“F-18”, as mentioned at clause no. 8.0 of ITB.

17.3 The text of the questions raised and the responses that may become necessary as a
result of the Pre-Bid Meeting, will be prepared in the form of Addendum /
Corrigendum /Clarification to the Tender Document and will be uploaded on websites
of GAIL, Govt. and GAIL’s e-Portal (in case of e-tendering) and not through the
minutes of the Pre-Bid Meeting.

- 38 -
--------------------------------------------------------------------------------------------------------------------------------------

17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of
Bidder.

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the
case of copies, photocopies are also acceptable] and shall be signed by a person(s)
duly authorized to sign on behalf of the Bidder (as per POA). The name and position
held by each person signing, must be typed or printed below the signature. All pages
of the Bid except for unamended printed literature where entry(s) or amendment(s)
has been made, shall be initialed by the person or persons signing the Bid.

18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections
are initialed by the person(s) signing the Bid.

18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed in


addendum to ITB.

19 ZERO DEVIATION AND REJECTION CRITERIA

19.1 ZERO DEVIATION: Deviation to terms and conditions of Tender Document may
lead to rejection of Bid. GAIL will accept Bid based on terms & conditions of Tender
Document only. Bidder may note, GAIL will determine the substantial
responsiveness of each bid to the Tender Document pursuant to provision contained
in clause 29 of ITB. For purpose of this, a substantially responsive bid is one which
conforms to all terms and conditions of the Tender Document without deviation(s) or
exception n(s). GAIL’s determination of a Bid’s responsiveness is based on the
content of the Bid itself without recourse to extrinsic evidence. GAIL reserves the
right to raise technical and/or commercial query(ies) to the Bidder(s), if required .
The response(s) to the same shall be in writing, and no change in the price(s) or
substance of the Bid shall be sought, offered or permitted. The substance of the Bid
includes but not limited to prices, completion/delivery period, scope, technical
specifications etc. Bidder is requested not to take any deviation(s)/exception(s) to the
terms & conditions of Tender Document, and submit all requisite documents as
mentioned in this Tender Document, failing which their Bid will be liable for
rejection. If a Bidder does not reply to the queries in the permitted time frame then its
Bid shall be evaluated based on the documents available in the Bid.

19.2 REJECTION CRITERIA:

Notwithstanding the above, deviation to the following clauses of Tender Document


shall lead to summarily rejection of Bid:

(a) Firm Price


(b) Earnest Money Deposit
(c) Specifications
(d) Schedule of Rates / Price Schedule / Price Basis
(e) Delivery Period / Period of Contract/ Completion schedule
(f) Period of Validity of Bid
(g) Price Reduction Schedule
(h) Contract Performance Security / Security Deposit
(i) Warranty/ Guarantee
- 39 -
--------------------------------------------------------------------------------------------------------------------------------------

(j) Arbitration / Resolution of Dispute/Jurisdiction of Court


(k) Force Majeure & Applicable Laws
(l) Integrity Pact, if Applicable
(m) Any other condition specifically mentioned in the Tender Document elsewhere
that non-compliance of the clause lead to rejection of Bid

Note: Further, it is once again reminded not to mention any condition in the Bid
which is contradictory to the terms & conditions of Tender Document.

20 MODE OF PAYMENT

DOMESTIC BIDDER:

GAIL (India) Limited has initiated payments electronically to Suppliers / Contractors


electronically through ‘e-banking’. The successful bidder should give the details of
his bank account as per the bank mandate form.

FOREIGN BIDDER:

Through an irrevocable Letter of Credit (L/C) as per payment schedule specified in


Special Conditions of Contract (SCC) less Indian Agent’s Commission/Fee (as quoted
by the Foreign Bidder, if applicable) to be established by Purchaser through an Indian
Nationalized Bank within 30 days of acceptance of award by the Seller (unconditional
acknowledgment of Fax of Acceptance) and its furnishing requisite Performance
Bank Guarantee. L/C opening charges payable to the L/C opening bank shall be borne
by the Purchaser. In case the Seller requires a confirmed L/C, the confirmation
charges shall be borne by the Seller. Any other charges not specified herein shall be
on Seller’s account.

Agency Commission (if applicable) will be paid by GAIL in non-convertible Indian


currency in India (on conversion rate as applicable on the date of payment to vendor)
after satisfactory completion of order. A valid registration certificate should also exist
at the time of agency commission being paid directly by GAIL.

Alternatively, Payments to foreign bidder shall also be released through Cash against
Documents (CAD) through bank.

[D] – SUBMISSION OF BIDS

21 SUBMISSION, SEALING AND MARKING OF BID

21.1 In case of e-tender, Bid shall be submitted through e-tender mode in the manner
specified in Tender Document. No Manual/ Hard Copy (Original) Bid shall be
acceptable.

21.2 In case of manual tender, Bid must be submitted in sealed envelope. If the envelope
is not sealed & marked as per Clause No. 11 of ITB, the Purchaser will assume no
responsibility for misplacement or pre-mature opening of the Bid.

- 40 -
--------------------------------------------------------------------------------------------------------------------------------------

21.3 The Bid shall be addressed to the Purchaser at address specified in IFB.

21.4 Bids submitted under the name of AGENT/ CONSULTANT/ REPRESENTATIVE


/RETAINER/ ASSOCIATE etc. on behalf of a Bidder /Affiliate shall not be
accepted.

21.5 AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES:

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

21.5.2 In the event bidder is having Agent/Consultant/Representative/Retainer/


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

The following particulars will also be furnished by the bidder:

(i) Name, address and precise relationship between the foreign manufacturer/ principal
and their Agent/Consultant/Representative/Retainer/ Associate in India.
(ii) The mutual interest which the manufacturer/principal and the Agent/
Consultant/Representative/ Retainer/Associate in India have in the business of
each other.
(iii)Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate
receives in India or abroad from the manufacturer/principal whether as a
commission for the contract or as a general fee. Bidder’s quoted price shall be
treated as inclusive of such commission/fee.
(iv) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/
associate in India.
(v) Permanent income tax account number of foreign supplier.
(vi) All services to be rendered by the Agent/Consultant/Representative
/Retainer/Associate.

- 41 -
--------------------------------------------------------------------------------------------------------------------------------------

Note: Tenders which do not comply with the above stipulations are liable to be
ignored.

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

22 DEADLINE FOR SUBMISSION OF BID

22.1 In case of e-tender, the Bid must be uploaded on GAIL’s e-Portal not later than the
Due Date & Time of Bid Submission specified in IFB of the Tender Documents.

22.2 In case of manual tender, EMD along with Bid must be submitted within the Due
Date & Time of Bid submission at the address/Venue specified in the Tender
Document.

22.3 GAIL may, in exceptional circumstances and at its discretion, extend the Due Date &
Time for Bid submission through a Corrigendum as per clause no. 9.0 of ITB. In
which case all rights and obligations of GAIL and the Bidder, previously subject to
the original Due Date & Time will thereafter be subject to the Due Date & Time as
extended. Such Corrigendum for extension of Due Date & Time of Bid submission
will be uploaded on websites of GAIL and Govt. and GAIL’s e-Portal (in case of e-
tendering) and will be communicated to the prospective bidders.

23 LATE BID

23.1 Any Bid received after the Due Date & Time of Bid submission of tenders will be
treated as late bids.

23.2 In case of e-tender, e-tendering system of GAIL shall close immediately after the Due
Date & Time of Bid submission and no bids can be submitted thereafter.

In case of manual tender, Bid(s) received by GAIL after Due Date & Time of Bid
Submission shall not be considered. Such late bids shall be returned to the Bidder
within “10 days” in ‘unopened conditions’. The EMD of such Bidder shall be
returned along with the un-opened bid. In case of e-tendering, where the EMD
/physical documents has been received but the Bid is not submitted by the bidder in
the e-Portal, such EMD/ physical documents shall be returned immediately.

- 42 -
--------------------------------------------------------------------------------------------------------------------------------------

23.3 Unsolicited Bids or Bids received to address other than one specifically stipulated in
the Tender Document will not be considered for evaluation/opening/award if not
received to the specified destination within stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BID

24.1 Modification and withdrawal of bid shall be as follows:-

24.1.1 IN CASE OF E- TENDER

The Bidder may withdraw or modify its Bid after bid submission but before the Due
Date & Time of Bid submission.

24.1.2 IN CASE OF MANUAL TENDER

The Bidder may withdraw or modify its Bid after bid submission but before the Due
Date & Time for Bid submission provided that the written modification/ substitution/
notice of the withdrawal is received by GAIL prior to the Due Date & Time for Bid
submission.

24.2 The modification shall also be prepared, sealed, marked and dispatched in accordance
with the provisions of the clause 11 & 22 of ITB with relevant ‘Cut-Out Slip’ duly
pasted and mentioning on top of the envelope as “MODIFICATION”. In case of
withdrawal of bid, the Envelope containing withdrawal letter duly superscribing the
envelope as “WITHDRAWAL” and “Tender Document number :….”/
communication regarding withdrawal of bid with “Tender Document number :….”/
must reach concerned dealing official of GAIL within Due date & Time of
submission of Bid. No bid shall be modified/ withdrawn after the Due Date & Time
for Bid submission.

24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Due
Date & Time for Bid submission and the expiration of the period of bid validity
specified by the Bidder in their Bid shall result in the Bidder’s forfeiture of EMD
pursuant to clause 16 of ITB and rejection of Bid.

24.4 The latest Bid submitted by the Bidder shall be considered for evaluation and all other
Bid(s) shall be considered to be unconditionally withdrawn.

[E] BID OPENING AND EVALUATION:

25 PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR


ALL BIDS

GAIL reserves the right to accept or reject any Bid, and to annul the Bidding process
and reject all Bids, at any time prior to award of Contract, without thereby incurring
any liability to the affected Bidder(s) or any obligations to inform the affected
Bidder(s) of the ground for GAIL's action. However, Bidder if so desire may seek the
reason (in writing) for rejection of their Bid to which GAIL shall respond quickly.

26 BID OPENING

26.1 Unpriced Bid Opening:


- 43 -
--------------------------------------------------------------------------------------------------------------------------------------

GAIL will open bids, in the presence of Bidders’ designated representatives who
choose to attend, at date, time and location stipulated in the BDS. The Bidders’
representatives, who are present shall sign a Bid Opening Register evidencing their
attendance.

26.2 Priced Bid Opening:

26.2.1 GAIL will open the price bids of those Bidders who meet the qualification
requirement and whose bid is determined to be technically and commercially
responsive. Bidders selected for opening of their price bid shall be informed about the
date & time of price bid opening. Bidders may depute their authorized representative
to witness the price bid opening. The Bidders’ representatives, who are present shall
sign a Price Bid Opening Register evidencing their attendance and may be required to
be present on a short notice.

26.2.2 The price bids of those Bidders who were not found to be techno-commercially
responsive shall not be opened in both manual tendering and e-tendering. In case of
Manual Tender, the envelope containing Price Bid shall be returned unopened after
opening of the price bids of techno-commercially responsive Bidders.
26.3 In case of Bids invited under the Single Bid System, Bid shall be opened on the Due
Date & Time of Bid Opening as specified in the Tender Document.

27 CONFIDENTIALITY

Information relating to the examination, clarification, evaluation and comparison of


Bids, and recommendations for the award of a Contract, shall not be disclosed to
Bidder(s) or any other persons not officially concerned with such process.

28 CONTACTING THE PURCHASER

28.1 From the time of Bid opening to the time of placement of order, if any Bidder wishes
to contact the Purchaser on any matter related to the Bid, it should do so in writing.
Information relating to the examination, clarification, evaluation & recommendation
for award shall not be disclosed.

28.2 Any effort by a Bidder to influence the Purchaser in the Purchaser’s processing of
Bid(s) including ‘Bid Evaluation’, ‘Bid Comparison’, or ‘Contract Award’ decisions
may result in the rejection of the Bidder’s Bid and action shall be initiated as per the
GAIL’s procedure in this regard.

29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1 The purchaser’s determination of a bid’s responsiveness is based on the content of the
bid only. Prior to the detailed evaluation of Bids, the Purchaser will determine
whether each Bid:-

(a) meets the “Bid Evaluation Criteria” of the Tender Document;


(b) has been properly signed;
(c) is accompanied by the required EMD;
(d) is substantially responsive to the requirements of the Tender Document; and

- 44 -
--------------------------------------------------------------------------------------------------------------------------------------

(e) provides any clarification and/or substantiation that the Purchaser may
require to determine responsiveness pursuant to “ITB: Clause-29.2”

29.2 A substantially responsive Bid is one which conforms to all the terms & conditions,
specifications etc. of the Tender Document without any material deviation or
reservation or omission, for this purpose Purchaser defines the foregoing terms
below:-
a) “Deviation” is departure from the requirement specified in the Tender
Documents.
b) “Reservation” is the setting of limiting condition(s) or withholding from
complete acceptance of the requirement in the Tender Documents.
c) “Omission” is the failure to submit part or all of the information or
documentation required in the Tender Document.

29.3 A material deviation, reservation or omission is one that,

a) If accepted would,
i) affect in any substantial way the scope, quality or performance of the
job as specified in Tender Document.
ii) limit, in any substantial way, inconsistent with the Tender Document,
the Purchaser’s rights or the Bidder’s obligation under the proposed
Contract.
b) If rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.

29.4 The Purchaser shall examine all aspects of the Bid to confirm that all requirements
have been met without any material deviation, reservation or omission.

29.5 If a Bid is not substantially responsive, it may be rejected by the Purchaser and may
not subsequently be made responsive by correction or withdrawal of the of material
deviation, reservation or omission.

30 CORRECTION OF ERRORS

30.1 Bids determined to be substantially responsive will be checked by the Purchaser for
any arithmetic errors. Errors will be corrected by the Purchaser as follows:

(i) When there is a difference between the rates in figures and words, the rate
which corresponds to the amount worked out by the Bidder (by multiplying
the quantity and rate) shall be taken as correct.

(ii) When the rate quoted by the Bidder in figures and words tallies but the amount
is incorrect, the rate quoted by the contractor shall be taken as correct and not
the amount and the amount shall be re-calculated/ corrected accordingly.

(iii) When it is not possible to ascertain the correct rate, in the manner prescribed
above, the rate as quoted in words shall be adopted and the amount worked
out, for comparison purposes

30.2 The amount stated in the Bid will be adjusted by the Purchaser in accordance with the
above procedure for the correction of errors. If the Bidder does not accept the
corrected amount of Bid, its Bid will be rejected, and the EMD shall be forfeited.
- 45 -
--------------------------------------------------------------------------------------------------------------------------------------

31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS

To facilitate evaluation and comparison, the Employer / Consultant will convert all
bid prices expressed in the amounts in various currencies in which the bid price is
payable to single currency and that will be Indian Rupees only, as per following
methodology.

The following methodology shall be adopted for evaluation of bids in foreign


currencies considering the forward rate:

(i) The forward rates applicable as on the expected date of delivery/ Completion
shall be considered. To arrive at the forward exchange rate applicable on
reference date, the following method shall be applied:

(a) Wherever only one time delivery is to be made against order or one-
time payment is to be made after completion period of contract:

The reference date shall be the date of price bid opening plus
delivery/ completion period specified in tender

(b) Wherever staggered delivery is to be made against order or


multiple/Running Account (RA) bill payment is to be made during
completion period of contract:

The reference date shall be the date of price bid opening plus
arithmetic mean of staggered delivery/completion period specified
in tender.

(ii) The applicable closing forward rates of M/s Bloomberg (or other software as
decided by company from time to time) for different currencies for the
above reference date obtained one day prior to price bid opening shall be
considered for evaluation of bids.

Where the time lag between the opening of the price bids and conducting
Reverse Auction (if applicable in this tender) exceeds three months, the
applicable closing forward rates for different currencies for the above
reference date obtained two days prior to the date of first Reverse Auction
of that tender shall be considered for evaluation of bids.

32 EVALUATION AND COMPARISON OF BIDS

Bid shall be evaluated as per Evaluation Methodology mentioned in Section-II of


Tender Document (refer clause 7.0 of ITB).

In case of a tie at the lowest bid (L1) position between two or more
startup/non-startup bidders, the order/LoA will be placed on the bidder who has
higher/ highest turnover in last audited financial year.

- 46 -
--------------------------------------------------------------------------------------------------------------------------------------

In case there is a tie at the lowest bid (L1) position between only startup
bidders and none of them has past turnover, the order/LoA will be placed on
the startup who is registered earlier with Department of Industrial Promotion
and Policy.

33 QUANTITY VARIATION

33.1 Where nature of items is such that the items cannot be supplied in exact quantity of
the Purchase Order as in case of cables/ steel/ chemicals etc., quantity tolerance upto
± 5% may be allowed. For such tolerance, separate amendment to Purchase Order
would not be necessary.

33.2 The Purchaser reserves the right to delete the requirement of any one or more items of
Tender Document without assigning any reason.

34 PURCHASE PREFERENCE

Purchase preference to Central Government Public Sector Undertaking and Micro &
Small Enterprises (MSEs) and Domestically Manufactured Electronic Products
(DMEP) shall be allowed as per Government instructions in vogue, as applicable.

[F] – AWARD OF CONTRACT

35 AWARD

Subject to “ITB: Clause-29.0”, GAIL will place order to the successful Bidder whose
Bid has been determined to be substantially responsive and has been determined as
the lowest provided that Bidder, is determined to be qualified to satisfactorily perform
the Contract.

In case Indian bidder emerged as successful bidder, GAIL intent to place the
order/contract directly on the address from where Goods are
produced/dispatched are Services are rendered. In case, bidder wants order/
contract at some other address or supply of Goods/ Services from multiple
locations, bidder is required to provide in their bid address on which order is to
be placed.

36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]

36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance
of the Bid will be intimated to the successful Bidder by GAIL either by Fax / E - mail
/Letter or like means defined as the “Fax of Acceptance (FOA)”. The Contract shall
enter into force on the date of FOA and the same shall be binding on GAIL and
successful Bidder (i.e. Supplier/Seller). The Notification of Award/FOA will
constitute the formation of a Contract. The detailed Purchase Order /Contract shall be
issued thereafter incorporating terms & conditions of Tender Document,
Corrigendum, Clarification(s), Bid and agreed variation(s)/acceptable deviation(s), if
any. GAIL may choose to issue Notification of Award in form of detailed Purchase
Order without issuing FOA and in such case the Contract shall enter into force on the
date of detailed Purchase Order only.
- 47 -
--------------------------------------------------------------------------------------------------------------------------------------

36.2 Contract/ Delivery/Completion Period shall commence from the date of Notification
of Award/FOA or as mentioned therein.

36.3 Upon the successful Bidder’s / Supplier’s furnishing of ‘Contract Performance


Security / Security Deposit’, pursuant to “ITB: Clause-38”, GAIL will promptly
discharge his EMD, pursuant to “ITB: Clause-16”.

37.0 DISPATCH SCHEDULE

37.1 INDIAN BIDDER:

37.1.1 If Purchase Order issued based on FOT (Free on Truck) / FOR (Free on Rail) project
site basis, materials shall be delivered at the destination on freight prepaid & door
delivery basis and for the cases where order(s) are finalized on Ex-works basis the
transportation will be arranged by supplier(s) / GAIL on 'freight to pay' basis and the
freight will be paid at the destination.

Seller shall submit the following details of goods/cargo within 15 days from
Notification of Award to the designated authority as per Purchase Order:

(i) Shipments Schedule


(ii) Dimension details of packages
(iii) Detailed technical write-up along with Catalogue (if applicable)
(iv) Any other document/details, if mentioned in Purchase Order

37.1.2 The consignment should be handed over to transporter with E-way bill, wherever
required as per law/act. In case such e-way bill is required to be issued by GAIL, the
concerned designated order issuing authority may be contacted in this regard. It will
be the responsibility of the supplier to ensure the compliance of the provisions
relating to E-Way bill before dispatch of the consignment and any financial
implication arising due to non-compliance in this regard will be to the account of the
supplier.

37.1.3 It shall be responsibility of the seller to send intimation immediately on dispatch of


the material so that necessary arrangements can be made at site. Delays on account of
the same shall solely be attributable to the Supplier.

37.2 FOREIGN BIDDER:

37.2.1 Where the Seller is required under the Contract to deliver the Goods on CFR or CIF,
transportation of the Goods to the port of discharge or such other point in the country
of destination as shall be specified in the Contract shall be arranged and paid for by
the Seller and the for the cases where order(s) are finalized on FOB or FCA basis the
transportation will be arranged by GAIL.

Seller shall submit the following details of goods/cargo within 15 days from
Notification of Award to the designated authority as per Purchase Order:

(i) Shipments Schedule


(ii) Dimension details of packages

- 48 -
--------------------------------------------------------------------------------------------------------------------------------------

(iii) Detailed technical write-up along with Catalogue (if applicable)


(iv) Any other document/details, if mentioned in Purchase Order

37.2.2 It shall be responsibility of the seller to send intimation and Original Shipping
Documents immediately on dispatch of the material so that necessary arrangements
can be made at Destination Port. Delays on account of the same shall solely be
attributable to the Supplier.

37.3 All equipments / materials are to be insured by GAIL for transit/marine risks unless
specified otherwise in the purchase order, to cover the damages during the
transportation etc.

Any such damage during the transportation shall be immediately notified to under-
writers as well as the transporter, for further necessary action for recovery of transit
damages.

For the purpose of arranging transit/marine insurance of the goods despatched /


shipped, vendors are required to furnish the despatch / shipping particulars to the
Insurance Company giving complete details of despatches along with Policy No. etc.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

38.1 Within 30 days of the receipt of the notification of award/ FOA from GAIL, the
successful Bidder shall furnish the Contract Performance Security/Security Deposit
(CPS) in accordance with of General Conditions of the Contract. The CPS shall be in
the form of either Banker’s Cheque or Demand Draft or Bank Guarantee or Letter of
Credit and shall be in the currency of the Contract. However, CPS shall not be
applicable in cases wherein the order value as specified in Notification of Award is
less than INR 5 Lakh or its equivalent in U.S. Dollars (exclusive of GST).

38.2 The CPS shall be for an amount as specified in BDS towards faithful performance of
the contractual obligations and performance of equipment/material. For the purpose
of CPS, Contract/Order Value shall be exclusive of taxes and duties to be reimbursed
by Purchaser as per provision of contract.

Bank Guarantee towards CPS shall be from any Indian scheduled bank or a branch of
an International bank situated in India and registered with Reserve Bank of India as
scheduled foreign bank in case of Indian bidder as well as foreign bidder. However,
in case of bank guarantees from banks other than the Nationalized Indian banks, the
bank must be a commercial bank having net worth in excess of Rs 100 crores/or its
equivalent in U.S. Dollars) and a declaration to this effect should be made by such
commercial bank either in the Bank Guarantee itself or separately on its letterhead.
This bank guarantee shall be valid for a period as three months beyond the Warranty/
Guarantee Period specified in Tender Document.

38.3 Failure of the successful Bidder to comply with the requirements of this article shall
constitute sufficient grounds for the annulment of the award and forfeiture of the
EMD.

- 49 -
--------------------------------------------------------------------------------------------------------------------------------------

38.4 Further, the bidder can submit CPBG on line through issuing bank to GAIL directly
as per Ministry of Finance (MOF) Department of financial service direction vide
letter ref number F.No.7/112/2011-BOA dated 17th July 2012. In such cases
confirmation will not be sought from issuing banker by GAIL.

39 PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT


/COLLUSIVE/ COERCIVE PRACTICES

39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is


enclosed at Annexure-I.

39.2 The Fraud Prevision Policy document is available on GAIL’s website


(www.gailonline.com).

39.3 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF


BANNING OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/
CONSULTANTS INDULGED IN FRAUDULENT/ COERCIVE PRACTICES

Notwithstanding anything contained contrary in GCC or elsewhere in the Purchase


Order, in case it is found that the Bidder/ Supplier indulged in fraudulent/ coercive
practices at the time of bidding, during execution of the Contract and/or on other
grounds as mentioned in GAIL’s “Procedure for action in case Corrupt/ Fraudulent/
Collusive/Coercive Practices” (Annexure-I), the Bidder/Supplier shall be banned (in
terms of aforesaid procedure) from the date of issuance of such order by GAIL (India)
Ltd., to such Bidder/Supplier.

The Bidder /Supplier / understands and agrees that in such cases where Bidder
/Supplier has been banned (in terms of aforesaid procedure) from the date of issuance
of such order by GAIL, such decision of GAIL shall be final and binding on the
Bidder /Supplier and the ‘Arbitration Clause’ mentioned in the GCC or elsewhere in
the Purchase Order shall not be applicable for any consequential issue /dispute arising
in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL


ENTERPRISES (MSE) (applicable for Indian bidder)

40.1 Following provision has been incorporated for Micro and Small Enterprises (MSE), in
line with notification of Government of India, vide Gazette of India No. 503 dated
26.03.2012 proclaiming the Public Procurement Policy on procurement of goods,
works and services from MSEs.

iv) Issue of tender document to MSEs free of cost.


v) Exemption to MSEs from payment of EMD.
vi) In Tender Document participating Micro and Small Enterprises quoting price
within the price band of ‘L1 + 15%’ shall also be allowed to supply a portion
of requirement by bringing down their prices to L1 price in a situation where
L1 price is from someone other than a micro and small enterprise and such
micro and small enterprises shall be allowed to supply upto 20% of the order
value. In case of more than one such MSE(s), the supply shall be shared
proportionately (to tendered quantity). Further, out of above 20%, 4% shall be
from MSEs owned by SC/ST entrepreneurs. This quota is to be transferred to

- 50 -
--------------------------------------------------------------------------------------------------------------------------------------

other MSEs in case of non-availability of MSEs owned by SC/ST


entrepreneurs.

The quoted prices against various items shall remain valid in case of splitting
of quantities of the items above.

In case tendered item is non-splitable or non- dividable (specified in Bid Data


Sheet), MSE quoting price within price band L1 (other than MSE) + 15% ,
may be awarded for full/ complete supply of total tendered value subject to
matching of L1 price.

40.2 The MSE(s) owned by SC/ST Entrepreneurs shall mean:-

a) In case of proprietary MSE, Proprietor(s) shall be SC/ST.


b) In case of partnership MSE, the SC/ST partners shall be holding atleast 51%
share in the unit
c) In case of private Limited Companies, at least 51% share is held by SC/ST. If
the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish
appropriate documentary evidence in this regard.

51.4 In case Bidder is a Micro or Small Enterprise under the Micro, Small and Medium
Enterprises Development Act, 2006, the Bidder shall submit the following :

a) Documentary evidence that the Bidder is a Micro or Small Enterprises


registered with District Industries Centers or Khadi and Village Industries
National Small Industries Corporation or Directorate of Handicrafts and
Handloom or any other body specified by Ministry of Micro, Small and
Medium Enterprises or Udyog Aadhar Memorandum.
b) If the MSE is owned by SC/ST Entrepreneurs, the Bidder shall furnish
appropriate documentary evidence in this regard.

The above document(s) submitted by the Bidder shall be duly certified by the
Chartered Accountant (not being an employee or a Director or not having any interest
in the bidder’s company/firm) and notary public with legible stamp.

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

Further, MSEs who are availing the benfits of the Public Procurement Policy (PPP)
2012 get themselves registered with MSME Data Bank being operated by NSIC,
under SME Division, M/o MSME, in order to create proper data base of MSEs which
are making supplies to CPSUs.

40.4 If against an order placed by GAIL, successful Bidder(s) (other than Micro/Small
Enterprise) is procuring material/services from their sub-vendor who is a Micro or
Small Enterprise registered with District Industries Centers or Khadi and Village
Industries Commission or Khadi and Village Industries Board or Coir Board or
National Small Industries Corporation or Directorate of Handicrafts and Handloom or
any other body specified by Ministry of Micro, Small and Medium Enterprises with
prior consent in writing from GAIL, the details like Name, Registration No., Address,
- 51 -
--------------------------------------------------------------------------------------------------------------------------------------

Contact No. details of material & value of procurement made, etc. of such Enterprises
shall be furnished by the successful Bidder at the time of submission of invoice/Bill.

40.5 The benefit of policy are not extended to the traders/dealers/ Distributors
/Stockiest/Wholesalers.

51.7 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme”
under which they are assisting the Micro & Small enterprises to market their
products and services through tender participation on behalf of the individual
unit or through consortia.

Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted
by NSIC, is meeting the BEC and other terms and conditions of tender their bid
will be considered for further evaluation.

Further, in such cases a declaration is to be submitted by MSE/ consortia on


their letter head (s) that all the terms and conditions of tender document shall
be acceptable to them.

41 PACKING, MARKING & SHIPPING INSTRUCTIONS

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

42.2 Seller shall comply with the Packing, Marking and Shipping Instructions and Special
Packaging Requirement as per Annexure-V to ITB herewith.

41.2 Permits are to be obtained separately for entry/use of vehicles/trailers etc. inside the
plant. The following requirements are to be met to obtain vehicle permit:-
a) Vehicle/Equipment etc. should be brought to site in good conditions.
b) Valid Road Tax Certificate, fitness certificate and insurance policy from
Competent Authority
c) Valid operating/driving license of driver/operator
d) Any other requirement mentioned elsewhere in Tender Document

42 VENDOR PERFORMANCE EVALUATION

The procedure for evaluation of performance of Supplier containing provisions for


putting a Bidder / Supplier on suspension and/or holiday list (as the case may be) is
enclosed as Annexure II to ITB herewith.

- 52 -
--------------------------------------------------------------------------------------------------------------------------------------

43. MENTIONING OF PAN NO. IN INVOICE/BILL (APPLICABLE FOR


INDIAN BIDDER)

As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is
mandatory for transactions related to procurement of goods / services/ exceeding Rs.
2 Lacs per transaction.

Accordingly, Supplier should mention their PAN no. in their invoice/ bill for any
transaction exceeding Rs. 2 lakhs. As provided in the notification, in case Supplier do
not have PAN no., they have to submit declaration in Form 60 along with invoice/ bill
for each transaction.

Payment of Supplier shall be processed only after fulfilment of above requirement.

44. SETTLEMENT OF COMMERCIAL DISPUTES BETWEEN PUBLIC


SECTOR ENTERPRISE(S) INTER-SE AND PUBLIC SECTOR
ENTERPRISE(S) AND GOVERNMENT DEPARTMENT (S) THROUGH
PERMANENT MACHINERY OF ARBITRATION (PMA) IN THE
DEPARTMENT OF PUBLIC ENTERPRISES

In the event of any dispute or difference relating to the interpretation and application
of the provisions of the Contracts, such dispute or difference shall be referred by
either party for Arbitration to the sole Arbitrator in the Department of Public
Enterprises to be nominated by the Secretary to the Government of India in-charge of
the Department of Public Enterprises. The Arbitration and Conciliation Act, 1996
shall not be applicable to arbitrator under this clause. The award of the Arbitrator
shall be binding upon the parties to the dispute, provided, however, any party
aggrieved by such award may make a further reference for setting aside or revision of
the award to the Law Secretary, Department of Legal Affairs, Ministry of Law &
Justice, Government of India. Upon such reference the dispute shall be decided by the
Law Secretary or the Special Secretary / Additional Secretary, when so authorized by
the Law Secretary, whose decision shall bind the Parties finally and conclusively. The
parties to the dispute will share equally the cost of arbitration as intimated by the
Arbitrator.

45 DISPUTE RESOLUTION

(ADDENDUM TO PROVISION REGARDING APPLICABLE LAWS AND


SETTLEMENT OF DISPUTES OF GCC)

45.1 GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with
supplementary to Part – III of the Indian Arbitration and Conciliation Act 1996 for
speedier, cost effective and amicable settlement of disputes through conciliation. A
copy of the said rules is made available on GAIL’s web site www.gailonline.com for
reference. Unless otherwise specified, the matters where decision of the GAIL is
deemed to be final and binding as provided in the Agreement and the issues/disputes
which cannot be mutually resolved within a reasonable time, all disputes shall be
settled in accordance with the Conciliation Rules 2010.

45.2 Any dispute(s)/difference(s)/issue(s) of any kind whatsoever between/amongst the


Parties arising under/out of/in connection with this contract shall be settled in
accordance with the aforesaid rules.
- 53 -
--------------------------------------------------------------------------------------------------------------------------------------

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

45.4 Conciliation proceedings commence when the other Party(ies) accept(s) the invitation
to conciliate and confirmed in writing. If the other Party (ies) reject(s) the invitation,
there will be no conciliation proceedings.

45.5 If the Party initiating conciliation does not receive a reply within thirty days from the
date on which he/she sends the invitation, or within such other period of time as
specified in the invitation, he/she may elect to treat this as a rejection of the invitation
to conciliate. If he/she so elects, he/she shall inform the other Party(ies) accordingly.

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

45.7 The cost of Conciliation proceedings including but not limited to fees for
Conciliator(s), Airfare, Local Transport, Accommodation, cost towards conference
facility etc. shall be borne by the Parties equally.

45.8 The Parties shall freeze claim(s) of interest, if any, and shall not claim the same
during the pendency of Conciliation proceedings. The Settlement Agreement, as and
when reached/agreed upon, shall be signed between the Parties and Conciliation
proceedings shall stand terminated on the date of the Settlement Agreement.

46 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS


(APPLICABLE FOR INDIAN BIDDER)

To promote cashless transactions, the onward payments by Contractors to their


employees, service providers, sub-contractors and suppliers may be made through
Cards and Digital means to the extent possible

47 REPEAT ORDER

PURCHASER reserves the right, within 6 months of order to place repeat order upto
50% of the original ordered quantity (s) without any change in unit price or other
terms and conditions.

48 PERMANENT ESTABLISHMENT (PE) W.R.T. FOREIGN BIDDERS

Foreign bidders must submit (along with their bid) the following particulars which are
required to be furnished by GAIL to Income Tax Department for complying with the
- 54 -
--------------------------------------------------------------------------------------------------------------------------------------

requirements for making remittances to non-residents as per Income Tax Act, 1961
(as amended from time to time):

(i) Certificate of having No Permanent Establishment / No Business Connection


in India (Format F-24A).

(ii) In case the non-resident has a Fixed Place Permanent Establishment (PE) or a
Dependent Agency PE in India, in terms of the Double Taxation Avoidance
Agreement (DTAA) between India and his country of tax residence through
which the non-resident carries on business activities in relation to its
engagement by GAIL, the address of the Fixed Place PE or name & address of
the Dependent Agent is to be provided.

(iii) Deemed Permanent Establishment: Whether by carrying on activities in


relation to its engagement by GAIL, the non-resident constitutes an
Installation / Construction PE or a Service PE in India in terms of the DTAA
between India and his country of tax residence

(iv) If the non-resident has PE in India, whether the remittances to be made to him
under his engagement by GAIL are attributable to such PE or not with reasons
thereof

(v) Non-resident’s complete address in the country of residence along with Local
Contact No. with ISD Code and E-Mail ID of concerned person.

(vi) If the non-resident has an Indian Income Tax Permanent Account Number
(PAN), details of the same

(vii) Country of tax residence of the non-resident supported by a Tax Residency


certificate (TRC) issued by the Government of country or specified territory to
the effect that the person named therein is a resident of that country or
specified territory along-with Form 10F, if non-resident desire to avail benefits
available under Double Tax Avoidance Agreement (DTAA).

(viii) If it is not possible for the non-resident to obtain & submit Tax Residency
Certificate to GAIL within a reasonable time, the bidder should furnish Form
No. 10F along with an undertaking to the effect that the bidder is a tax resident
of (the specified country) and that they shall obtain and provide the TRC to
GAIL before 30 days of submission of first Invoice by them or within 3
months from the date of entering into the contract whichever is earlier.

(ix) Whether the non-resident is constituted as a company, a partnership firm, or


any other form of business organization.

In addition to above particulars, the bidder should also provide any other information
as may be required later for determining the taxability of the amount to be remitted to
the non-resident. Further, the bidder shall be liable to intimate the subsequent changes
(if any) to the information submitted against any of the above particulars, along with
full details.

Bidders should note that if there is any delay in submission / non-submission of


information / documents required as above within the specified time, GAIL will be
- 55 -
--------------------------------------------------------------------------------------------------------------------------------------

constrained to deduct tax as per Income Tax Act, 1961. In case, tax liability is to be
borne by GAIL as per purchase / work order terms & conditions, any additional tax
liability due to delay in submission / non submission of information / documents
required as above shall be recovered from the supplier / contractor / consultant.

TAX INCIDENCE:

a) If bidder insists at the time of bidding that Tax Liability is to be borne by GAIL,
then the bidder’s total quoted prices shall be suitably loaded by equivalent amount
for evaluation purpose (depending upon the status of Foreign Vendor based on the
documents submitted by them at the time of bidding) and WHT Certificate will be
issued.

b) In case bidder agrees to bear the WHT as per the provision of Income Tax Act
1961, no loading on quoted prices towards WHT will be done. The WHT will be
deducted from their payments due to them and WHT certificate will be issued as
per IT Act. .

If the bidder wants to avail the benefit of DTAA, then they have to submit the Tax
Residency Certificate (TRC) issued by Government or Specified Authority of that
country and Form 10F as per the proforma at Format F-24B.

c) Bidders should note that any delay in submission of TRC, Form 10F or PE
information within specified time OR any subsequent change in TRC, Form 10F
or PE status after submission of bid, may lead to deduction of tax at higher rate
than at which it would otherwise have been deducted. Such additional tax liability
shall be recovered from the supplier/contractor/ consultant

49. POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL


CONTENT) (PP-LC)

The policy for providing purchase preference (linked with Local content) is enclosed
as Annexure VI to ITB herewith.

50 QUARTERLY CLOSURE OF THE CONTRACT (FOR APPLICABILITY


REFER BDS)

During execution of contracts/orders, various issues may arise. In order to timely


detect and to address the contractual issue (s) during the execution of contracts, GAIL
has introduced a mechanism of quarterly closure of the contract, under which all the
issues related to the contract execution will be monitored on quarterly basis for
resolution.

Vendors/Contractors are required to co-operate with EIC for proper implementation


of this mechanism for smooth execution of the contract.”

51. PROVISIONS FOR STARTPUS [APPLICABLE FOR INDIAN BIDDERS


ONLY] (AS DEFINED IN GAZETTE NOTIFICATION NO. D.L-33004/99
DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF COMMERCE AND
INDUSTRY AND AS AMENDED FROM TIME TO TIME) (FOR
APPLICABILITY REFER BDS)

- 56 -
--------------------------------------------------------------------------------------------------------------------------------------

As mentioned in Section-II, Prior turnover and prior experience shall not be


required for all Startups [whether Micro & Small Enterprises (MSEs) or
otherwise] subject to their meeting the quality and technical specifications
specified in tender document.
Further, the Startups are also exempted from submission of EMDs.
For availing the relaxation, bidder is required to submit requisite certificate
towards Startup enterprise registration issued by Department of Industrial
Policy and Promotion, Ministry of Commerce and the certificate should be
certified by the Chartered Accountant (not being an employee or a Director or
not having any interest in the bidder’s company/firm) and notary public with
legible stamp.

If a Startup [whether Micro & Small Enterprises (MSEs) or otherwise] gets


qualified without turnover and experience criteria specified in tender and
emerges lowest bidder, the order on such Startup shall be placed for entire
tendered quantity/group/item/part wise (as the case may be), as per tender
document.

However, before supplying the total quantity, the startup enterprise shall first
demonstrate its performance by supplying 10% of total ordered quantity
(rounded off to the next higher digit in terms of Unit of Measurement (UoM),
wherever required) and only after successful execution of this quantity the
balance 90% quantity will be cleared for supply. In case, the demonstration of
performance fails, the entire order will be canceled without any financial
implication on either side.

=================== X ==================

- 57 -
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-I
PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or
indirectly, anything of value to improperly influence the actions in selection process
or in contract execution.

“Corrupt Practice” also includes any omission for misrepresentation that may mislead
or attempt to mislead so that financial or other benefit may be obtained or an
obligation avoided.

A2 “Fraudulent Practice” means and include any act or omission committed by an agency
or with his connivance or by his agent by misrepresenting/ submitting false documents
and/ or false information or concealment of facts or to deceive in order to influence a
selection process or during execution of Contract/ order.

A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a


scheme or arrangement designed to establish Bid prices at artificial non-competitive
levels and to deprive the Purchaser of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm


directly or indirectly, any agency or its property to influence the improperly actions of
an agency, obstruction of any investigation or auditing of a procurement process.

A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency”


in this Annexure.

A.6 “Appellate Authority” shall mean Committee of Directors of GAIL consisting of


Director (Finance) and Director (BD) for works centers under Director (Projects). For
all other cases committee of Directors shall consist of Director (Finance) & Director
(Projects).

A.7 “Competent Authority” shall mean the authority of GAIL, who is competent to take
final decision for Suspension of business dealing with an Agency( ies) and Banning
of business dealings with Agency(ies) and shall be the “Director” concerned.

A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence
of banned/ suspended agencies. In determining this, the following factors may be
taken into consideration:

(a) Whether the management is common;


(b) Majority interest in the management is held by the partners or directors of
banned/ suspended firm.
(c) substantial or majority shares are owned by banned/ suspended agency and by
virtue of this it has a controlling voice.

- 58 -
--------------------------------------------------------------------------------------------------------------------------------------

A.9 “Investigating Agency” shall mean any department or unit of GAIL investigating into
the conduct of Agency/ party and shall include the Vigilance Department of the
GAIL, Central Bureau of Investigation, State Police or any other agency set up by the
Central or State Government having power to investigate.

B Actions against Bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive


practice

B.1 Irregularities noticed during the evaluation of the bids:

If it is observed during bidding process/ bids evaluation stage that a bidder has
indulged in corrupt/fraudulent /collusive/coercive practice, the bid of such bidder (s)
shall be rejected and its EMD shall be forfeited.

Further, such agency shall be banned for future business with GAIL for a period
specified in para B 2.2 below from the date of issue of banning order.

B.2 Irregularities noticed after award of Contract

(i) During execution of Contract:

If an agency, is found to have indulged in corrupt/fraudulent/ collusive


/coercive practices, during execution of Contract, the agency shall be banned
for future business with GAIL for a period specified in para B 2.2 below from
the date of issue of banning order.

The concerned Order (s)/ Contract(s) where corrupt/ fraudulent/ collusive


practices is observed, shall be suspended with immediate effect by Engineer-
in-Charge (EIC)/ Employer whereby the supply/ work/ service and payment
etc. will be suspended. The action shall be initiated for putting the agency on
banning.

After conclusion of process, the Order(s)/ Contract(s) where it is concluded


that such irregularities have been committed, shall be terminated and Contract
cum Performance Bank Guarantee (CPBG)/ Contract Performance Security
(CPS) submitted by agency against such Order(s)/ Contract(s) shall also be
forfeited. The amount that may have become due to the Contractor/Supplier on
account of work/supplies already executed by him shall be payable to the
Contractor/Supplier and this amount shall be subject to adjustment against
any amounts due from the Contractor/Supplier under the terms of the contract.

No risk and cost provision will be enforced in such cases.

(ii) After execution of contract and during Defect Liability Period (DLP)/
Warranty/Guarantee Period:

If an Agency is found to have indulged in corrupt/fraudulent/ collusive


/coercive practices, after execution of Contract and during DLP/ Warranty
/Guarantee Period, the Agency shall be banned for future business with GAIL
for a period specified in para B 2.2 below from the date of issue of banning
order.

- 59 -
--------------------------------------------------------------------------------------------------------------------------------------

Further, the CPBG/CPS submitted by Agency against such Order(s)


/Contract(s) shall be forfeited.

(iii) After expiry of DLP/ Warranty/Guarantee Period

If an Agency is found to have indulged in corrupt/fraudulent/ collusive


/coercive practices, after expiry of DLP/ Warranty/Guarantee Period, the
Agency shall be banned for future business with GAIL for a period specified
in para B 2.2 below from the date of issue of banning order.

B.2.2 Period of Banning

The period of banning of agencies indulged in


Corrupt/Fraudulent/Collusive/Coercive Practices shall be as under and to be
reckoned from the date of banning order:

S. Description Period of banning from


No. the date of issuance of
Banning order

1 Misrepresentation/False information other than 02 years


pertaining to BEC of tender but having impact
on the selection process.

For example, if an agency confirms not being


in holiday/ banning list of PSUs/ Govt. Dept.,
liquidation, bankruptcy & etc. and
subsequently it is found otherwise, such acts
shall be considered in this category.

2 Corrupt/Fraudulent (pertaining to BEC of 03 years


tender) /Collusive/Coercive Practices

If an agency again commits Corrupt/Fraudulent


2.1 (pertaining to BEC of tender) /Collusive/
Coercive Practices in subsequent cases after
their banning, such situation of repeated offense
to be dealt with more severity and following
shall be the period of banning:

(v) Repeated once

- 60 -
--------------------------------------------------------------------------------------------------------------------------------------

(vi) Repeated twice or more 7 years (in addition to


the period already
served)

15 years (in addition to


the period already
served)

3 Indulged in unauthorized disposal of materials 7 years


provided by GAIL

4 If act of vendor/ contractor is a threat to the 15 years


National Security

C Effect of banning on other ongoing contracts/ tenders

C.1 If an Agency is put on Banning, such agency should not be considered in ongoing
tender(s)/future tender(s).

C.2 However, if such an Agency is already executing other order(s)/contract (s) where no
corrupt/fraudulent/ collusive/coercive practice is found, the Agency should be allowed
to continue till its completion without any further increase in scope except those
incidental to original scope mentioned in the contract.

C.3 If an Agency is put on the Banning List during tendering and no irregularity is found
in the case under process:

C.3.1 after issue of the Tender Document but before opening of Part-I/Technical Bid, the
bid submitted by the Agency shall be ignored.

C.3.2 after opening Part-I/Technical bid but before opening the Price bid, the Price bid of
the Agency shall not be opened and EMD submitted by the Agency shall be returned
to the Agency.

C.3.3 after opening of price (Part-II), EMD submitted by the Agency shall be returned; the
offer of the Agency shall be ignored & will not be further evaluated. If the agency is
put on banning list for fraud/ mis-appropriation of facts committed in the same Tender
Document/other tender where errant Agency emerges as the lowest (L1), then such
tendering process shall also be cancelled and re-invited.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

- 61 -
--------------------------------------------------------------------------------------------------------------------------------------

Action for suspension business dealing with any Agency(ies) shall be initiated by
Corporate C&P Department, GAIL when :-

(i) Corporate Vigilance Department, GAIL based on the fact of the case gathered
during investigation by them recommend for specific immediate action against
the Agency.

(ii) Corporate Vigilance Department, GAIL based on the input from Investigating
agency, forward for specific immediate action against the Agency.

(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to


termination of Contract/Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than 6 (six)
months and is to be communicated to the Agency and also to Corporate Vigilance
Department, GAIL. Period of suspension can be extended with the approval of the
Competent Authority by 1 (one) month at a time with a ceiling of 6(six) months
pending a conclusive decision to put the Agency on banning list.

D.2.2 During the period of suspension, no new business dealing may be held with the
Agency.

D.2.3 Period of suspension shall be accounted for in the final order passed for banning
of business with the Agency.

D.2.4 The decision regarding suspension of business dealings should also be


communicated to the Agency.

D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which
can result in banning of business dealings, proposal for issuance of suspension
order and show cause notice shall be put up to the Competent Authority. The
suspension order and show cause notice must include that (i) the Agency is put on
suspension list and (ii) why action should not be taken for banning the Agency for
future business from GAIL.

The Competent Authority to approve the suspension will be same as that for
according approval for banning.

D3 Effect of Suspension of business:

Effect of suspension on other on-going/future tenders will be as under:

D.3.1 No enquiry/bid/tender shall be entertained from an Agency as long as the name of


Agency appears in the Suspension List.

D.3.2 If an Agency is put on the Suspension List during tendering process:

D.3.2.1 after issue of the Tender Document but before opening of Part-I/Technical Bid, the
Bid submitted by the Agency shall be ignored.

- 62 -
--------------------------------------------------------------------------------------------------------------------------------------

D.3.2.2 after opening Part-I/ Technical Bid but before opening of Part-II/ Price bid, the
Price bid of the Agency shall not be opened and EMD submitted by the Agency
shall be returned to the Agency.

D.3.2.3 after opening of price, EMD submitted by the Agency shall be returned; the
Offer/Bid of the Agency shall be ignored & will not be further evaluated. If the
Agency is put on Suspension list for fraud/ mis-appropriation of facts conducted
in the same/other tendering process where errant Agency emerges as the lowest
(L1), then such tendering process shall also be cancelled and re-invited.

D.3.3 The existing contract (s)/ order (s) under execution shall continue.

D.3.4 The Bidder confirms/undertake that (i) neither the Bidder themselves nor their
allied Agency(ies) are on banning list of GAIL or the Ministry of Petroleum and
Natural Gas and (ii) Bidder is not banned by any Government department/ Public
Sector.

F. Appeal against the Decision of the Competent Authority:

F.1 The Agency may file an appeal against the order of the Competent Authority for
putting the Agency on banning list. The Appeal shall be filed to Appellate Authority
of GAIL. Such an appeal shall be preferred within one month from the date of receipt
of banning order.

F.2 Appellate Authority would consider the appeal and pass appropriate order which shall
be communicated to the party as well as the Competent Authority.

F.3 Appeal process may be completed within 45 days of filing of appeal with the
Appellate Authority.

G. Wherever there is contradiction with respect to terms of ‘Integrity pact’, GCC and
‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the
provisions of ‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive
Practice’ shall prevail.

- 63 -
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-II
PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/
SUPPLIERS/ CONTRACTORS/ CONSULTANTS

1.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize and develop reliable


Vendors/ Suppliers/Contractors/ Consultants so that they consistently meet or exceed
expectations and requirements.

The purpose of this procedure is to put in place a system to monitor performance of


Vendors/ Suppliers/Contractors/ Consultants associated with GAIL in Projects and in
O&M so as to ensure timely completion of various projects, timely receipt of supplies
including completion of works & services for operation and maintenance of operating
plants and quality standards in all respects.

2.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet (PRDS)

PRDS for each and every Vendor/ Supplier/Contractor/ Consultant for all
Order/Contract with a value of Rs. 7 Lakhs and above is recommended to be
drawn up. These PRDS are to be separately prepared for orders/ contracts
related to Projects and O&M. Format, Parameters, Process, responsibility for
preparation of PRDS are separately mentioned.

ii) Measurement of Performance

Based on the parameters defined in PRDS, Performance of concerned Vendor/


Supplier/Contractor/ Consultant would be computed and graded accordingly.
The measurement of the performance of the Party would be its ability to
achieve the minimum scoring of 60% points in the given parameters.

iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be


initiated by taking up the matter with concerned Vendor/ Supplier/ Contractor/
Consultant. Response of Vendor/ Supplier/ Contractor/ Consultant would be
considered before deciding further course of action.

iv) Implementation of Corrective Measures:


Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned
Engineer-in-Charge for the Projects and/or OIC in case of O&M would
recommend for continuation or discontinuation of such party from the
business of GAIL.

v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated


and, if required, corrective action will be taken for improvement in future.

- 64 -
--------------------------------------------------------------------------------------------------------------------------------------

3.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/


SUPPLIERS/ CONTRACTORS/ CONSULTANTS

3.1 FOR PROJECTS

i) Evaluation of performance of Vendors/Suppliers/Contractors/ Consultants in


case of Projects shall be done immediately with commissioning of any Project.

ii) On commissioning of any Project, EIC (Engineer-in-charge)/ Project-in-


charge shall prepare a PRDS (Format at Annexure-1) for all Orders and
Contracts.

iii) Depending upon the Performance Rating, following action need to be initiated
by Engineer-in-charge/Project-in-charge:

Sl.No. Performance Action


Rating
1 POOR Seek explanation for Poor performance
2 FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future
4 VERY GOOD No further action

iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be


examined. In case of satisfactory reply, PRDS to be closed with a letter to the
concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the


following actions need to be taken:

A) Where Performance rating is “POOR”:

Recommend such defaulting Vendor/ Supplier/Contractor/ Consultant


for putting on Holiday for a period from one to three years as given
below:

(i) Poor Performance due to reasons other than Quality : One


Year
(ii) Poor Performance on account of Quality (if any mark obtained
against Quality parameter is less than 30): Two Years
(iii) Poor Performance leading to termination of contract or
Offloading of contract due to poor performance solely
attributable to Vendor/ Supplier/Contractor/ Consultant or
Repeated Offence: Three Years

Non performance of a Vendor/Supplier/Contractor/Consultant leading


to termination of Contract/ Order, such Vendor/ Supplier/ Contractor
/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for


issuance of SCN and putting the party on suspension list as per process

- 65 -
--------------------------------------------------------------------------------------------------------------------------------------

defined for suspension in “Procedure for Action in case of Corrupt/


Fraudulent/ Collusive/ Coercive Practices”

(B) Where Performance rating is “FAIR”:

Recommend for issuance of warning to such defaulting Vendor/


Supplier/Contractor/ Consultant to improve their performance.

3.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as
described in para 3.1 for Projects.

3.3 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants in


case of Operation and Maintenance, shall be done immediately after execution
of Order/Contract.

ii) After execution of Orders, a PRDS (Format at Annexure-2) shall be prepared


for Orders by Site C&P and for Contracts/Services by respective Engineer-In-
Charge.

iii) Depending upon Performance Rating, following action need to be initiated by


Site C&P:

Sl. No. Performance Rating Action

1 POOR Seek explanation for Poor performance


2. FAIR Seek explanation for Fair performance
3 GOOD Letter to the concerned for improving
performance in future.
4 VERY GOOD No further action
iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be
examined. In case of satisfactory reply, PRDS to be closed with a letter to the
concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the


following actions need to be taken:

A) Where performance rating is “POOR”

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant


for putting on Holiday for a period from one to three years as given
below:

(i) Poor Performance due to reasons other than Quality : One


Year
(ii) Poor Performance on account of Quality (if any mark obtained
against Quality parameter is less than 30): Two Years
(iv) Poor Performance leading to termination of contract or
Offloading of contract due to poor performance solely
- 66 -
--------------------------------------------------------------------------------------------------------------------------------------

attributable to Vendor/Supplier/Contractor/Consultant or
Repeated Offence: Three Years

Non-performance of a Vendor/Supplier/Contractor/Consultant leading


to termination of Contract/ Order such Vendor/ Supplier/
Contractor/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for


issuance of SCN and putting the party on suspension list as per process
defined for suspension in “Procedure for Action in case of Corrupt/
Fraudulent/ Collusive/ Coercive Practices”

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting


Vendors/Contractors/Consultants to improve their performance.

4.0 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of


Vendors/ Suppliers/Contractors/ Consultants:

i) Orders/Contracts below the value of Rs. 7 Lakhs.


ii) One time Vendor/ Supplier/Contractor/ Consultant.
iii) Orders for Misc./Administrative items/ Non stock Non valuated items.

However, concerned Engineer-in-Charge /OICs will continue to monitor such cases


so as to minimize the impact on Projects/O&M plants due to non performance of
Vendors/ Suppliers/Contractors/ Consultants in all such cases.

5.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

5.1 An order for Holiday passed for a certain specified period shall deemed to have been
automatically revoked on the expiry of that specified period and it will not be
necessary to issue a specific formal order of revocation.

Further, in case Vendor/ Supplier/Contractor/ Consultant is put on holiday due to


quality, and new order is placed on Bidder after restoration of Vendor/
Supplier/Contractor/ Consultant, such order will be properly monitored during
execution stage by the concerned site.

6.0 EFFECT OF HOLIDAY

6.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/


Supplier/Contractor/Consultant should not be considered in ongoing tendering
process/future tenders.

6.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any


other order/ contract and their performance is satisfactory in terms of the relevant
contract, should be allowed to continue till its completion without any further
increase in scope except those incidental to original scope mentioned in the contract.
In such a case CPBG/CPS will not be forfeited and payment will be made as per
- 67 -
--------------------------------------------------------------------------------------------------------------------------------------

provisions of concerned Contract. However, this would be without prejudice to other


terms and conditions of the Contract.

6.3. Effect on other ongoing tendering process:

6.3.1 after issue of the Tender Document but before opening of Part-I/Technical Bid, the
Bid submitted by the party shall be ignored.

6.3.2 after opening of Part-I/Technical Bid but before opening the Part-II/Price Bid, the Price
Bid of the party shall not be opened and EMD submitted by the party shall be returned
to the party.

6.3.3 after opening of Part-II/Price Bid, EMD submitted by the party shall be returned; the
Bid of the party shall be ignored & will not be further evaluated. If errant party
emerges as the lowest (L1), then such Tender Document shall also be cancelled and
re-invited.

7.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the
procedure, the holding company, subsidiary, joint venture, sister concerns, group
division of the errant Vendor/ Supplier/Contractor/ Consultant shall not be considered
for putting on holiday list.

Any bidder, put on holiday, will not be allowed to bid through consortium route also
against any Tender Document during the period of holiday.

8.0 If an unsuccessful Bidder makes any vexatious, frivolous or malicious complaint


against the tender process with the intention of delaying or defeating any procurement
or causing loss to GAIL or any other bidder, such Bidder will be put on holiday for a
period of six months, if such complaint is proved to be vexatious, frivolous or
malicious, after following the due procedure.

9. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(a) The party may file an appeal against the order of the Competent Authority for
putting the party on Holiday list. The appeal shall be filed to Appellate
Authority. Such an appeal shall be preferred within one month from the date
of receipt of Holiday order.

(b) Appellate Authority would consider the appeal and pass appropriate order
which shall be communicated to the party as well as the Competent Authority.

(c) Appeal process may be completed within 45 days of filing of appeal with the
Appellate Authority.

(d) “Appellate Authority” shall mean Committee of Directors consisting of Director


(Finance) and Director (BD) for works centers under Director (Projects). For
all other cases committee of Directors shall consist of Director (Finance) &
Director (Projects).

- 68 -
--------------------------------------------------------------------------------------------------------------------------------------

10. ERRANT BIDDER

In case after price bid opening, the lowest evaluated bidder (L1) is not awarded the
job for any mistake committed by him in tendering process or withdrawal of Bid or
modification of Bid or varying any term in regard thereof leading to re-tendering,
GAIL shall forfeit EMD submitted by the Bidder and such Bidders shall be debarred
from participation in re-tendering of the same job(s)/item(s).

Further, such Bidder will be put on holiday for a period of six months after following
the due procedure.

11. In case CBEC (Central Board of Excise and Customs)/ any equivalent Central
Government agency/ State Government agency brings to the notice of GAIL that the
Supplier of Goods / Services (Service Provider) has not remitted the amount towards
GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government
exchequer, then party will be put on holiday for a period of six months after following
the due procedure

- 69 -
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET [PRDS]
(FOR PROJECTS/ CONSULTANCY JOBS)
i) Project/Work Centre :

ii) Order/ Contract No. & date :

iii) Brief description of Items :


Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :
Contractor/ Consultant

vi) Contracted delivery/ :


Completion Schedule

vii) Actual delivery/ :


Completion date

Performance Delivery/ Completion Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated

Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or
deviation beyond contract payment term or seeking direct payment to the sub-vendor/
sub-contractor due to financial constraints, then ‘0’ marks should be allotted against
Reliability Performance.
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under:

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

- 70 -
--------------------------------------------------------------------------------------------------------------------------------------

Instructions for allocation of marks

1. Marks are to be allocated as under:

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases

ii) When quality Failure of severe nature 0 marks


failure endanger - Moderate nature 5 marks
system integration
- low severe nature 10-25 marks
and safety of the
system

iii) Number of 1. No deviation 5 marks


deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

- 71 -
--------------------------------------------------------------------------------------------------------------------------------------

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, CPS/PBG, 4 marks


Drawings and other documents within time
ii) Mobilization of resources as per Contract and in time 4 marks
iii) Liquidation of Check-list points 4 marks
iv) Compliance to statutory and HS&E requirements 4 marks
or
Reliability of Estimates/Design/Drawing etc. in case of
Consultancy jobs
v) Timely submission of estimates and other documents for 4 marks
Extra, Substituted & AHR items
B. FOR SUPPLIES
i) Submission of order acceptance, CPS/PBG, Drawings and 5 marks
other documents within time
ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).
iii) Response to various correspondence and conformance to 5 marks
standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

- 72 -
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET [PRDS]
(FOR O&M)

i) Location :

ii) Order/ Contract No. & date :

iii) Brief description of Items :


Works/Assignment

iv) Order/Contract value (Rs.) :

v) Name of Vendor/Supplier/ :
Contractor/ Consultant

vi) Contracted delivery/ :


Completion Schedule

vii) Actual delivery/ :


Completion date

Performance Delivery Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated
(*)
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or
deviation beyond contract payment term or seeking direct payment to the sub-
vendor/sub-contractor due to financial constraints, then ‘0’ marks should be allotted
against Reliability Performance
(*) Allocation of marks should be as per enclosed instructions
(**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of


No. Authorised Signatory:
1 60 & below POOR
2 61-75 FAIR Name:
3 76-90 GOOD
4 More than 90 VERY Designation:
GOOD

- 73 -
--------------------------------------------------------------------------------------------------------------------------------------

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under:

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 12 weeks 20
” 16 weeks 15
More than 16 weeks 0

b) Above 3 months Before CDD 40


Delay upto 4 weeks 35
” 8 weeks 30
” 10 weeks 25
” 16 weeks 20
” 20 weeks 15
” 24 weeks 10
More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks


prorata basis for acceptable
quantity as compared to total
quantity for normal cases

ii) When quality Failure of severe nature 0 marks


failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system

iii) Number of 1. No deviation 5 marks


deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, CPS/PBG, 4 marks


Drawings and other documents within time
ii) Mobilization of resources as per Contract and in time 4 marks
- 74 -
--------------------------------------------------------------------------------------------------------------------------------------

iii) Liquidation of Check-list points 4 marks


iv) Compliance to statutory and HS&E requirements 4 marks
or
Reliability of Estimates/Design/Drawing etc. in case of
Consultancy jobs
v) Timely submission of estimates and other documents for 4 marks
Extra, Substituted & AHR items
B. FOR SUPPLIES

i) Submission of order acceptance, CPS/PBG, Drawings and 5 marks


other documents within time
ii) Attending complaints and requests for after sales service/ 5 marks
warranty repairs and/ or query/ advice (upto the evaluation
period).
iii) Response to various correspondence and conformance to 5 marks
standards like ISO
iv) Submission of all required documents including Test 5 marks
Certificates at the time of supply

- 75 -
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS


(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

1. General

This section contains detailed instructions regarding bid submission procedure under
GAIL’s e-tendering system (e- portal). Bidders are required to read the following
instructions in addition to various instructions mentioned elsewhere in the Tender
Document for e-tendering, Ready Reckoner and FAQs etc. The instructions
mentioned herein related to bid submission procedure shall supersede and shall
prevail over the relevant conditions enumerated elsewhere in the Tender Document.

Bidders who wish to participate in e-tenders must download ‘Ready Reckoner for
bidders’ which contains instructions in respect of e-Tendering essentially covering
security settings required for Bidder’s PC / Laptop, uploading and checking the
status of digital signature in the bidder’s PC / Laptop, obtaining unique login ID and
password, re-setting the password, downloading of Tender Document and uploading
of Bid (the “e-Bid”) etc.

Further, the troubleshooting issues are also available in the form of FAQs which can
be downloaded from E- Portal.

2. About E- Portal (Web)

GAIL (India) Ltd. has developed a secured and user friendly e-tender system
enabling bidders to Search, View, Download Tender Document(s) directly from the
GAIL’s e-Portal [https://etender.gail.co.in] (referred hereunder as “E- Portal”) and
also enables the Bidders to participate and submit online prices directly in the e-
portal or uploading of SOR/Price Schedule (Price Bid) in note and attachment folder,
as applicable, and technical bids in secured and transparent manner maintaining
absolute confidentiality and security throughout the tender evaluation process and
award.

3. Pre-requisite for participation in bidding process

The following are the pre-requisite for participation in e-Tendering Process:

3.1 PC/Laptop with Windows OS, Internet Explorer

Bidder must possess a PC/laptop with Windows 7,8,8.1,10 professional or


above OS (please avoid using of Windows ultimate OS), Internet Explorer 8,
9,10,11 or above for hassle free bidding. Bidder is essentially required to effect
the security settings as defined in step-by-steps with screen shots in the
document named “Ready Reckoner for Bidders” for e-tendering available on
GAIL’s e- Portal and can be downloaded without logging in.

- 76 -
--------------------------------------------------------------------------------------------------------------------------------------

3.2 Internet Broadband Connectivity

The Bidder must have a high speed internet connectivity (preferably Broadband) to
access GAIL’s e- Portal for downloading the Tender Document and uploading
/submitting the Bids.
3.3 A valid e-mail Id of the Organization/Firm

Bidder must possess an e-mail Id, preferably of the Organisation (in case of a
company)/Individual (in case of proprietorship concern)/Partner having Power of
Attorney (in case of a partnership firm) to create login Id. The e-mail Id should not
be changed frequently. All communication related to e-tendering including system
generated mails shall be sent on this e-mail Id only. The communication to Bidder is
fully automated through the system and hence email-id of bidder is very important
for online communication with Bidder during various stages of tendering process
and should be preferably common e-mail Id of the Organisation.

3.4 User ID and Password for new Bidder(s)

To participate in the bidding process, it is mandatory on the part of Bidder(s) to


have user Id and password. Without user Id (Login Id), Bidders cannot participate in
e-tender. There will be a single login Id for a Bidder/vendor code. A Bidder having
offices/establishments at different address at same city or at different cities shall
have different vendor codes and accordingly, different user Ids as a particular user
Id is linked to a particular vendor code.

To obtain User Id and Password Bidder must visit https://etender.gail.co.in site and
perform the following steps:

i) Click on button Request User Id (For new Bidder)

ii) Fill the on line self-registration form and submit. Ensure that the e-mail address
given in the form is valid and active. If you have already been provided with the
Vendor code of GAIL, please mention the 10 digit Vendor code in the specified
field, otherwise leave blank.

iii) Ensure that all the mandatory fields (identified with a * mark) are filled in the
self-registration form for User Id creation.

GAIL’s system administrator would take possible care to allot User Id and password
within 3-4 working days. User Id and password will be communicated through
system auto-generated e-mail as mentioned in the self-registration form. On receipt
of User Id and password, please reset the password immediately by logging into
GAIL’s E-Portal.

User Id and password is unique for each Bidder/Vendor and the Bidder can use the
same to view/download/participate in all e-tenders of GAIL.

In their own interest, Bidder(s) are advised to apply for User Id immediately on
receiving tender information from GAIL or well in advance of the Due Date & Time
of Bid Submission. User Id shall normally be issued within 3-4 working days
provided complete information has been furnished by the Bidder in self-registration

- 77 -
--------------------------------------------------------------------------------------------------------------------------------------

form. GAIL shall not be responsible for any delays in allocation of User Id/password
and the ensuing consequences including but not limited to timely submission of bids.

3.5 Procedure for change of E-mail Id of the Bidder

The e-mail-id of the Bidder/Vendor Code is captured and registered in GAIL’s system
when a Bidder submits his request for user-id / password.

In case Bidder desires for change in the registered e-mail id in GAIL’s system, the
under mentioned steps may be followed:-

 Note the name, designation, e-mail id etc. of the Dealing/Purchase Officer of


GAIL from the Tender Document or from the “Contact Us” link available on
the logon page of GAIL’s e - portal.

 Request for change in the registered e-mail id may be sent to the Dealing
Officer on the company’s letter head through post/ courier/e-mail. Bidder is
also requested to mention his vendor code / user Id in the letter.

3.6 About Digital Signature

(I) What is a Digital Signature?

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


primarily identifies a unique sender. The objective of digital signature is to
guarantee that the individual sending the message is who he / she really claims
to be just like the written signature. The Controller of Certifying Authorities of
India (CCA) has authorized certain Certifying Authorities (CA) to issue
Digital Certificates. Digitally signed documents are legally valid as per the
Indian IT Act 2000.

One Digital Certificate is valid for a specified period and can be used for
digitally signing any number of documents.

(a) In case of Proprietorship/Partnership Firm

Both i.e. (i) Class 3 Digital Signatures issued to authorized individuals


on their KYC basis and (ii) Class 3b Digital Signatures issued to
authorized individuals with their organization KYC basis are
acceptable.

(b) In case of Company

Only Class 3b Digital Signature is acceptable where individuals are


using their digital signatures on behalf of the Organization and digital
Signature should be in the name of authorized signatory who has
signed the Bid on behalf of Bidder.

Bidder can submit/upload only digitally signed documents in GAIL’s e-


portal.

- 78 -
--------------------------------------------------------------------------------------------------------------------------------------

(II) Why Digital Signature is required?

In order to bid for GAIL e-tenders, Bidders are required to obtain a legally
valid Digital Certificate as per Indian IT Act 2000 from the licensed Certifying
Authorities (CA) operating under the Root Certifying Authority of India
(RCAI), Controller of Certifying Authorities (CCA) of India.

(III) How to obtain Digital Signatures from Certifying Authority (CA)?

Valid Digital Certificate can be obtained from Certifying Agency (C.A).


Information about CA’s can be obtained through CCA India website
(http://www.cca.gov.in).

Digital Signatures can be obtained using following steps:

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


b) Apply for a relevant class [i.e. class 3b or class 3 (as applicable)]
Digital Certificate with encryption/decryption facility.
c) Follow the instructions on the CA’s website for submission of requisite
documents for issue of the Digital Certificate and making payment.

*Links to some of the licensed CA's are provided below


1. http://www.ncodesolutions.com
2. http://www.sifycorp.com
3. http://www.tcs-ca.tcs.co.in
4. http://www.e-mudhra.com
5. http://www.nicca.nic.in
6. www.idrbtca.org.in

Note: The Digital signatures should be obtained directly from certifying


authority (CA). Digital signature taken from Sub CA will not be acceptable in
the e-tendering system.

GAIL/ Purchaser reserves the right to verify the Authenticity of above digital
signatures after bid opening and in case the digital signature is not authorized /
valid, the bid will be rejected. Bidder shall be responsible for ensuring the
validity of digital signatures and proper usage of the same.

4. How to submit On-line Bids/Offers electronically against E-tenders?

Bidders who wish to participate against e-tenders uploaded on GAIL’s e-portal


website (https://etender.gail.co.in) should follow the steps mentioned in the “Ready
Reckoner for Bidders for e-tendering” available on GAIL’s e-tender portal which
shall guide them to Search, Display/View, Download and Submit electronic
Bids/Offers online in a secured manner ensuring confidentiality.

5. How to search, view and download e-tender?

Bidders must go to e-portal and logon using their user-Id and password. In case
bidders do not have the User Id and Password, they can access the e-portal as guest
which does not require any user Id & Password. This facilitates viewing and

- 79 -
--------------------------------------------------------------------------------------------------------------------------------------

downloading the Tender Documents . The Bidder can also download the relevant
Tender Document following instruction provided in Ready Reckoner.

6. Bidders are advised to ensure that their Bids are uploaded in e-Portal well before the
closing date and time of bid submission by pressing “Submit” button. It has been seen
that Bidder who try to upload his Bid at the last moment often failed because of last
minute unforeseen reasons. Therefore, Bidders are requested to upload & submit all
documents (Technical/Un-Priced Bid and Priced Bid) well in advance and refrain
from submitting their Bid at the last moment. Once Bid is submitted successfully,
Bidders shall receive a system generated response on their registered E-mail Id
confirming successful submission of Bid indicating ten digit response number starting
from 9000…. (E-bid number).

Bidder can modify the Bid already submitted prior to the Due Date and Time of Bid
submission.

7. Further, Bidders are advised to carry out a practice session on the demo version of
tendering as explained in Ready Reckoner to get well acquainted with the system
before actual submission of bid.

8.0 Content of Bid

8.1 Un-Priced Bid


The Un-priced Bid (i.e. Part I – Technical Bid, refer ITB of Tender Document for
details) to be uploaded using Link “TECHNICAL DOCUMENT”. Bidders are
advised to not upload duly filled Schedule of Rates/Price Schedule (Price Bid) at this
link. For detailed instructions, Ready Reckoner for bidders may be referred.

Before the Bid is uploaded, the Bid comprising of all relevant documents mentioned
in the Tender Document should be digitally signed in accordance with the Indian IT
Act 2000. If any modifications are required to be made to a document thereafter, the
modified documents shall be again digitally signed before uploading.

Bidders are required to upload all tender forms and supporting documents which
form part of the Bid in the Collaboration Folder (C-Folder) under Tender Document
of e- portal.

Uploading the documents relevant to Bid before the bid submission date and time is
the sole responsibility of the Bidder. No Manual/Hard copy of bid is acceptable. Bids
submitted manually shall be rejected.

Bidders are required to submit the EMD in original in the prescribed formats in
sealed envelope in the manner prescribed in the Tender Document and upload copy
of the same in Part –I (Technical Bid) of their e-Bid.

The complete Bid (each page) shall be continuously numbered in sequence, from start
till end i.e. 1, 2, 3… n. The Bid shall be uploaded along with proper index and
indicating page numbers against each category of documents. A sample is suggested
as under:

- 80 -
--------------------------------------------------------------------------------------------------------------------------------------

Sub-folder in Documents Page nos.


C-Folder (for ref.)
1. INDEX Index 1 to a
2. TENDER DOC Tender Document, Corrigendum etc. a+1 to b
3. B.E.C BEC documents (including order, b+1 to c
completion/ execution certificate,
balance sheet, etc.)
4. UN-PRICED Un-priced Commercial offer/bid c+1 to d
COMMERCIAL
5. EMD/POA Scanned copy of EMD/POA d+1 to e
6. FORMATS Formats of tender duly filed-in, signed e+1 to f
and stamped and other
7. I.P. Integrity Pact (I.P.) f+1 to f
8. OTHERS Any other document g+1 to n

The above shall ensure that there are no missing documents and traceability of
relevant section is ensured.

Note:

i) Bidder may save/store the Bid documents in the PC/Laptop before submitting
the same into in e- portal.
ii) Bidder is required to fill up the price(s)/rate(s) strictly in the Schedule of Rate
(SOR)/Price Schedule format attached with the Tender Document.

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


Bidder, such document can be deleted by the Bidder and can be replaced by a digitally
signed new/modified document prior to Due Date and Time of Bid Submission.

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


earmarked in the C-folder of Tender Document in e- portal.

8.2 Priced Bid

The Priced Bid (i.e. Part II – Price Bid, refer ITB for details) to be uploaded using
Link “Step-3: SOR Attachments” and NOT using link “TECHNICAL DOCUMENT”
except online bidding process. Bidders are advised not to upload any other documents
as the same shall be ignored. For detailed instructions, refer Tender Document and
Ready Reckoner.

GAIL shall not be responsible for any failure on the part of the Bidder in submission
of Priced Bid.

Instructions mentioned under “PRICE BID [Online]” in Ready Reckoner shall be


applicable in case Bidders have been asked to quote their prices on-line directly in the
GAIL’s e- portal.

9. E-Tender demo during pre-bid conference

During the pre-bid meeting, GAIL shall also arrange demonstration for submission of
bids in e- portal for interested bidders.
- 81 -
--------------------------------------------------------------------------------------------------------------------------------------

10. Submission of documents

Bidders are requested to upload small sized documents preferably (upto 20 MB) at a
time to facilitate easy uploading into e- portal. GAIL shall not be responsible in case
of failure of the Bidder to upload documents/bids within specified time of Bid
submission.
11. Last date for submission of bids

System does not allow for submission or modification of Bid beyond the specified
time of Bid submission. However, if the Bidder for some reason intends to change the
Bid already uplaoded, he may change/revise the same on or before the Due Date and
Time of Bid submission. The system time displayed on GAIL’s e-portal shall be final
and binding on the bidders for all purposes pertaining to various events of the subject
tender and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-portal
well before the Due Date and Time of Bid submission as mentioned in Tender
Document. .

12. Internet connectivity

If bidders are unable to access GAIL’s e- portal or Bid Documents, the Bidders may
please check whether they are using proxy to connect to internet or their PC is behind
any firewall and may contact their system administrator to enable connectivity. Please
note that Port SSL/443 should be enabled on proxy/firewall for HTTPS connectivity.
Dial-up/Broad band internet connectivity without Proxy settings is another option.
.................................................................................................................................

- 82 -
--------------------------------------------------------------------------------------------------------------------------------------

ANNEXURE-IV

BIDDING DATA SHEET (BDS)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:


ITB clause Description
A. GENERAL
1.1 The Purchaser is: GAIL (India) Limited

1.2 The Invitation for Bid/ Tender is for Supply, Installation &
Commissioning of CCTV System for GAIL, Pata

General The Purchaser is: GAIL (India) Limited

The consignee details and Delivery Location (For Indian Bidders) for the
goods are as under :-
Consignee: GAIL (India) Limited, PATA

Delivery Location: GAIL (India) Limited


PATA – Petrochemicals,
P.O. PATA, Distt. – Auraiya
Pin – 206241 (U.P.) India
3 Bid From a Consortium/ Joint Venture : NOT APPLICABLE

B. TENDER DOCUMENT
8.1 For clarification purposes only, the communication address is:

GAIL (India) Limited


PATA – Petrochemicals,
P.O. PATA, Distt. – Auraiya
Pin – 206241 (U.P.) India
E-Mail: _sk08536@gail.co.in ; sandeep.sharma@gail.co.in

C. PREPARATION OF BID

11.1.1 (x) The Bidder shall submit with its Part-I (Techno-commercial/ Unpriced bid)
the following additional documents (SCC Refers):
NIL

12 Additional Provision for Price Schedule/ Schedule of Rate/ Bid Price are as
under:
NIL

12.1.2 ---

12.2.2 The Third Party Inspection shall be applicable only if there is a specific
mentioning of such Inspection provisions in SCC of Tender Document.

- 83 -
--------------------------------------------------------------------------------------------------------------------------------------

12.3 Transit/marine Insurance shall be arranged by :- GAIL

The details shall be provided to successful bidder during order placement.

12.5 Delivery basis shall be

Indian Bidder:
FOT/FOR Site, …..[PATA]

EX-WORKS, ……(Bidder to indication


location)

Foreign Bidder:
CFR, ……..[NHAVA SHEVA]

FOB, ……(Bidder to indicate


Port/location)
13.1.7 Details of Buyer:

Consignee GAIL (India) Limited

GAIL India Limited


PATA – Petrochemicals,
P.O. PATA, Distt. – Auraiya
Pin – 206241 (U.P.) India

GST No. 09AAACG1209J3ZS

PAN No. AAACG1209J

15 The bid validity period shall be 3 (Three) months from final 'Bid Due
Date'.
16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand Draft',
the same should be favor of GAIL (India) Limited, payable at PATA

Details of GAIL’s Bank is


1. Account Holder’s Name: GAIL INDIA LIMITED
2. Bank Name: STATE BANK OF INDIA
3. Branch Name /branch code : PATA (01937) , 01937
4. Account Number : 0000032808651040
5. IFSC Code: SBIN0001937
6. SWIFT Code of Branch: SBININBB352

D. SUBMISSION AND OPENING OF BIDS


18 Not applicable in case of e-tendering.

22 The E-Tender No. of this bidding process is: 8000013185

- 84 -
--------------------------------------------------------------------------------------------------------------------------------------

22.2 and 4.0 For bid submission purposes only (Manual) or the submission of physical
of IFB documents (i.e. POA, Integrity Pact etc.) in case of e-tendering, as per
clause no. 4.0 of IFB, the Purchaser’s address is :

GAIL (India) Limited


PATA – Petrochemicals,
P.O. PATA, Distt. – Auraiya
Pin – 206241 (U.P.) India
26 The bid opening shall take place at:

GAIL India Limited


PATA – Petrochemicals,
P.O. PATA, Distt. – Auraiya
Pin – 206241 (U.P.) India
E. EVALUATION, AND COMPARISON OF BIDS
32 Evaluation Methodology is mentioned in Section-II.
F. AWARD OF CONTRACT
37 The following designated authority shall be contacted after receipt of
Notification of Award for all contractual matters :-

P.M. Shaj Kumar, DGM(C&P) / Sandeep Kumar Sharma, Mgr. (C&P)


38 Contract Performance Security (CPS)/ Security Deposit : APPLICABLE

SD/CPBG @10 % of Order value is to be submitted within 30 days


from the date of notification of Award.

(*) For Domestic Bidders –CPBG/SD shall be on order value


excluding taxes & duties

For Foreign Bidders - CPBG/SD shall be on CFR Order value

40 Whether tendered item is non-split able or not-divisible :


NON SPLITABLE

50 Quarterly Closure of Contract : NOT APPLICABLE

51 Applicability of provisions relating to Startups: APPLICABLE

6.1 of The Port Consignee details shall be as under:-


Annexure-V
(B) to ITB Port Consignee (in case of foreign bidder):

HOD (C&P)
GAIL (India) Limited
GAIL Bhawan, Plot No 73, Road No 3, Sector 15
CBD Belapur, District & Taluka: Thane
Navi Mumbai, Pin Code 400614
E-mail:-------------------------

- 85 -
--------------------------------------------------------------------------------------------------------------------------------------

6.2 of GAIL Banker’s Details:


Annexure-V 1. Account Holder’s Name: GAIL INDIA LIMITED
(B) to ITB 2. Bank Name: STATE BANK OF INDIA
3. Branch Name /branch code : PATA (01937) , 01937
4. Account Number : 0000032808651040
5. IFSC Code: SBIN0001937
6. SWIFT Code of Branch: SBININBB352
SCC MODE OF SHIPMENT: SEA

Clause no.38 Fall Clause : NOT APPLICABLE


of GCC

Clause no.26 Price Reduction Schedule for Delayed delivery


of GCC

The following provision is added in the referred clause of GCC:

“In a supply contract, the portion of supply completed in all respect which
can be used for commercial operation shall not be considered for applying
PRS, if delivered within contractual delivery period. The remaining
supplies which are completed beyond the contractual delivery shall attract
price reduction schedule @½ % of the delayed delivery value maximum
upto 5% of the total order value. The PRS shall be applicable in the same
way where individual release order against ARC shall be taken as
independent order.”

- 86 -
--------------------------------------------------------------------------------------------------------------------------------------

ANNEXURE-V

(A) PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS


FOR INDIGENOUS MATERIALS

1.0 General

1.1 This specification forms an integral part of the relevant Purchase Order, in addition to
the specifications, drawings and instructions explicitly listed in the Purchase Order.

1.2 Seller shall strictly comply with all applicable prescriptions in the specifications. Lack
of relevant information and/or documents shall not absolve the Seller of his
responsibilities and any loss arising out of non-compliance shall be to supplier’s
account.
2.0 Project/Job

Name of Purchaser, Project/Job location and some other relevant information are as
per Bid document/Annexure.
3.0 Packing

3.1 The packing specifications incorporated herein are supplementary to the internal and
external packing methods and standards as per current rules of IRCA goods tariff Part-
I. All packing shall be done in such a manner so as to reduce volume as much as
possible. Fragile articles should be packed with special packing materials depending
on the type of materials.

3.2 Items shipped in bundles must be securely tied with steel wire or strapping. Steel
reinforcing rods, bars, pipes, structural materials, etc. shall be bundled in uniform
lengths and the weight shall be within the breaking strength of the securing wire or
strapping.
3.3 All delicate surfaces on equipment/materials should be carefully protected and painted
with protective paint/compound and wrapped to prevent rusting and damage.
3.4 All mechanical and electrical equipment and other heavy articles shall be securely
fastened to the case bottom and shall be blocked and braced to avoid any
displacement/shifting during transit.
3.5 Attachments and spare parts of equipment and all small pieces shall be packed
separately in wooden cases with adequate protection inside the case and wherever
possible should be sent along with main equipment. Each item shall be suitably tagged
with identification of main equipment, item denomination and reference number of
respective assembly drawing. Each item of steel structure and equipments shall be
identified with two erection markings with minimum lettering height of 15 mm. Such
marking will be followed by connection numbers in indelible ink/paint. A copy of the
packing list shall accompany the material in each package.
3.6 All protrusions shall be suitably protected by providing a cover comprising of tightly
bolted wooden discs on the flanges.

- 87 -
--------------------------------------------------------------------------------------------------------------------------------------

3.7 Wherever required, equipments/materials/instruments shall be enveloped in


polyethylene bags containing silicagel or similar dehydrating compound.
3.8 All pipes shall be packed as under:

a) Upto 50mm NB in Wooden cases/crates.


b) Above 50mm NB and upto 100mm NB in Bundles and the bundles should be
strapped at minimum three places.
c) Above 100mm NB in loose.

Individual cases/bundles must contain the pipes of same size and length. Ends should
be capped.

3.9 Pipes with threaded or flanged ends shall be protected with suitable caps/covers before
packing.
3.10 Detailed packing list in waterproof envelope shall be inserted in the package together
with equipment/material. One copy of the detailed packing list shall be fastened
outside the package in waterproof envelope and covered by metal cover.
3.11 The Seller shall be held liable for all damages or breakages to the goods due to the
defective or insufficient packing as well as for corrosion due to insufficient protection.
3.12 Packaged equipment or material showing damage, defects or shortages resulting from
improper packaging material or packing procedures or having concealed damage or
shortages, at the time of unpacking shall be to the seller’s account.
4.0 Marking

4.1 Each package shall be marked on three sides with proper paints/indelible waterproof
ink as follows:
PURCHASER: GAIL (INDIA) LIMITED

PROJECT/PLANT:

DESTINATION:
Purchase Order No..............................................................................................
Net Wt................……….... Kgs Gross Wt.................................Kgs.
Dimensions............................................... X................. X...........................CM.
Package No. (Sl. No. of total packages)....................................................................
Seller’s Name.......................................................................................................

4.2 Additional marking such as ‘HANDLE WITH CARE’, ‘THIS SIDE UP’, ‘FRAGILE’
or any other additional indications for protection and safe handling shall be added
depending on the type of material.
4.3 Specific marking with paint for ‘SLINGING and ‘CENTRE OF GRAVITY’ should be
provided for all heavy lifts weighing 5 Tons and above.

- 88 -
--------------------------------------------------------------------------------------------------------------------------------------

4.4 In case of bundles/bags or other packages, wherever marking cannot be stencilled, the
same shall be embossed on metal or similar tag and wired securely at two convenient
points.
5.0 Shipment

5.1 Despatch of materials shall be made in accordance with the relevant terms of the
Purchase Order. Any change in mode of transport shall be resorted to only after prior
approval in writing. Seller shall ensure despatch of equipments/materials immediately
after they are inspected and released. All consignments shall be booked in the name of
Purchaser and not under self-basis.
5.2 Despatch by Road

(a) The Seller shall be responsible for despatch of materials on DOOR-


DELIVERY basis through a reliable Bank-Approved transport company unless
otherwise the transport company is named by PURCHASER/ PMC.
(b) The SELLER shall ensure with Transport Company the delivery of materials
within a reasonable transit period. SELLER shall also obtain from transporter,
particulars of Lorry Number, Transporter’s Challan Number, destination of
lorry (if transshipment is involved), Transporter’s Agent at destination, if any,
etc. and intimate same to GAIL/PMC EIC (respective Project Site).
5.3 Despatch by Rail

5.3.1 The SELLER shall be responsible for:

(a) Despatch by the shortest possible route. The Seller shall as far as possible,
despatch the materials by the fastest goods train like QTS, Super Express
Goods, etc. wherever such facilities exist.

(b) Correct classification of goods and freight charges.

(c) Obtaining clean Railway Receipts without any qualifying remarks.


Should there be any restriction for movement by a particular route, the Railway
authorities should be requested to move goods by the next alternative route,
subject to prior consent of GAIL/PMC.
5.3.2 As “SMALLS”

When the materials that are ready do not make up a wagonload by weight/volume or
for minimum freight payable for a wagon the despatch should be affected as “smalls”.
Seller should obtain from the Railway, the particulars of wagon in which the “Smalls”
have been loaded, station at which sealed, train Number and date/time of movement
and transmit the same to the Resident / Visiting Inspector, EIC (concerned Site) PMC
for monitoring their movement.
5.3.3 As Wagon Loads

Consignments, though of lesser weight, but otherwise constituting a “wagon load” by


volume should be despatched as “wagon load” paying the freight applicable to a
minimum wagon load or at the smalls rate, whichever is advantageous, as per Rule-

- 89 -
--------------------------------------------------------------------------------------------------------------------------------------

164 of IRCA Goods Tariff Part-I (Vol.I)


When consignments call for full wagon(s), indents should be placed with the Railway
Station concerned after predetermining accurately the type and number of wagons
required. In case of covered wagons, it should be ensured that the same are watertight.
If a particular type of wagon is in short supply, request should be made to the Railway
Authorities to supply the next suitable type of wagon. Suitable packing in the wagon
shall be done, wherever necessary, to ensure maximum safety of the material in
transit.
When ODC packages are involved, the Seller shall apply to the Railway Authorities
with loading sketches showing overall dimensions and the wagon proposed to be
utilised sufficiently in advance for obtaining movement sanction and to establish firm
transportability. Copies of all such correspondence together with loading sketches
should be sent to PMC ODC packages shall be loaded, packed and lashed strictly in
accordance with the Railway Regulations. Should there be any delay/difficulty in
obtaining the required wagon(s), the Seller shall inform GAIL /PMC immediately
giving details of the required number of wagons, type, carrying capacity, etc. and
indent number so that the matter may be taken up with the Railway Authorities
concerned.
After despatch, SELLER shall obtain from the Railway Authorities, particulars of the
wagon/train number, date of movement and destination junction for the particular train
and furnish the same to GAIL / PMC for follow-up action on movement, as may be
necessary.
After despatch of the equipment from despatching station, if movement of the wagon
is held-up due to improper/loose lashing resulting in shifting of the load and
consignment is required to be readjusted/refixed the vendor shall be responsible to
arrange for the same as per Railway requirements. Similarly, in case some
infringement in dimensions of the loaded consignment is detected by Railway
Authorities after its movement from despatching station and if it is required to be
corrected either by adjustment of the load or by cutting a few protrusions the same
shall be arranged by vendor at their cost.
5.4 Shipment by Air

Wherever Seller is instructed by Purchaser to airfreight any material, the Seller shall
take prompt action for the same. Immediately after air shipment is effected, the Seller
shall intimate by Fax / E-mail, the details of airway bill number and date, flight
number, number of packages etc. to EIC, GAIL / PMC (respective Project Site).

5.5 Destination

The consignments should be despatched as indicated in bid document/Purchase Order.

5.6 Advance Information

Immediately after a shipment is made, Seller shall send advance information as to the
particulars of materials, value, Purchase Order Number, date of despatch, railway
receipt number, wagon number/goods consignment note number, truck number, name
of transport company and their destination office/associate’s address etc./Airway Bill
Number and flight details by way of Fax / E-Mail to Resident / Visiting Inspector,
- 90 -
--------------------------------------------------------------------------------------------------------------------------------------

EIC, GAIL / PMC (respective Project Site).


5.7 Transmission of Despatch Documents

Seller shall, within 48 hours of the despatch of the material depending upon the
payment terms of the Purchase Order, either negotiate through PURCHASER’s
Bankers or forward direct by Registered Post, the railway receipt/consignment
note/Airway Bill to the Purchaser accompanied by the original invoices, packing lists
and challans.
The Seller shall be responsible for any delay in clearance of the consignment at
destination and consequent wharfage/demurrage, if any, due to delay in transmittal of
the Railway Receipt, Consignment Note/Air Way Bill. Copies of such despatch advise
together with 2 copies of invoices and packing lists shall be simultaneously distributed
to Purchaser’s / PMC etc.
6.0 Transit Risk Insurance

All equipments/materials will be insured for transit risk by Purchaser unless otherwise
specified. The Insurance cover will be provided from warehouse - to - warehouse.
7.0 Despatch through Approved Transporters

All materials must be despatched through Purchaser/PMC approved transporters, list


of which may be obtained from the Purchaser’s / PMC nearest branch/regional office.

(B) PACKING, MARKING, SHIPPING AND DOCUMENTATION SPECIFICATIONS


FOR IMPORTED MATERIAL

1. PACKING
1.1. Packing shall be strong and sturdy such that it can withstand loading/unloading,
pushing and crane lifting etc. All packaging shall be done in such a manner as to
reduce volume and weight as much as possible without jeopardizing the safety of
the material. All packing materials shall be new and unless otherwise specified,
shall be of packer’s standard for export shipments.
1.2. Fragile articles should have special packing materials depending on type of
materials.
1.3. All soft and delicate surfaces on equipment/material should be carefully protected /
painted with suitable coating and wrapped to prevent rusting and damage.
1.4. All mechanical and electrical equipment and other heavy articles should be
securely fastened to the bottom of the case, to avoid damage.
1.5. All packages requiring handling by crane should have sufficient space at
appropriate place to put sling of suitable dia (strength). Irons/steels angle should be
provided at the place where sling markings are made to avoid damage to
package/equipments while lifting.
1.6. All threaded fittings and pipes should be greased and provided with plastic caps.
1.7. Attachments and spare parts of equipments and all small pieces shall be packed
separately in wooden cases with adequate protection inside the case and sent along
with main equipment. Each item shall be tagged so as to identify it with the main
- 91 -
--------------------------------------------------------------------------------------------------------------------------------------

equipment and part number and reference number shall be indicated.


1.8. All protrusions shall be suitably protected and openings shall be blocked by
wooden/steel covers as may be required.
1.9. Wherever required equipments/materials shall be packed in polythene bags and
silica gel or similar dehydrating compound shall be put inside the bags to protect
them.
1.10. Detailed case wise packing list in water proof envelope shall be inserted in each
package together with equipment/material. One copy of ‘Detailed Packing List’
shall be fastened outside of the package in waterproof envelope and covered by
metal cover. In case of bigger dia pipes and large equipments, documents
contained in the envelope shall be fastened inside a shell connection with an
identifying arrow sign ‘Documents” applied with indelible paint.
2. MARKING
2.1. Each package shall be marked on three sides with proper paints/indelible
waterproof ink as follows:
PURCHASER: GAIL (INDIA) LIMITED.
PROJECT/JOB:
DESTINATION:

Purchase Order No.………………………………………


Net Wt. ………………………Kgs. Gross Wt. ………………………….. Kgs
Dimensions ……………X …………………X …………CM
Package No. (S. No. of total packages) ………………………………………..
Seller’s Name ……………………………………………………………….

2.2. Letters, figures, marks etc., used for marking shall be stencil printed. Handwriting
should be avoided as far as possible. Size of letters shall be optimum for each
package dimension.
2.3. In case of bundles or other packages wherever marking can not be stencilled the
same shall be embossed on metal or similar tag and wired securely at minimum
two convenient points and both ends shall be suitably protected/covered. In case of
loose pipes sticker of above markings should be pasted on inner wall corner of
each pipe on both sides.

3. SHIPMENT
3.1. BY SEA
All shipment of materials shall be made by First class direct vessels. All shipments
shall be under deck unless carriage on deck is unavoidable.
3.4. BY AIR
Wherever the shipments are to be effected by Air, the same shall be dispatched
preferably through Air India.
4. SHIPPING DOCUMENTATION
4.1. All documents shall be in English Language.
4.2. DOCUMENTS REQUIRED BEFORE SHIPMENT
Proforma Packing Lists and sketches of Over Dimensioned Cargo should be
- 92 -
--------------------------------------------------------------------------------------------------------------------------------------

forwarded to Purchaser/Project Division at address given at clause 6.1 below in


triplicate.
4.3. DOCUMENTS REQUIRED AFTER SHIPMENT
The supplier shall air mail the shipping documents stated herein below after the
shipment has been made so that the same are received at least two weeks prior to
the arrival of vessel at destination Port. Copies to Port Office must be sent
immediately through International Courier.
The supplier shall be fully responsible for any delay and/or demurrage that may
become payable at destination Port on account of delay in transmittal of following
shipping documents.
i Commercial Invoice
ii Bill of Lading
iii Inspection Release Note
iv Packing List
v Freight Memo
vi Certificate of Origin
vii Test Certificates (NDT reports, MTC, etc. as per MR)
viii Certificate of Measurement and Weight

One set each of the above documents is to be sent by first class courier to
Purchaser/PMC at the address given at clause 6.1 below.
In case of air shipments, two sets of non-negotiable documents consisting of
Commercial Invoice (ink signed), Packing list, Certificate of Origin, Technical
Literature shall be handed over to Airlines with the instructions that the same
should be handed over along with cargo arrival notice and copy of Airway Bill to
Destination Airport Notify party.

Suppliers to note that as per notifications issued by Civil Aviation & Central
Board of Excise and Customs, Free Period for import consignments at AIR & SEA
CARGO is only 48 Hrs.

In order to expedite the clearance procedure and avoid the delay in presentation of
Bill of entries and demurrage charges, suppliers are advised to ensure that the
above documents are forwarded well in advance before the landing and arrival of
the shipment.
4.4. BILL OF LADING
Bill of lading shall be ‘Clean on Board’. Ocean Bill of Lading be made in favour
of (Purchaser) or order of the bank (and not order of the shipper) and the notify
column should indicate Port Consignee/PMC at its address given at clause 6.1
below.
4.5. PACKING LIST
Packing list must show, apart from other particulars actual contents in each case,
net and gross weights and dimensions and the total number of packages. In case of
pipes and plates in bundles, number of pipes/plates with individual length/size in
each bundle must be indicated.

- 93 -
--------------------------------------------------------------------------------------------------------------------------------------

5. SHIPPING ADVICE
5.1. Within 48 hours after shipment, the supplier shall send shipping advice by way of
Fax to Purchaser/PMC at clause 6.1 below, giving particulars of the shipment,
vessel’s name/Airlines, Flight No. & Date on which materials actually left (and not
tentative flight No. and Date), Port of Shipment, Bill of Lading No. & Date,
contents in brief, Purchase Order Number, total FOB and Freight Values, number
of Packages and total gross weight, ETD & ETA of vessel. In case of Air shipment
through consolidation services, information must contain both Master Air Way no.
& House Airway Bill no.
5.2. In case of free replacement/supply of components/parts, the supplier shall advise
by Fax above dispatch particulars along with specific statement ‘Free Supply’
‘Value for customs purposes only’.
6. ADDRESSES

6.1 Consignees:
A. Project/Work center Consignee:
[refer BDS for Consignee Details]

B. Consignee (for sea port/ airport of entry):


[refer BDS for port Consignee Details]

6.2. Bankers:
[refer BDS for Bankers details]

7. SHORT SHIPMENTS
7.1. Seller should thoroughly check all items in the packing before effecting shipment.
If any item(s) are found short packed in sound boxes on examination at site /
project site, Seller shall be responsible to supply short packed items free of charge
on receipt of advice from Purchaser. Seller shall also be responsible to bear the
import duty levied by Indian Customs on such short packed items.

(C) SPECIAL PACKAGING REQUIREMENTS


All raw/solid wood packaging material used for packaging shall be appropriately
treated and marked as per ISPM-15 (International Standards of Phyto-sanitary
measures 15) OR shall be accompanied by a Phytosanitary Certificate with the
treatment endorsed.
The treatment of raw/solid wood packaging material prior to export shall include
either Methyl Bromide (MB) @ 48 g/m3 for 16 hrs at 21º C and above or any
equivalent thereof or heat treatment (HT) at 56º C for 30 min (core temperature of
wood) or Kiln Drying (KD) or Chemical Pressure Impregnation (CPI) or any other
treatments provided that these meet the HT specifications of the ISPM-15.
However, the above conditions shall not be applicable to wood packaging material
wholly made of processed wood products such as ply wood, particle board, oriental
strand board of veneer that have been created using glue, heat and pressure or
combination thereof. The above conditions shall also not be applicable to wood
packaging material such as veneer peeler cores, wood wool & shavings and thin wood
pieces (less than 6mm thickness) unless they are found to be harboring any pests.

- 94 -
--------------------------------------------------------------------------------------------------------------------------------------

Annexure-VI

POLICY TO PROVIDE PURCHASE PREFERENCE (LINKED WITH LOCAL


CONTENT) (PP-LC)

1.0 Ministry of Petroleum & Natural Gas (MoPNG) vide O.M No: O-27011/44/2015-
ONG-II/FP dated 25.04.2017 has forwarded policy to provide Purchase Preference
(linked with Local Content) in all the Public Sector Undertakings under the Ministry
of Petroleum and Natural Gas with objective to Support and boost the growth of
Domestic Manufacturing sector so as to be able to support oil and natural gas
business activities and contribute added value to economy, absorb manpower as
well as have national, regional and international competitiveness; and boost the
growth of innovation/technology of domestic manufacturing sector. A copy of the
policy is available on website of MoP&NG (i.e. http://petroleum.nic.in/).

2.0 Eligibility: Manufacturers/ Suppliers / service providers (as the case may be) having
the Capability of meeting/ exceeding the local Content targets mentioned in the tender
document.

In case a bidder is eligible to seek benefit under Purchase PP-LC policy as well as
PPP for MSE 2012, then the bidder should categorically seek benefits against only
one of the two policies i.e. either PP-LC and MSE policy in Form-1. The option once
exercised cannot be modified subsequently.

Purchase preference benefits shall be extended to the bidder based on the declared
option subject to the bidder meeting the requirements contained in that purchase
preference policy.

In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not be
entitled to claim purchase preference benefit available to MSE Bidders under PPP-
2012. However, the exemptions from furnishing Bidding Document fee and Bid
security/EMD shall continue to be available to MSE Bidders

While for evaluating a particular bid that bidder’s option (to avail any one out of two
applicable purchase preference policies, i.e., PP-LC-2017 or PPP-2012) will be
considered, for price matching opportunities and distribution of quantities among
bidders, the precedence shall be in the following order:-

(a) Public Procurement Policy for MSE 2012


(b) Purchase Preference liked with Local Content

3.0 Definition:

(i) Local Content hereinafter abbreviated to LC shall be the value of local components
in goods, service and EPC contracts, indicated in percentage.

(ii) Domestic Manufacturer shall be business entity or individual having business


activity established under Indian law and producing products domestically.

- 95 -
--------------------------------------------------------------------------------------------------------------------------------------

(iii) Supplier of goods and/or provider of service shall be a business entity having
capability of providing goods and/or service in accordance with the business line and
qualification thereof.

(v) Verification shall be an activity to verify the accomplishment of LC by domestic


manufacturers and/or suppliers of goods and/or providers of service with the data
obtained or collected from respective business activities.

(vi) Purchase preference Where the quoted price is within 10% of the lowest price, other
things being equal, purchase preference may be granted to the bidder Concerned, at
the lowest valid price bid.

(vii) Local Content (LC) in Goods shall be the use of raw materials, design and
engineering towards manufacturing, fabrication and finishing of work carried out
within the country.

(viii) Local Content (LC) in Services shall be the use of services up to the final delivery by
utilizing manpower (including specialist), working appliance (including software) and
supporting facilities carried out within the country

(ix) Local Content (LC) in EPC contracts shall be the use of materials, design and
engineering comprising of manufacturing, fabrication, assembly and finishing as
well as the use of services by utilizing manpower (including specialist), working
appliance (including software) and supporting facility up to the final delivery,
carried out with in the country.

(x) Factory overhead cost shall be indirect costs of manpower, machine/working


appliance/facility and the whole other fabrication costs needed to produce a unit of
product with the cost not chargeable directly to specified product.

(xi) Company overhead cost shall be costs related to the marketing, administration and
general affairs cost of the company.

(xii) Indian Company means a company formed and registered under the Companies Act
1956 or the Companies Act 2013.

(xiii) Foreign company means any company or body corporate incorporated outside India
which— (a) has a place of business in India whether by itself or through an agent,
physically or through electronic mode; and (b) conducts any business activity in India
in any other manner.

(xiv) Target of local content for availing Purchase Preference for the tendered item in
percentage is mentioned below: 30%

4.0 Wherever the goods/ services are procured under this policy, eligible (techno-
commercially qualified) LC manufacturers / LC service providers shall be granted a
purchase preference of 10%, i.e. where the quoted price is within 10% of the lowest
price, other things being equal, purchase preference shall be granted to the eligible
(techno commercially qualified) LC manufacturers/ service providers concerned, at
the lowest valid price bid as under:-

- 96 -
--------------------------------------------------------------------------------------------------------------------------------------

a) Goods:

If the tenders can be split (as specified in BDS) then the order for 50% ** of
the procured quantity would be awarded to the lowest techno-commercially
qualified LC manufacturer/ supplier, subject to matching with L1, if such
bidders are available. The remaining will be awarded to L1 (i. e. Non Local
Content (NLC) manufacturer/ supplier not meeting the prescribed LC criteria).

However, if L1 bidder happens to be a LC manufacturer, the entire


procurement value shall be awarded to such bidder.

If the tender cannot be split (as specified in BDS) then the order shall be
awarded to the eligible LC manufacturer for the entire quantity.

b) Services/EPC Contracts (others):

If the tender cannot be split (as specified in BDS) the entire contract would
be awarded to the lowest techno-commercially qualified LC service provider,
subject to matching with L1, if such bidders are available and L1 bidder is not
a LC service provider.

In case tender for services/ EPC can be split (as specified in BDS), then
splitting shall be allowed and specified in tender documents. Such services
shall follow the procedure outlined for goods as described in goods above.

It may be noted that only those LC manufacturers/ service providers whose


bids are within 10% of the L1 bid would be allowed an opportunity to match
L1 bid.

Note:
(i) Refer BDS (Bidding Data Sheet) of ITB (Institutions to Bidders)
regarding splitability of the tender
(ii) ** If the tendered quantity cannot be divided exactly 50:50, the LC
bidder will be eligible for quantity not less than 50% of tendered
quantity.
(iii) Bidder can refer MoP&NG website where complete policy with
illustrative examples are uploaded for better clarity to bidders

5) Determination of LC: The following process shall be adopted by the bidder to


determine the content of LC.:-

5.1 LC of goods

a) LC of goods shall be computed on the basis of the cost of domestic


components in goods, compared to the whole cost of product. The whole cost
of product shall be constituted of the cost spent for the production of goods,
covering; direct component (material) cost: direct manpower cost, factory
overhead cost and shall exclude profit, company overhead cost and taxes for
the delivery of goods.

- 97 -
--------------------------------------------------------------------------------------------------------------------------------------

b) The criteria for determination of the local Content cost in the goods shall be as
follows:

i) In the case of direct component (material), based on country of


origin;
ii) In the case of manpower, based on INR component; and
iii) In the case of working equipment/facility, based on the country of
origin

c) The calculation of LC of the combination of several kinds of goods shall


be based on the ratio of the sum of the multiplication of LC of each of the
goods with the acquisition price of each goods to the acquisition price of the
combination of goods.

5.2 LC of Services

a) LC of Service shall be calculated on the basis of the ratio of service cost


of domestic component in service to the total cost of service.

b) The total cost of service shall be constituted of the cost spent for
rendering of service covering

i) Cost of component (material) which is used,


ii) Manpower and consultant cost; cost of working equipment/facility; and
iii) General service cost, excluding profit, company overhead cost, taxes
and duties

c) The criteria for determination of cost of local content in the service shall be as
follows:-

i) In the case of material being used to help the provision of


service, based on country of origin ;
ii) In the case of manpower and consultant based on INR component of
the services contract;
iii) In the case of working equipment/facility, based on country of origin,
and
iv) In the case of general service cost, based on the criteria as mentioned
in i), ii) and iii) above.
v) Indian flag vessels in operation as on date.

5.3 Determination of Local Content: The determination of local content of the working
equipment/facility shall be based on the following provision: working equipment
produced in the country is valued at 100% (one hundred percent) local content;
working equipment produced abroad is valued as much as nil (0% percent) local
content.

5.4 LC of EPC contracts (others):


a) LC of EPC contracts shall be the ratio of the whole cost of domestic
components in the combination of goods and services to the whole combined
cost of goods and services.
- 98 -
--------------------------------------------------------------------------------------------------------------------------------------

b) The whole combined cost of goods and services shall be the cost spent to
produce the combination of goods and services, which is incurred on work
site. LC of the combination of goods and services shall be counted in every
activity of the combination work of goods and services.
c) The spent cost above in para 5.4 (b) shall include production cost in the
calculation of LC of goods as mentioned above at 5.1 and service cost in
the calculation of LC of services as mentioned above at 5.2.

LC shall be calculated on the basis of verifiable data. In case of data used in


the calculation of LC being not verifiable, the value of LC of the said
component should be treated as Nil.
5.3 Relevant formats for calculation of LC is enclosed with the tender document. These
enclosures are only for reference of bidders & calculation at their end. However, the
bidder shall not be required to submit the calculations but only furnish the value &
percentage of the local content. These details shall be required at aggregate level like
supply value, transport value and other heads given in the price schedule and not on
itemwise level.

As regards cases where currency quoted by the bidder is other than Indian Rupee,
exchange rate prevailing on the date of notice inviting tender (NIT) shall be
considered for the calculation of Local Content.

6) Certification and verification

In order to avail the benefits under the policy, bidders are required to submit the
following documents at the various stages of bidding:-

6.1 At bidding stage:-

a) Price Break-up

• The bidder shall provide only the value & percentage of the local content in
price bids. These details shall be required at aggregate level like supply value,
transport value and other heads given in the price schedule and not itemwise
level as mentioned as para 5 herein above.

• Bidder must have LC in excess of the requirement specified above at clause


no. 3.0 (xiv)

b) Undertaking by the bidder.

• The bidder shall submit an undertaking (as per Form-2) along with the bid
stating that the bidder meets the mandatory minimum LC requirement, and
such undertaking shall become a part of the contract.

• Bidder shall also submit the list of items / services to be procured from Indian
manufacturers / service providers.
- 99 -
--------------------------------------------------------------------------------------------------------------------------------------

c) Statutory Auditor's Certificate:

• The Undertaking submitted by the bidder shall be supported by a certificate


(as per Form-3) from Statutory Auditor engaged by the bidder certifying
that the bidder meets the mandatory local content requirements of the
project.

In case a bidder is quoting on behalf of a manufacturer, in addition to Form-2 and


Form-3, the bidder is required to submit Form-4 and Form-5 to be signed by the
manufacturer and the statutory auditor of that manufacturer respectively.

6.2 After Contract Award:-

a) In the case of procurement of goods and/or services and/or EPC Contracts


(others) with the order value less than Rs. 5 Crore (Rupees Five Crore),
the LC content may be calculated (self-assessment) by the supplier of
goods and/or the provider of services and certified by the Director/Authorized
representative of the company.

b) The verification of the procurement of goods, service or EPC


contracts with the value of Rupees Five Crore and above shall be carried
out by the Statutory Auditor engaged by the bidder.

6.3 Each supplier shall provide the necessary local-content documentation to the statutory
auditor, which shall review and determine that local content requirements have been
met, and issue a local content certificate to that effect on behalf of GAIL, stating the
percentage of local content in the good or service measured. The Auditor shall keep
all necessary information obtained from suppliers for measurement of Local Content
confidential.

6.4 The Local Content certificate shall be submitted along with each invoice raised.
However the % of local content may vary with each invoice while maintaining the
overall % of local content for the total work/purchase of the pro-rata local content
requirement. In case, it is not satisfied cumulatively in the invoices raised up to that
stage, the supplier shall indicate how the local content requirement would be met in
the subsequent stages.

6.5 As regards cases where currency quoted by the bidder is other than Indian Rupee,
exchange rate prevailing on the date of notice inviting tender (NIT) shall be considered
for the calculation of Local Content.

6.6 GAIL shall also have the authority to audit as well as witness production processes to
certify the achievement of the requisite local content and/or to obtain complete back
up calculation.

7) Sanctions

7.1 During execution, it shall be the responsibility of the supplier/contractor to ensure


fulfillment of the minimum local content specified in the bidding document failing

- 100 -
--------------------------------------------------------------------------------------------------------------------------------------

which GAIL shall impose sanction on manufacturers/ service providers. The sanctions
shall be in the form of written warning, financial penalty and banning.

7.2 In the event that a manufacturer or supplier of goods and/or provider of services does
not fulfill his obligation after the expiration of the period specified in such warning,
the GAIL shall initiate action for banning such manufacturer/supplier/service provider
as per as per GAIL’s extant “Procedure for action in case
Corrupt/Fraudulent/Collusive/Coercive Practices”

7.3 A manufacturer and/or supplier of goods and/or provider of services who has
been awarded the contract after availing Purchase Preference is found to have violated
the LC provisions, in the execution of the procurement contract of goods and/or
services shall be subject to financial penalty an amount equal to 10% of the Contract
Price. This financial penalty shall be over and above the CPBG value prescribed in
the contract.

7.4 In case a manufacturer and/or supplier of goods and/or provider of services


desires to change the origin of sourcing of material/services, the same may be allowed
with the understanding that in case this results in non compliance to minimum local
content, the penal action as above shall be applicable.

8.0 Bidder to note that enclosures of PP-LC policy dated 25.04.2017 as available on
MoPNG website is applicable to them for calculation of Local content of Goods.
Further, formula under 1st note of enclosure-II shall be corrected i.e. factor of 100
shall be multiplies in place of division.

- 101 -
--------------------------------------------------------------------------------------------------------------------------------------

FORM-1
UNDERTAKING FOR APPLICABILITY OF POLICY

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

We, M/s____________ (Name of Bidder) hereby confirm that following purchase


preference to be considered:-

Description Preference

Purchase Preference (linked with local content)


or

Purchase Preference under Public Procurement


Policy for MSE

Note:
(i) Please indicate your preference against only one policy.
(ii) The above preference shall be extended only after submission of requisite documents
(as mentioned in the tender documents).
(iii) In case a bidder is eligible to seek benefit under PP-LC policy as well as PPP for MSE
2012, then the bidder should categorically seek benefits against only one of the two
policies i.e. either PP-LC and MSE policy.
(iv) In case a MSEs bidder opts for purchase preference based on PP-LC, he shall not be
entitled to claim purchase preference benefit available to MSE Bidders under PPP for
MSE 2012. However, the exemptions from furnishing Bidding Document fee and Bid
security/EMD shall continue to be available to MSE Bidders
(v) The option once exercised cannot be modified subsequently.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 102 -
--------------------------------------------------------------------------------------------------------------------------------------

FORM-2

UNDERTAKING BY BIDDER TOWARDS MANDATORY MINIMUM LC


(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir

1. We, M/s____________ (Name of Bidder) undertake that we meet the


mandatory minimum Local content requirement of ………………………%
specified in tender document for claiming purchase preference linked with
local Contents under the Policy.

2. We, M/s____________ (Name of Bidder) undertake that M/s._____ (Name of


Manufacturer) meet the mandatory minimum Local content requirement of
………………………% specified in tender document for claiming purchase
preference linked with local Contents under the Policy.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note:

(i) In case the bidder is a manufacturer, then the bidder has to submit undertaking
as per sl. no. 1 and strike out sl. no. 2 above.
(ii) In case bidder is not manufacturer, then the bidder has to submit undertaking
as per sl. no. 2 and strike out sl. no. 1 above.

- 103 -
--------------------------------------------------------------------------------------------------------------------------------------

FORM-3

CERTIFICATE BY STATUTORY AUDITOR OF BIDDER TOWARDS


MANDATORY MINIMUM LC

(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

M/s GAIL (INDIA) LIMITED

___________________

SUB:

TENDER NO:

Dear Sir

1. “We __________ the statutory auditor of M/s._______ (Name of the bidder)


hereby certify that M/s._______ (Name of the bidder) meet the mandatory
minimum Local content requirement of ………………………% specified in
tender document quoted vide offer No. _______ dated ________ against tender
No.________ by M/s ________ (Name of the bidder).”

2. “We __________ the statutory auditor of M/s._______ (Name of the bidder)


hereby certify that M/s._____ (Name of Manufacturer) meet the mandatory
minimum Local content requirement of ………………………% specified in
tender document quoted vide offer No. _______ dated ________ against tender
No.________ by M/s ________ (Name of the bidder).”

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.

(i) In case the bidder is a manufacturer, the undertaking from statutory auditor is
to be submitted as per sl. no. 1 and sl. no. 2 is to be struck out.
(ii) In case bidder is not a manufacturer, the undertaking from statutory auditor is
to be submitted as per sl. no. 2 and sl. no. 1 is to be struck out.

- 104 -
--------------------------------------------------------------------------------------------------------------------------------------

FORM-4

UNDERTAKING BY MANUFACTURER TOWARDS MANDATORY


MINIMUM LC
(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

(Name and address of authorized supplier)

SUB:

TENDER NO:

Dear Sir

We, M/s____________ (Name of Manufacturer) undertake that we meet the


mandatory minimum Local content requirement of ………………………% specified
in tender document for claiming purchase preference linked with local Contents under
the Policy.

Place: [Signature of Authorized Signatory of Manufacturer]

Date: Name:

Designation:

Seal:

Note :

1. In case the bidder is a supplier and not a manufacturer, the above undertaking
is to be submitted by the manufacturer to the bidder on their letter head.

2. Authorized Signatory of Manufacturer will be director or Company secretary.

- 105 -
--------------------------------------------------------------------------------------------------------------------------------------

FORM-5

CERTIFICATE BY STATUTORY AUDITOR OF MANUFACTURER


TOWARDS MANDATORY MINIMUM LC

(IN CASE BIDDER SEEKING BENEFIT OF PP-LC)

To,

(Name and address of authorized supplier)

SUB:

TENDER NO:

Dear Sir

We __________ the statutory auditor of M/s._______ (Name of Manufacturer)


hereby certify that M/s._____ (Name of Manufacturer) meet the mandatory
minimum Local content requirement of ………………………% specified in tender
document quoted vide offer No. _______ dated ________ against tender
No.________ by M/s ________ (Name of the bidder).

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.

Note:

The above undertaking is to be submitted by statutory auditor of manufacturer on


their letter head in case bid is submitted by the bidder who is not a manufacturer.

- 106 -
--------------------------------------------------------------------------------------------------------------------------------------

FORMS & FORMAT

LIST OF FORMS & FORMAT


Form No. Description
F-1 BIDDER’S GENERAL INFORMATION
F-2 BID FORM
F-3 LIST OF ENCLOSURES
F-4 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST
MONEY DEPOSIT / BID SECURITY"
F-4A PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST
MONEY DEPOSIT / BID SECURITY"
F-5 LETTER OF AUTHORITY
F-6 NO DEVIATION CONFIRMATION
F-7 DECLARATION REGARDING HOLIDAY/BANNING
F-8 CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA
F-9 PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT
PERFORMANCE SECURITY / SECURITY DEPOSIT"
F-10A AGREED TERMS & CONDITIONS FOR INDIAN BIDDER
F-10B AGREED TERMS & CONDITIONS FOR FOREIGN BIDDER
F-11 ACKNOWLEDGEMENT CUM CONSENT LETTER
F-12 UNDERTAKING ON LETTERHEAD
F-13 BIDDER’S EXPERIENCE
F-14 CHECK LIST
F-15 FORMAT FOR CERTIFICATE FROM BANK FOR LINE OF
CREDIT
F-16 FORMAT FOR CHARTERED ACCOUNTANT/CPA
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER
F-17 FORMAT FOR CONSORTIUM/JV AGREEMENT
F-18 BIDDER'S QUERIES FOR PRE BID MEETING
F-19 E-BANKING MANDATE FORM
F-20 INTEGRITY PACT
F-21 PROFORMA OF DETAILS OF INDIAN AGENT
F-22 FREQUENTLY ASKED QUESTIONS (FAQs)
F-23 PREFERENCE FOR DOMESTICALLY MANUFACTURED
ELECTRONIC PRODUCTS (DMEP)
F-24A CERTIFICATE OF HAVING NO PERMANENT
ESTABLISHMENT / NO BUSINESS CONNECTION IN INDIA
F-24B PROFORMA FORM 10F

- 107 -
--------------------------------------------------------------------------------------------------------------------------------------

F-1

BIDDER'S GENERAL INFORMATION

To,
M/s GAIL (INDIA) LIMITED
___________________

TENDER NO:

1 Bidder Name:

2 Number of Years in
Operation
3 Address of Registered ___________________________________________
Office City: ______________________________________
District: ____________________________________

State: ______________________________________

PIN/ZIP :___________________________________

4A Bidder’s address where


order/contract is to be ___________________________________________
placed *
City: ______________________________________

District: ____________________________________

State: ______________________________________

PIN/ZIP :___________________________________
4B Address from where
Goods/ Services are to be City:
dispatched/ provided
along with GST no. District:

(For Indian Bidder: In State:


case supply of Goods/
Services are from PIN/ZIP:
multiple locations,
addresses and GST no. of GST No.:
all such locations are to
be provided).

5 Telephone Number of
address where order is to ____________________________________________
- 108 -
--------------------------------------------------------------------------------------------------------------------------------------

be placed (Country Code) (Area Code) (Telephone Number)

6 E-mail address

7 Fax Number
____________________________________________
(Country Code) (Area Code) (Telephone Number)
8 Website
9 Name & Designation of
Contact Person
10 ISO Certification, if any
{If yes, please furnish
details}
11 Bid Currency

12 Port of shipment

13 Whether Supplier /
Manufacturer Dealer /
Trader / Contractor

14 Type of Material Supplies

15 Banker’s Name

16 Branch

17 Branch Code

18 Bank Account Number

19 PAN No

20 Status of Firm Proprietorship Firm/Partnership firm/ Limited/Others


(Indian Bidder only)
If Others Specify:_________________

[Enclose relevant certificates / partnership deed/certificate of


Registration, as applicable]
21 GST No.
(Indian Bidder only)
(refer sl. no. 4B above) [Enclose copy of GST Certificate]
22 Whether Micro or Small Yes / No
Enterprise (If Yes, Bidder to submit requisite documents as specified it ITB:
(Indian Bidder only) Clause No. 40)
23 Whether MSE is owned Yes / No
(If Yes, Bidder to submit requisite documents as specified it ITB:
- 109 -
--------------------------------------------------------------------------------------------------------------------------------------

by SC/ST Entrepreneur(s) Clause No. 40)


(Indian Bidder only)
24 Type of Entity Corporate/ Non-Corporate (As per CGST/SGST/UTGST
(Indian Bidder only) Act).
(In case of Non-Corporate Entity, bidder will submit
documentary evidence for same).
25 Whether Bidder is Yes / No
Startups or not (If Yes, Bidder to submit requisite documents as specified it ITB:
(Indian Bidder only) Clause No. 51)

* For Indian Bidder: GAIL intent to place the order/contract directly on the address from
where Goods are produced/dispatched are Services are rendered. In case, bidder wants
order/ contract at some other address or supply of Goods/ Services from multiple locations,
bidder is required to provide in their bid address on which order is to be placed.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 110 -
--------------------------------------------------------------------------------------------------------------------------------------

F-2
BID FORM
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir,

After examining / reviewing the Tender Document for the above mentioned Tender
Document number for
“_________________________________________________________________” including
"Technical Specifications & Scope of Work", "General Conditions of Contract [GCC]",
"Special Conditions of Contract [SCC]" and "Price Schedule/Schedule of Rates [SOR]", etc.
the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to offer
to execute the whole part of the job and in conformity with the said Tender Document,
including Addenda / Corrigenda Nos. ____________.

We confirm that this Bid is valid for a period of as defined in BDS from the date of opening
of "Techno-Commercial / Un-priced Bid", and it shall remain binding upon us and may be
accepted by any time before the expiry of that period.

If our Bid is accepted, we will provide the "Contract Performance Security / Security
Deposit" for Amount and Validity as mentioned in Tender Document for the due
performance within "thirty [30] days" of such Award.

Until a detailed Purchase Order/Contract document is prepared and issued, the Tender
Document (including addenda/ corrigenda) together with the Bid and "Notification of Award"
shall constitute a binding agreement between us.

We understand that Tender Document is not exhaustive and any action and activity not
mentioned in Tender Document but may be inferred to be included to meet the intend of the
Tender Document shall be deemed to be mentioned in Tender Document unless otherwise
specifically excluded and we confirm to perform for fulfillment of Contract and completeness
of the supplies in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any Bid that you may
receive.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 111 -
--------------------------------------------------------------------------------------------------------------------------------------

F-3
LIST OF ENCLOSURES
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir,

We are enclosing the following documents as part of the bid:

Sl. Section, Clause No. Detail(s) of


Document(s) Detail (s) of File Name (in
No. & Description of required Document(s) case e-Tender)
Tender Document submitted by and Total number
the Bidder of Pages
1. Section III, 11.1.1 (n) Bid Security/ EMD
& 16.0
2. Section III, 16.3 In case EMD is in form of
Bank Guarantee from Banks
other than the Nationalized
Indian Banks, a declaration
from such commercial Bank
having net worth in excess of
Rs. 100 Crores /its equivalent
USD.
3. Section III, 11.1.1 Power of Attorney
(m)
4. Section III, 11.1.1 (p) Integrity Pact
5. Section I, 4.0 Despatch Details of Document
(Courier name and POD/
tracking No.)
6. Section II (C) Documents applicable for
Startup
7. Section II (D) (i) Documents against Technical
Criteria of BEC
8. Section II (D) (ii) Documents against Financial
Criteria of BEC
9. Section II (A) Note Tax Paid Invoice /Documents
(i) (if applicable)
10. Section III, 2, 3.1(if Submission of All Forms &
applicable), 11.1.1(b) Formats duly filled & signed
& (c) & (f) & (g) &
(h) & (i) & (j) & (m)
&(o) (r) & (s) & (v)

- 112 -
--------------------------------------------------------------------------------------------------------------------------------------

11. Section III, 10.0 (if List of Documents not in


applicable), English language and its
corresponding English
Translation
12. Section III, 11.1.1(a) Covering Letter
13. Section III, 11.1.1(e) Copy of Price Schedule/
Schedule of Rate (SOR) with
prices blanked out but
mentioning “Quoted” / “Not
Quoted”
14. Section III, 11.1.1(t) List of consortium/ JV
member(s), and Consortium
Agreement (if applicable)
15. Section III, 11.1.1(u) Complete Tender Document,
its Corrigendum/ Amendment
/Clarification(s)
16. Section III, 11.1.1(w) A List of Additional
document(s) & its enclosures
17. Section III, 40.4 A List of the material from a
sub-vendor
18. Section III, 40.3 (a) Documentary evidence that
the Bidder is a Micro or
Small Enterprises
19. Section III, 40.3 (b) Documentary evidence, in
support of MSE is owned by
SC/ST Entrepreneurs
20. Section III, 40.3 Certification of above
documents by the Chartered
Accountant
21. F-1, Point No. 20 Relevant certificates /
Partnership Deed/ Certificate
of Registration, as applicable
22. F-1, Point No. 19 Copy of PAN Card

23. F-1, Point No. 21 Copy of GST Certificate

24. F-1, Point No. 22 Copy of the Enterpreneurs


Memorandum (EM)
25. F-1, Point No. 25 Copy of Start-Up certificate

Note : Sl. No. 16-19, 22-24 are applicable for Indian bidder only.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 113 -
--------------------------------------------------------------------------------------------------------------------------------------

FORMAT F-4

PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY DEPOSIT/ BID


SECURITY"
(To be stamped in accordance with the Stamp Act)

Ref............... Bank Guarantee No.........


Date......................
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir(s),

In accordance with Tender Document under your reference No __________________ M/s.


________________
having their Registered / Head Office at _____________ (hereinafter called the Tenderer/Bidder),
wish to participate in the
said tender for
____________________________________________________________________

As an irrevocable Bank Guarantee against Earnest Money Deposit for the amount of
______________ is required to be submitted by the bidder as a condition precedent for
participation in the said Tender Document which amount is liable to be forfeited on the
happening of any contingencies mentioned in the Tender Document.

We, the ____________________________________ Bank at


_____________________________having our Head Office
________________________________________________________ (Local Address)
guarantee and undertake to pay immediately on demand without any recourse to the Bidder by
GAIL (India) Ltd., the amount ________________ ____________________ without any
reservation, protest, demur and recourse. Any such demand made by GAIL (India) Ltd., shall be
conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid up to ____________ [this date should
be two (02) months beyond the validity of the bid].If any further extension of this guarantee is
required, the same shall be extended to such required period on receiving instructions from
Bidder M/s. _____________________________________________ on whose behalf this
guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this
___________day of ____________ 20__ at ____________.

WITNESS:

- 114 -
--------------------------------------------------------------------------------------------------------------------------------------

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per


Power of Attorney No. ________
Date: ________________________

--------------------------------------------------------------------------------------------------------

INSTRUCTIONS FOR FURNISHING "BID SECURITY DEPOSIT/ EARNEST


MONEY" BY "BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per
"Stamp Duty" applicable. The non-judicial stamp paper should be in the name of the
issuing Bank. In case of foreign Bank, the said Bank's Guarantee to be issued by its
correspondent Bank in India on requisite non-judicial stamp paper
2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".
4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that said
Bank Guarantee / all future communication relating to the Bank Guarantee shall be
forwarded to the Purchaser at its address as mentioned at "ITB".
5. Bidder must indicate the full postal address of the Bank along with the Bank's E-mail
/ Fax / Phone from where the Bank Guarantee has been issued.
6. If a Bank Guarantee is issued by a commercial Bank, then a letter to be submitted to
Purchaser confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees
One Hundred Crores] or equivalent alongwith documentary evidence.

- 115 -
--------------------------------------------------------------------------------------------------------------------------------------

F-4A

PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST MONEY DEPOSIT /


BID SECURITY"

- 116 -
--------------------------------------------------------------------------------------------------------------------------------------

To,
M/s GAIL (INDIA) LIMITED
___________________

SUB:
TENDER NO:

Irrevocable and confirmed Letter of Credit No. ………………Amount: Rs. …..

Validity of this Irrevocable: ………………………………………… (in India)


Letter of Credit (2 months beyond validity of Offer)

Dear Sir,
1. You are here by authorized to draw on ………………….. (Name of Applicant/Bidder
with full address) for a sum not exceeding …………………… available by your
demand letter (draft) on them at sight drawn for Rs. ………… accompanied by a
certificate by GAIL (India) Limited, with the Tender No. duly incorporated therein,
that one or more of the following conditions has/have occurred, specifying the
occurred condition(s):
(i) The Bidder withdraws its Bid during the period of Bid validity or any extension
thereof duly agreed by the Bidder.
(ii) The Bidder varies or modifies its Bid in a manner not acceptable to GAIL (India)
Limited during the period of bid validity or any extension thereof duly agreed by the
Bidder.
(iii) The Bidder, having been notified of the acceptance of its Bids,
(a) Fails or refuses to execute the Supply Order/Contract
(b) Fails or refuses to furnish the Contract Performance Security within 30 days
before expiry of Bid Security.
(c) Fails to accept arithmetic corrections as per tender conditions.
(iv) The Bidder defaults w.r.t. any terms & conditions of Tender Document which call for
forfeiture of Earnest Money Deposit (EMD).

2. This Irrevocable Letter of Credit has been established towards EMD/Bid Security
against Tender No ……………… for ……………….. (Name of Tender Document)
3. We hereby guarantee to protect the Drawers, Endorsers and bonafide holders from
any consequences, which may arise in the event of the non-acceptance or non-
payment of Demand Letter (draft) in accordance with the terms of this credit.
4. This Credit is issued subject to the Uniform Customs and Practices for Documentary
Credits (1993 Revised) International Chamber of Commerce brochure No. 500.
5. Please obtain reimbursement as under: ………………………………………….
6. All foreign as well as Indian bank charges will be on the account of M/s.
…………………………… (Applicant/Bidder)

FOR ………………………..
Authorized Signature
(Original Bank)
Counter Signature

- 117 -
--------------------------------------------------------------------------------------------------------------------------------------

F-5
LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending 'Pre-Bid Meetings' /'Un-priced Bid Opening'
/ 'Price Bid Opening']

Ref: Date:
To,
M/s GAIL (INDIA) LIMITED
___________________

SUB:
TENDER NO:

Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending Pre-Bid Meeting', 'Un-priced Bid Opening', 'Price Bid
Opening' against the above Tender Document:

[1] Name & Designation ____________________ Signature ___________________


Phone/Cell:
Fax:
E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________


Phone/Cell:
Fax:
E-mail: ……………………………………….. @ ………………………………

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


representative(s).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and
should be signed by a person competent and having the 'Power of Attorney' to bind
the Bidder. Not more than 'two [02] persons per Bidder' are permitted to attend
"Techno-commercial / Un-priced" & "Price Bid" Openings. Bidders authorized
representative is required to carry a copy of this authority letter while attending the
un-priced and priced bid opening, the same shall be submitted to GAIL.

- 118 -
--------------------------------------------------------------------------------------------------------------------------------------

F-6
"NO DEVIATION" CONFIRMATION

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir,

We understand that any 'deviation / exception' in any form may result in rejection of Bid. We,
therefore, certify that we have not taken any 'exception / deviation' anywhere in the Bid and we
agree that if any 'deviation / exception' is mentioned or noticed, our Bid may be rejected.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 119 -
--------------------------------------------------------------------------------------------------------------------------------------

F-7
DECLARATION REGARDING HOLIDAY/BANNING

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir,

We hereby confirm that we are not on ‘Holiday’ by GAIL or Public Sector Project
Management Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and
fraudulent practices”) or banned by Government department/ Public Sector as on due date of
submission of bid.

Further, we confirm that neither we nor our allied agency/(ies) (as defined in the Procedure
for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list
of GAIL or the Ministry of Petroleum and Natural Gas.

In case it comes to the notice of GAIL that the bidder has given wrong declaration in this
regard, the same shall be dealt as ‘fraudulent practices’ and action shall be initiated as per the
Procedure for action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices.

Further, we also confirm that in case there is any change in status of the declaration prior to
placement of order or till complete execution of the order, the same will be promptly
informed to GAIL by us.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 120 -
--------------------------------------------------------------------------------------------------------------------------------------

F-8
CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir,

If we become a successful Bidder and pursuant to the provisions of the Tender Document,
award is given to us against subject Tender Document, the following Certificate shall be
automatically enforceable:

"We agree and acknowledge that the Purchaser is entering into the Contract/Agreement solely
on its own behalf and not on behalf of any other person or entity. In particular, it is expressly
understood & agreed that the Government of India is not a party to the Contract/Agreement
and has no liabilities, obligations or rights thereunder. It is expressly understood and agreed
that the Purchaser is authorized to enter into Contract/Agreement, solely on its own behalf
under the applicable laws of India. We expressly agree, acknowledge and understand that the
Purchaser is not an agent, representative or delegate of the Government of India. It is further
understood and agreed that the Government of India is not and shall not be liable for any acts,
omissions, commissions, breaches or other wrongs arising out of the Agreement.
Accordingly, we hereby expressly waive, release and forego any and all actions or claims,
including cross claims, VIP claims or counter claims against the Government of India arising
out of the Agreement and covenants not to sue to Government of India as to any manner,
claim, cause of action or things whatsoever arising of or under the Agreement."

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 121 -
--------------------------------------------------------------------------------------------------------------------------------------

- 122 -
--------------------------------------------------------------------------------------------------------------------------------------

F-9
PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE
SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,
M/s GAIL (INDIA) LIMITED
___________________

Dear Sir(s),

M/s. __________________________________________________________________ having


registered office at _______________________ (herein after called the “contractor/supplier”
which expression shall wherever the context so require include its successors and assignees)
have been placed/ awarded the job/work of
_______________________________________________ vide PO/LOA /FOA No.
_______________________________dated______ for GAIL (India) Limited having registered
office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called the “GAIL”
which expression shall wherever the context so require include its successors and assignees).

The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs.
____________________ (Rupees _________________________________________) as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of
Contract Performance Guarantee includes guarantee executed by Nationalized Bank/Scheduled
Commercial Bank, undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in
case of default.

The said M/s._______________________________________________ has approached us and


at their request and in consideration of the premises we having our office at
______________________________ have agreed to give such guarantee as hereinafter
mentioned.

1. We _________________________________________________________________
hereby undertake to give the irrevocable & unconditional guarantee to you that if default
shall be made by M/s. __________________________________ in performing any of
the terms and conditions of the tender/order/contract or in payment of any money
payable to GAIL (INDIA) LIMITED we shall on first demand pay without demur,
contest, protest and/ or without any recourse to the contractor to GAIL in such manner
as GAIL may direct the said amount of Rupees _____________________________ only
or such portion thereof not exceeding the said sum as you may require from time to time.

2. You will have the full liberty without reference to us and without affecting this
guarantee, postpone for any time or from time to time the exercise of any of the powers
and rights conferred on you under the order/contract with the said
M/s. _______________________________ and to enforce or to forbear from endorsing
any powers or rights or by reason of time being given to the said
M/s.__________________________ and such postponement forbearance would not
have the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______________________________________


(Rupees _______________________________________) from us in manner aforesaid
is absolute & unequivocal and will not be affected or suspended by reason of the fact
- 123 -
--------------------------------------------------------------------------------------------------------------------------------------

that any dispute or disputes have been raised by the said M/s.
___________________________ and/or that any dispute or disputes are pending before
any officer, tribunal or court or arbitrator or any other authority/forum and any demand
made by you in the bank shall be conclusive and binding. The bank shall not be released
of its obligations under these presents by any exercise by you of its liberty with reference
to matter aforesaid or any of their or by reason or any other act of omission or
commission on your part or any other indulgence shown by you or by any other matter
or changed what so ever which under law would, but for this provision, have the effect
of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation or
winding up dissolution or changes of constitution or insolvency of the said
supplier/contractor but shall in all respects and for all purposes be binding and operative
until payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto ___________________
(this date should be 90 days after the expiry of defect liability period/ Guarantee period)
_______________. The bank undertakes not to revoke this guarantee during its currency
without your previous consent and further agrees that the guarantee shall continue to be
enforceable until it is discharged by GAIL in writing. However, if for any reason, the
supplier/contractor is unable to complete the supply/work within the period stipulated in
the order/contract and in case of extension of the date of delivery/completion resulting
extension of defect liability period/guarantee period of the supplier/contractor fails to
perform the supply/work fully, the bank hereby agrees to further extend this guarantee at
the instance of the supplier/contractor till such time as may be determined by GAIL. If
any further extension of this guarantee is required, the same shall be extended to such
required period on receiving instruction from M/s.
___________________________________________________ (contractor) on whose
behalf this guarantee is issued.

6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee
against the bank (as principal debtor) in the first instant, without proceeding against
the supplier/contractor and notwithstanding any security or other guarantee that GAIL
may have in relation to the suppplier’s/contractor’s liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay by
Bank upon the written demand raised by GAIL. Any dispute arising out of or in
relation to the said Bank Guarantee shall be subject to the exclusive jurisdiction of
courts at New Delhi.

7. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf
of the Supplier/Contractor up to a total amount of __________(amount of guarantees
in words and figures) and we undertake to pay you, upon your first written demand
declaring the Supplier/Contractor to be in default under the order/contract and without
caveat or argument, any sum or sums within the limits of (amounts of guarantee) as
aforesaid, without your needing to prove or show grounds or reasons for your demand
or the sum specified therein.

8. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
___________ granted to him by the Bank.

- 124 -
--------------------------------------------------------------------------------------------------------------------------------------

Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the
Bank

INSTRUCTIONS FOR FURNISHING


"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp


paper as per 'stamp duty' applicable. The non-judicial stamp paper should be in name
of the issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by
its correspondent bank in India on requisite non-judicial stamp paper and place of Bid
to be considered as Delhi.
2. The Bank Guarantee by Bidders will be given from bank as specified in Tender.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said
Bank Guarantee and all future communication relating to the Bank Guarantee shall be
forwarded to Purchaser.
4. If a Bank Guarantee is issued by a commercial bank, then a letter to Purchaser and
copy to Consultant (if applicable) confirming its net worth is more than Rs.
100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign currency
alongwith documentary evidence.

- 125 -
--------------------------------------------------------------------------------------------------------------------------------------

F-10A
AGREED TERMS & CONDITIONS FOR INDIAN BIDDER
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and must
be submitted in Part –I (Un-priced Bid). Clauses confirmed hereunder need not be repeated in
the Bid.
Sl. DESCRIPTION BIDDER'S
CONFIRMATION
1 Bidder's name, Vendor Code of GAIL (if any) and address Bidder's name :
Vendor Code:
(FOA/Order shall be released in this name) Address:
2. Please confirm the currency of quoted prices.

3. Confirm quoted prices will remain firm and fixed till


complete execution of the order.
4. i) Confirm quoted prices are on FOT dispatch point basis
inclusive of P&F.
ii) Confirm firm freight charges upto site are quoted in Price
Schedule.
5 Please specify the Dispatch Point

6. i) Confirm acceptance of relevant Terms of Payment


specified in the Bid Document.
ii) In case of delay, the bills shall be submitted after
deducting the price reduction due to delay (refer PRS
Clause).
7. Confirm that Contract Performance Security/ Security
Deposit (CPS) will be furnished as per Bid Document.
8. Confirm that CPS shall be from any Indian scheduled bank
or a branch of an International bank situated in India and
registered with Reserve bank of India as scheduled foreign
bank. However, in case of bank guarantees from banks other
than the Nationalised Indian banks, the bank must be a
commercial bank having net worth in excess of Rs 100
crores and a declaration to this effect shall be made by such
commercial bank either in the Bank Guarantee itself or
separately on its letterhead.
9. Confirm compliance to Delivery/ Completion Period as
specified in Bid Document. Confirm Delivery/ Completion
Period shall be reckoned from the date of Fax of Acceptance
(FOA).
10. Confirm acceptance of Price Reduction Schedule (PRS) as

- 126 -
--------------------------------------------------------------------------------------------------------------------------------------

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
specified in Bid Document.

11. a) Confirm acceptance of all terms and conditions of Bid


Document (all sections & enclosures).
b) Confirm that printed terms and conditions of Bidder are
not applicable.
12. Confirm your offer is valid for 3 months from
Final/Extended Due Date of opening of Techno-commercial
Bids.
13. Please furnish EMD/Bid Security details :
a) EMD/ Bid Security No. & date
b) Value
c) Validity
14. Confirm acceptance to all provisions of ITB read in
conjunction with Bid Data Sheet (BDS).
15. Confirm that Annual Reports for the last three financial years
are furnished alongwith the Un-priced Bid (wherever
applicable).
16. Confirm that, in case of contradiction between the
confirmations provided in this format and terms &
conditions mentioned elsewhere in the offer, the
confirmations given in this format shall prevail.
17. Confirm the none of Directors of bidder is a relative of any
Director of purchaser or the bidder is a firm in which any
Director of purchaser/ GAIL or his relative is a partner.
18. All correspondence must be in ENGLISH language only.

19. Purchaser reserves the right to make any change in the terms
& conditions of the Tender Document and to reject any or
all bids.
20. Confirm that all Bank charges associated with Bidder’s
Bank shall be borne by Bidder.
21 We hereby confirm that the quoted price is in compliance
with the Section 171 of CGST Act/ SGST Act as mentioned
as clause no. 13.1.11 of ITB.

22 Rate of applicable GST (CGST & SGST/ UTGST or CGST: …………… %


IGST ) Plus SGST/UTGST………
%
Total: ………………..%
Or
IGST:…………. %
23. Harmonized System Nomenclature (HSN) of Supply items:

Service Accounting Codes (SAC) of Incidental Services (if


any, refer Price Schedule):

- 127 -
--------------------------------------------------------------------------------------------------------------------------------------

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
24. Confirm any variation in GST at the time of supplies for any
reasons, other than statutory, including variations due to
turnover, shall be borne by bidder.

25 Confirm that quoted freight rate is exclusive of GST and


GST has been indicted separately in Price Schedule
26 Confirm any error of interpretation of applicability of rate of
GST (CGST & SGST/ UTGST or IGST ) on components
of an item and/or various items of tender by bidder shall be
to bidder’s account
27 Part Order:

(a) Confirm acceptance to Part Order.

(c) Confirm any charges quoted extra as lumpsum shall be


applicable prorata on value basis in the event of part order.

28 Testing and Inspection charges:

Confirm goods and services are subject to stage-wise and


final Inspection by Owner / Owner’s Authorized
representative. Travel, Living and Personnel expenses of
Owner / Authorized representative shall be borne by Owner /
authorized representative.

29 Import Content:
If your offer is based on certain imported raw materials
required for equipment / materials offered, please specify the
following:
(a) Confirm that quoted prices are based on Merit rate of
customs duty, Educational Cess and IGST as applicable.
For project procurement (if specified in BDS) the quoted
prices may be based on Project rate of Import Duty, indicate
Project Rate of Import Duty considered and included.

(b) Owner’s responsibility is only limited to furnishing of the


necessary Certificate to obtain Essentiality Certificate from
bidder’s Administrative Ministry for availing the Project rate
of Import Duty by the Bidder.

(c) Indicate Merit rate of Import duty considered and


included in the quoted price (as per ‘a’ above).
(d) Indicate brief description / specification with itemized
CIF value and country of origin of imported material (to
enable owner to operate part order.).

(e) Indicate classification with tariff no. under which Vendor

- 128 -
--------------------------------------------------------------------------------------------------------------------------------------

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
intends to import.

(f) Confirm prices shall be firm on account of variation in


foreign exchange rate.

(g) Owner shall not provide any import licence.

(h) Quoted prices are after considering the input tax credit of
IGST paid by the Supplier for import content.

(i) Any upward variation due to change in Import Duty


Classifications shall be absorbed by the vendor. However,
any reduction in Import Duty due to change in classification
shall be passed over to Owner.

(j) Statutory variations, if any, in the rate of Import duty upto


maximum period of the contractual delivery period shall be
to Owner’s account. If bidder has considered Import Duty
other than Merit Rate of Import Duty then Statutory variation
on the Import Duty shall be payable extra on the Merit rate
of Import Duty or the rate of Import Duty considered by the
bidder, whichever is lower. Owner will not pay any variation
on account of IGST.

(k) The CIF Value(s) indicated by the vendor shall be


deemed to be the maximum value(s) for the purpose of
payment of variation in Import duty and/or other statutory
variations, if any, thereon.

(l) Variation in price due to Import duty rate will be dealt


with separately after receipt of equipment at site, against
documentary evidence.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 129 -
--------------------------------------------------------------------------------------------------------------------------------------

F-10B
AGREED TERMS & CONDITIONS FOR FOREIGN BIDDER
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and must
be submitted in Part –I (Un-priced Bid). Clauses confirmed hereunder need not be repeated in
the Bid.

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
1. Bidder's
1 name, Vendor Code of GAIL (if any) and address Bidder's name :
Vendor Code:
(FOA/Order shall be released in this name) Address:
2. Please
2 confirm the currency of quoted prices.
.

3. Confirm
3 quoted prices will remain firm and fixed till
complete
. execution of the order.
4. Indicate
4 international Seaport of Exit.
.
5. Confirm
5 you have quoted prices on FOB and CFR Port of
Entry
. in India.

6. i)6 Confirm acceptance of relevant Terms of Payment


. specified in the Bid Document.
ii) Letter of Credit shall be opened after receipt of
unconditional order acknowledgement along with
Contract Performance Security.
iii) Letter of Credit shall be opened through a Govt. of India
Nationalised/ Scheduled Bank and hence need not be
confirmed.
OR
However, if you still insist for confirmed L/C,
confirmation charges shall be borne by you, confirm.
7. Confirm
6 that Contract Performance Security/ Security
Deposit
. (CPS) will be furnished as per Bid Document.
8. Confirm
7 that CPS shall be from any Indian scheduled bank
or. a branch of an International bank situated in India and
registered with Reserve bank of India as scheduled foreign
bank. However, in case of bank guarantees from banks other
than the Nationalised Indian banks, the bank must be a
- 130 -
--------------------------------------------------------------------------------------------------------------------------------------

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
commercial bank having net worth in excess of Rs 100
crores/Equivalent USD and a declaration to this effect shall
be made by such commercial bank either in the Bank
Guarantee itself or separately on its letterhead.
9. Confirm
8 compliance to Delivery/ Completion Period as
specified
. in Bid Document. Confirm Delivery/ Completion
Period shall be reckoned from the date of Fax of Acceptance
(FOA).
10. a)9 Confirm acceptance of Price Reduction Schedule (PRS) as
specified
. in Bid Document.

b) In case of delay, the bills shall be submitted after


deducting the price reduction due to delay (refer PRS
Clause).

11. 1a) Confirm acceptance of all terms and conditions of


0 Bid Document (all sections & enclosures).
.
b) Confirm that printed terms and conditions of Bidder
are not applicable.
12. Confirm your offer is valid for period specified in BDS from
Final/Extended Due Date of opening of Techno-commercial
Bids.
13. Please furnish EMD/Bid Security details :
d) EMD/ Bid Security No. & date
e) Value
f) Validity
14. Confirm acceptance to all provisions of ITB read in
conjunction with Bid Data Sheet (BDS).
15. Confirm that Annual Reports for the last three financial years
are furnished alongwith the Un-priced Bid (wherever
applicable).
16. Confirm that, in case of contradiction between the
confirmations provided in this format and terms &
conditions mentioned elsewhere in the offer, the
confirmations given in this format shall prevail.
17. Confirm the none of Directors of bidder is a relative of any
Director of purchaser or the bidder is a firm in which any
Director of purchaser/ GAIL or his relative is a partner.
18. All correspondence must be in ENGLISH language only.

19. Purchaser reserves the right to make any change in the terms
& conditions of the Tender Document and to reject any or
all bids.
20. All Bank charges and stamp duties payable outside India in
connection with payments to be made under this Purchase
Order, if placed, shall be borne by bidder. All bank charges
and stamp duties payable in India shall be borne by the

- 131 -
--------------------------------------------------------------------------------------------------------------------------------------

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
Purchaser.

21. Export permit/License if required shall be bidder’s


responsibility and any expenditure towards the same shall be
borne by the bidder.
22. Prices quoted must exclude marine insurance from FOB
international port of exit. However, all transit insurance
charges upto FOB International port of exit must be included
by vendor in quoted prices.
23. Indicate Country of origin of offered goods.

24. Confirm quoted prices include all charges towards inspection


& testing of offered Goods, In the event of inspection by
GAIL or its authorized representative, confirm no extra
charges shall be payable to vendor.
25. Part Order:

(a) Confirm acceptance to Part Order.

(b) Confirm any charges quoted extra as lumpsum shall be


applicable prorata on value basis in the event of part order.
26. Confirm Direct offer without intermediary of an Indian
Agent is submitted.
27. a) In case vendor envisages that participation of Indian
Agent is must, no correspondence with Indian Agent
will be entertained. However, if Indian Agent are
involved, the bidder shall provide
reason/justification. The payments to overseas
suppliers (i.e. the principals) shall be released
through L/C after deducting the Indian agent’s
commission, if any, from the quoted prices.

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


address and percentage of commission included in
your offer.

c) Indian Agent Commission will be paid directly by


Owner to Indian Agent in equivalent Indian Rupees
(on conversion rate as applicable on the date of
payment to Vendor) after satisfactory completion of
the order. A valid registration certificate should also
exist at the time of agency commission being paid
directly by GAIL. Confirm acceptance.
28. Confirm to bear the Withholding Tax (WHT) as per the
provision of Income Tax Act 1961 (please refer clause no.48
of ITB).
29. Rate of applicable GST (CGST & SGST/ UTGST or CGST: …………… %
IGST) on services in case bidder is having the permanent
establishment/ tax residency in India as per the provision Plus SGST/UTGST………
- 132 -
--------------------------------------------------------------------------------------------------------------------------------------

Sl. DESCRIPTION BIDDER'S


CONFIRMATION
of Income Tax Act 1961 %

Total: ………………..%

Or

IGST:…………. %

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 133 -
--------------------------------------------------------------------------------------------------------------------------------------

F-11
ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of Tender Document/information regarding the tender, Bidder shall


acknowledge the receipt and confirm his intention to bid or reason for non-participation
against the enquiry /tender through e-mail/fax to Purchase Officer in GAIL who issued
the Tender Document, by filling up the Format)

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir,

We hereby acknowledge receipt of a complete set of Tender Document along with enclosures
for subject item/job and/or the information regarding the subject tender.

 We intend to bid as requested for the subject item/job and furnish following details
with respect to our quoting office:

Postal Address with Pin Code : ....................


Telephone Number : ....................
Fax Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................

 We are unable to bid for the reason given below:

Reasons for non-submission of bid:


_____________________________________________________________________

Agency’s Name : ....................


Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................

- 134 -
--------------------------------------------------------------------------------------------------------------------------------------

F-12
UNDERTAKING ON LETTERHEAD

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

We hereby confirm that “The contents of this Tender Document No.


_____________________ have not been modified or altered by M/s.
………………………………………..….( Name of the bidder with complete address). In
case, it is found that the Tender Document has been modified / altered by the Bidder, the Bid
submitted by M/s……………………………………(Name of the Bidder) shall be liable for
rejection”.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

- 135 -
F-13
BIDDER’S EXPERIENCE
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Sl. Descri- PO/ Full Postal Value Date of Scheduled Date of Reasons
No ption Contr- Address & of Commenc Completio Actual for delay
of the act phone nos. of Contrac ement n/Delivery Compl- in
Supply/ No. Client. t/Order Period etion execu-
Services and (Specify (Months) tion, if
date Currenc any
y
Amount)
(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
------------------------------------------------------------------------------------------------------------------------------------------

F-14
CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important
items to facilitate the Bidder to make sure that the necessary data/information as called for in the
Tender Document has been submitted by them along with their offer/Bid. This, however, does
not relieve the Bidder of his responsibilities to make sure that his Bid is otherwise complete in all
respects.

Please ensure compliance and tick (√) against following points:

S. No. DESCRIPTION CHECK REFERENCE PAGE


BOX NO. OF THE BID
SUBMITTED
1.0 Digitally Signing (in case of e-Tender)/ Signing
and Stamping (in case of manual bidding) on each
sheet of offer, original bidding document
including Specification/ SCC, ITB, GCC, Price
Schedule/SOR drawings, addendum (if any)
2.0 Confirm that the following details have been
submitted in the Un-priced part of the Bid
i Covering Letter, Letter of Submission
ii Bid Security
iii Signed and stamped original copy of Tender
Document along with drawings and addendum
(if any)
iv Power of Attorney in the name of person signing
the bid.
V Copies of documents defining constitution or legal
status, place of registration and principal place of
business of the company
vi Bidders declaration that regarding, Holiday/
Banning.

vii Details and documentary proof required against


qualification criteria along with complete
documents establishing ownership of equipment
(if applicable as per SCC) are enclosed
viii Confirm submission of document alongwith
techno-commercial bid as per bid requirement.
137
------------------------------------------------------------------------------------------------------------------------------------------

3.0 Confirm that all forms duly filled in are enclosed


with the bid duly signed by authorised person(s)
4.0 Confirm that the price part as per Price Schedule
format submitted with Tender Document/ uploaded
in case of e-bid.
7.0 Confirm that annual reports for last three financial
years & duly filled in Form 16 are enclosed in the
offer for financial assessment (where financial
criteria of BEC is applicable).
8.0 Bidder has read, understood the Tender Document
and its Corrigendum/ Clarification(s) and submit
complete Bid in line of requirement of Tender
Document.
9.0 Confirm that Undertaking as per Form 1 has been
submitted (applicable for MSE and PP-LC bidder).

10.0 Confirm that Undertaking as per Form 2 and


statutory auditor certificate as per Form 3 have
been submitted (applicable for PP-LC bidder).

In case a bidder is quoting on behalf of a


manufacturer, in addition to Form -2 (and Form-3,
the bidder is required to submit Form -4 and Form-
5 to be signed by the manufacturer and the
statutory auditor of that manufacturer respectively.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

138
------------------------------------------------------------------------------------------------------------------------------------------

139
------------------------------------------------------------------------------------------------------------------------------------------

[TO BE INCLUDED ONLY WHERE FINANICAL CRITERIA OF BEC IS APPLICABLE]


F-15
FORMAT FOR CERTIFICATE FROM BANK FOR LINE OF CREDIT

(To be provided on Bank’s letter head)

Date:
To,
M/s. GAIL (India) Limited
---------------------
--------------------
-------------------

Dear Sir,

This is to certify that M/s ………………………………….. (name of the bidder with


address) (hereinafter referred to as Customer) is an existing customer of our Bank.

The Customer has informed that they wish to bid for GAIL’s RFQ/Tender no.
.................................................. dated …………… for
……………………………………..(Name of the supply/work/services/consultancy) and
as per the terms of the said RFQ/Tender they have to furnish a certificate from their Bank
confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms


availability of line of credit to M/s …………………….. (name of the bidder) for at least
an amount of Rs./USD _________

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or
Equivalent USD) and the undersigned is authorized to issue this certificate.

Yours truly

for …………………………… (Name & address of Bank)

(Authorized signatory)
Name of the signatory :
Designation :
Stamp

140
------------------------------------------------------------------------------------------------------------------------------------------

141
------------------------------------------------------------------------------------------------------------------------------------------

[TO BE INCLUDED ONLY WHERE FINANICAL CRITERIA OF BEC IS APPLICABLE]


F-16
FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC
ACCOUNTANT (CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER

We have verified the Audited Financial Statements and other relevant records of
M/s……………………………… (Name of the bidder) and certify the following:

A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:

Year Amount (Currency)


Year 1:
Year 2:
Year 3:

B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:

Description Year _____


Amount (Currency)
1. Net Worth

C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT :

Description Year _____


Amount (Currency)
1. Current Assets
2. Current Liabilities
3. Working Capital (Current
Assets-Current liabilities)

*Refer Instructions

Note: It is further certified that the above mentioned applicable figures are matching with
the returns filed with Registrar of Companies (ROC) [Applicable only in case of Indian
Companies]

Name of Audit Firm: [Signature of Authorized Signatory]


Chartered Accountant/CPA Name:
Date: Designation:
Seal:
Membership No.:

142
------------------------------------------------------------------------------------------------------------------------------------------

Instructions:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.

2. The financial year would be the same as one normally followed by the bidder for its
Annual Report.

3. The bidder shall provide the audited annual financial statements as required for this
Tender document. Failure to do so would result in the Proposal being considered as non-
responsive.

4. For the purpose of this Tender document:


(i) Annual Turnover shall be “Sale Value/ Operating Income”
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be Paid up share capital plus Free Reserves & Surplus less
accumulated losses, deferred expenditure and miscellaneous expenditure not
written off, if any.

5. Above figures shall be calculated after considering the qualification, if any, made by
the statutory auditor on the audited financial statements of the bidder including
quantified financial implication.

6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

143
------------------------------------------------------------------------------------------------------------------------------------------

144
------------------------------------------------------------------------------------------------------------------------------------------

[TO BE INCLUDED ONLY WHERE CONSORTIUM/JV ARE ALLOWED]

F-17
FORMAT FOR CONSORTIUM/JV AGREEMENT
(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

CONSORTIUM/JV AGREEMENT

This Consortium/JV Agreement executed on this ….. Day of ……. Between M/s …………, a
company incorporated under the law of …… and having its registered/ principal office
at……………………….. (herein after called the ‘”Member-I’/ ‘Lead Member’ which expression
shall include its successors, executors and permitted assigns) and M/s
………………., a company incorporated under the laws of …….., and having its
registered/principal office at ……………………………………….. (herein after called the
‘Member – II’/ ‘Second Member’ which expression shall include its successors, executors and
permitted assigns) ……………………………. ‘and M/s ………………., a company
incorporated under the laws of …….., and having its registered/principal office at
……………………………………….. (herein after called the ‘Member – III’/ ‘Third Member’
which expression shall include its successors, executors and permitted assigns), for the purpose
of making a bid and entering into a contract (in case of award) in response to Tender Document
no………………………………………… for the supply/work of …………………………
……….(Name of Tender Document) …………..of M/s ………………………. (herein after
called the ‘Owner/GAIL’).

WHEREAS, the Owner invited bids vide its Tender Document no. …………… for the work of
………………………….

AND WHEREAS as per Tender Document, Consortium/JV entities will also be considered by
the Owner provided they meet the specific requirements in that regard. As a pre-condition of
Tender Documents, the Consortium/JV bidder shall provide in its bid a Consortium/JV
Agreement in an acceptable format in which the Members to the Consortium/JV are jointly and
severally liable to the Owner to bind themselves to the bid conditions accept the contract award,
if selected and perform all the contractual obligations thereto.

AND WHEREAS the bid is being submitted to the Owner vide our proposal dated …….. based
on the Consortium/JV Agreement being these presents and the bid with its bid forms and
submission documents, in accordance with the requirement of tender conditions and
requirements have been signed by both the Members and submitted to the Owner.

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements all the Members to this Consortium/JV
do hereby now agree as follows:

145
------------------------------------------------------------------------------------------------------------------------------------------

1. We the Members in the Consortium/JV hereby confirm that the name and style of the
Consortium/JV shall be …………… Consortium/JV.

2. In consideration of the bid submission by us to the Owner and the award of Contract by
the Owner to the Consortium/JV (if selected by the Owner),we the Members to the
Consortium/JV, hereby agree that the Member-I (M/s………) shall act as the lead
Member for self, and for and on behalf of Member-II/ Member-III and further declare
and confirm that we shall jointly and severally be bound unto the Owner for execution of
the contract in accordance with the contract terms and shall jointly and severally be liable
to the Owner to perform all contractual obligations including technical guarantees.
Further, the lead Member is authorized to incur liabilities and receive instructions for and
on behalf of any or both Members of the Consortium/JV and the entire execution of the
Contract.

3. In case of any breach of the said Contract by any of the Members of the
CONSORTIUM/JV, we hereby agree to be fully responsible for the successful
execution/performance of the Contract in accordance with the terms of the Contract.

4. Further, if the Owner suffered any loss or damage on account of any breach of the
Contract or any shortfall in the completed equipment/plant, meeting the guaranteed
performance parameters as per the technical specifications/ contract documents, the
Second & Third Member of these presents undertakes to promptly make good such loss
or damage caused to the Owner, on the Owner’s demand without any demure. It shall
neither be necessary nor obligatory on the part of the Owner to proceed against the Lead
Member to these presents before proceeding against the Second & Third Member.

5. The financial liability of the Member (s) to this Consortium/JV Agreement, to the Owner
with respect to the any or all claims arising out of the performance or non-performance of
the Contract shall, however be not limited in any way so as to restrict or limit the
liabilities of either of the Member.

6. Division of responsibilities of Scope of work among different Consortium/JV members is


as per APPENDIX I (Responsibility Matrix) to this Consortium/JV Agreement.

7. It is expressly understood and agreed between the Members to this agreement that the
responsibilities and obligations of each of the Members shall be as delineated in
‘APPENDIX I’ to this agreement. It is further agreed by the Members that the above
sharing of responsibilities and obligations shall not in any way be a limitation of the joint
and several responsibilities of the Members under the Contract.

8. This Consortium/JV Agreement shall be governed, construed and interpreted in


accordance with Laws of India courts of Delhi shall have exclusive jurisdiction in all
matters arising thereunder.

146
------------------------------------------------------------------------------------------------------------------------------------------

9. In case of award of contract, we the Member s to this Consortium/JV Agreement do


hereby agree that we shall furnish the contract performance security/ security deposit in
favour of the Owner from a bank acceptable / approved by the Owner for a value as
stipulated in the Contract Award and such guarantee shall be in the names of
Consortium/JV.

10. It is further agreed that this CONSORTIUM/JV Agreement shall be irrevocable and shall
form an integral part of the Contract and shall continue to be enforceable till the Owner
discharges the same. It shall be effective date first above mentioned for all purposes and
intents.

11. In case bid submitted by Joint Venture, the details of equity partnership and assets of the
JV shall be attached as a separate annexure to this agreement.

12. This agreement remains in force till the end of Defects Liability Period.

IN WITNESS WHEREOF, the Members to this Consortium/JV agreement have, through their
respective authorized representatives, have executed these presents and affixed their hands and
common seal of their respective companies on the day, month and year first abovementioned.

For M/s. (………….. Member


1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation
For M/s. (………….. Member-II
1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation

For M/s. (………….. Member-III


1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..

147
F-18
BIDDER'S QUERIES FOR PRE BID MEETING
To,
M/s GAIL (INDIA) LIMITED
Sub :
Tender No :

SL. REFERENCE OF TENDER DOCUMENT BIDDER'S QUERY GAIL'S REPLY


NO. Subject
SEC. Page No. Clause
NO. No.

NOTE: The Pre-Bid Queries may be sent by fax / e-mail before due date for receipt of Bidder's queries in terms of Clause No.
8.1 of ITB.

SIGNATURE OF AUTHORISED REPRESENTATIVE OF BIDDER: ___________________________


NAME OF BIDDER : ___________________________
GAIL/PA17/72354/8000012509/SKS [E-TENDER: 8000012509]

F-19
E-Banking Mandate Form
(To be issued on vendors letter head)
(Applicable for Indian Bidder only)
1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account


a) Name of Bank
b) Name of branch
c) Branch code:
d) Address:
e) Telephone number:
f) Type of account (current/saving etc.)
g) Account Number:
h) RTGS IFSC code of the bank branch
i) NEFT IFSC code of the bank branch
j) 9 digit MICR code

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

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that --------------------------- has an Account no. ---------------------------- with us and we


confirm that the details given above are correct as per our records.
Bank stamp

Date (Signature of authorized officer of bank)


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

F-20
INTEGRITY PACT

INTRODUCTION:

GAIL as one of its endeavour to maintain and foster most ethical and corruption free business
environment, have decided to adopt the Integrity Pact, a tool developed by the Transparency
International, to ensure that all activities and transactions between the Company (GAIL) and its
Counterparties (Bidders, Contractors, Vendors, Suppliers, Service Providers/Consultants etc.) are
handled in a fair and transparent manner, completely free of corruption. Accordingly, an MOU on
Integrity Pact has been signed on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned at attached Annexure-1 are applicable as stated in
Instruction to Bidders of Bid Document in addition to the existing stipulation regarding Corrupt
and Fraudulent Practices.

The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid submitted by
the bidder (to be executed by the bidder). In case a bidder does not sign the Integrity Pact, his bid
shall be liable for rejection.

150
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and
conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his bid
shall be liable for rejection.

I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor, etc.),


shall not pay any bribe/ influence or give undue/ unlawful benefit to anyone to gain
undue advantage in dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price fixation
etc. with other Counterparts.
c) The counterparty will not pass GAIL’s confidential information to any third party
unless specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within their
respective organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour or any
illegal gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against GAIL
or its associates.

II VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations under


the Integrity Pact Programme during bidding process, their entire Earnest Money
Deposit/ Bid Security, would be forfeited and in addition, they would be banned
from the GAIL business in future as per Section 3.
b) In case of violation of the Integrity pact by Counterparty after award of the
Contract, GAIL shall be entitled to terminate the Contract. Further, GAIL would
forfeit the security deposits/ Contract Performance Bank Guarantee.
c) In case it is found that the Counterparty has made any frivolous, untrue and
misleading allegations against GAIL or its associates, GAIL reserves its right to
initiate criminal proceedings against the violating Counterparty and may also
impose exemplary cost for the same

151
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

INDEPENDENT EXTRNAL MONITORS (IEMS)

Presently the panel consisting of the following Independent External Monitors (IEMs) have been
appointed by GAIL, in terms of Integrity Pact(IP) which forms part of GAIL Tenders / Contracts.

i) Shri Anil Kumar (email id: anilsec1953@gmail.com )


ii) Shri K.S. Ramasubban (email id: ramamma@hotmail.com)
iii) Shri Sunil Krishna (email id: iem.gail.sunil@gmail.com)

This panel is authorised to examine / consider all references made to it under this tender. The
bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue
either with the designated tender issuing officer or Nodal Officer (presently Mr. S. Ghosh, DGM
(C&P)- Email sg02492@gail.co.in) in GAIL or directly with the IEMs on the panel or IEM c/o
Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi – 110066.

152
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

ANNEXURE-2
INTEGRITY PACT

(To be executed on plain paper)

Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after referred
to as “Principal ”).
AND

_________________________(here-in-after referred to as “The Bidder/ Contractor”).

(Principal and the Bidder / Contractor are here-in-after are referred to individually as
“Party” or collectively as “Parties”).

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s
for______________________________________________________. The Principal values full
compliance with all relevant laws and regulations, and the principles of economic use of resources,
and of fairness and transparency in its relations with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal will appoint Independent External Monitor (s) (in
consultation with Central Vigilance Commission) who will monitor the tender process, the
execution of the contract etc. for compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption and to
observe the following Principles in this regard:-

i) No employee of the Principal, either in person or through family members,


including relatives, will in connection with the tender for or the execution of a
contract, demand or accept a promise for or accept for him/herself or for a third
person, any material or immaterial benefit to which he/she is not legally entitled.

ii) The Principal shall, during the tender process treat all Bidders with equity. The
Principal undertakes and ensures that before and during the tender process shall
provide and share the same information to all Bidders and will not provide to any
Bidder confidential / additional information through which one particular Bidder
could take an advantage in relation to the tender process or the contract execution.

iii) In case, any misconduct on the part of any official (s) is reported by the BIDDER to
the PRINCIPAL with full and verifiable facts and the same is prima facie found to
be correct by the PRINCIPAL, necessary disciplinary proceedings, or any other
action as deemed fit, including criminal proceedings may be initiated by the
PRINCIPAL and such person shall be debarred from further dealings related to the
contract process. In such a case, while an enquiry is being conducted by the
PRINCIPAL the proceedings under the contract would not be stalled.
153
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

2. If the Principal obtains information on the conduct of any of its employees which is a
criminal offence under the Anti-Corruption Laws of India, or if there be a substantive
suspicion in this regard, the Principal will inform its Vigilance Office and in addition can
initiate disciplinary actions.

Section 2 – Commitments and Undertakings by the Bidder/Contractor

1. The Bidder / Contractor commits and undertakes to take all measures necessary to prevent
malpractices & corruption. He commits himself to observe the following principles during
his participation in the tender process and during the contract execution till the validity of
Integrity Pact:

i) The Bidder / Contractor undertakes not to, directly or through any other person or
firm offer, promise or give or influence to any employee of the Principal associated
with the tender process or the execution of the contract or to any other person on
their behalf any material or immaterial benefit to which he / she is not legally
entitled in order to obtain in exchange any advantage of any kind whatsoever during
the tender process or during the execution of the contract till the validity of Integrity
Pact.

ii) The Bidder / Contractor undertakes not to enter into any undisclosed agreement or
understanding, whether formal or informal with other Bidders. This applies in
particular to prices, specifications, certifications, subsidiary contracts, submission
or non-submission of bids or any other action to restrict competitiveness or to
introduce cartelization in the bidding process.

iii) The Bidder / Contractor undertakes not to commit any offence under the relevant
Anti-corruption Laws of India. Further, the Bidder / Contractor will not use
improperly any information or document provided by the Principal as part of the
business relationship regarding plans, technical proposals and business details,
including information contained or transmitted electronically for the purposes of
competition or personal gain and will not pass the information/document so
acquired on to others.

iv) The Bidder / Contractor will, when presenting his bid undertakes to disclose any
and all payments made, is committed to or intends to make to agents, brokers or any
other intermediaries in connection with the award of the contract.

v) The bidder (s)/ Contractor (s) of foreign origin shall disclose the name and address
of the Agents/ representatives in India, if any. Similarly, the bidder (s)/ contractor
(s) of Indian Nationality shall furnish the name and address of the foreign
principals, if any.

2. The Bidder/ Contractor shall not instigate or cause to instigate any third person to commit
any of the actions mentioned above.

3. The Bidder/Contractor commits to refrain from giving any complaint directly or through
any other manner without supporting it with full and verifiable facts.
154
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

4. The Bidder/Contractor shall not lend to or borrow any money from or enter into any
monetary dealing or transactions, directly or indirectly, with any employee of the Principal.

5. In case of any allegation of violation of any provision (s) of this pact or payment of
commission, the Principal or its agencies shall be entitled to examine all the documents
including the book of accounts of the Bidder and the Bidder shall provide necessary
information and documents in English and shall extend all possible help for the purpose of
such examination.

6. The Bidder/ Contractor will not collude with other parties interested in the contract to
impair the transparency, fairness and progress of the bidding process, bid evaluation,
contracting and implementation of contract.

7. The Bidder/ Contractor will not accept any advantage in exchange for any corrupt practice,
unfair means and illegal activities.

Section 3 – Disqualification from tender process and exclusion


from future contracts

1. If it is found that the Bidder / Contractor or any one employed by it has committed a
transgression through a violation of any provisions of Section 2 so as to put his reliability
or credibility into question, the Principal shall be entitled to disqualify such Bidder /
Contractor from the tender including banning such Bidder / Contractor from entering into
any GAIL’s future contract/ tender processes for a period specified in GAIL’s
“Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices” and
also to terminate the contract, if already signed, on that ground as per provision of GAIL’s
“Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”. Further,
the period of banning shall be as per GAIL’s policy and the decision of the Principal in this
regard will be final and binding on the Bidder/ Contractor.

2. A transgression is considered to have occurred if the Principal after due consideration of


the available evidence, concludes that there is a transgression of the provisions of the Pact.

3. The Bidder with its free consent and without any influence agrees and undertakes to respect
and uphold the Principal’s absolute rights to resort to and impose such exclusion and
further accepts and undertakes not to challenge or question such exclusion on any ground,
including the lack of any hearing before the decision to resort to such exclusion is taken.
This undertaking is given freely and after obtaining independent legal advice.

4. Principal is entitled to recover all sums paid by Bidder/ contractor to any middleman or
agent or broker with a view to securing the contract.

In cases where irrevocable Letters of credit has to be established in respect of any contract
signed by the Principal with the Bidder, the same shall not be opened.

Principal is entitled to forfeit the Performance Bond clearly assigning reason in case
Bidder/ Contractor violates this Pact.

155
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Section 4 – Forfeiture of EMD / Security Deposits

1. If due to transgression as per the provisions of the Pact, the Principal has disqualified the
Bidder from the tender process prior to the award in terms of Section 3, the Principal is
entitled to forfeit earnest money deposit / bid security money. In addition to this, such
Bidder/Contractor shall also be banned from the future business with Principal with
consequential actions as per provisions of GAIL’s “Procedure for action in case Corrupt
/Fraudulent/ Collusive/Coercive Practices”.

Section 5 – Previous transgression

1. The Bidder declares that no previous transgression has occurred during the last three years
immediately before signing of this Integrity Pact, with any other Company in any country
in respect of any corrupt practices envisaged hereunder or with any other Public Sector
Enterprise / Undertaking or any Government Department in India that could justify
Bidder’s exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified from the
tender process or the contract, if already awarded, could be liable to be terminated on this
ground and other actions can be taken by GAIL as per GAIL′s “Procedure for action in
case Corrupt /Fraudulent/ Collusive/Coercive Practices”

In case of any transgression in the last three years from the date of signing of Integrity Pact,
Bidder to provide the details of same in their bid.

Section 6 – Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any, an
undertaking and commitment in conformity with this Integrity Pact, and to submit it to the
Principal before signing of the contract.

2. The Principal will enter into agreements with similar conditions, as stipulated herein, with
all Bidders, Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign this Pact
or violate any of its provisions.

Section 7 – Criminal charges against violating Bidders /


Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an


employee or a representative or an associate of a Bidder, Contractor or Subcontractor which
constitutes corruption of an offence as defined in Chapter IX of the Indian Penal Code 1860 or
prevention of corruption Act 1988 and amendments thereof or any other enacted statute for
prevention of corruption, or if the Principal has substantive suspicion in this regard, the Principal
will inform the same to the Vigilance Office / Department for initiating appropriate action for
above.

Section 8 –Independent External Monitor / Monitors


156
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1. The Principal appoints competent and credible external independent Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what
extent the parties comply with the obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the parties and
performs his functions neutrally and independently. He reports to the Chairperson of the
Board of the Principal.

3. The Bidder/ Contractor accepts that the Monitor has the right to access without restriction
to all Project documentation of the Principal including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid
interest, unrestricted and unconditional access to his project documentation. The same is
applicable to Sub-contractors. The Monitor is under contractual obligation to treat the
information and documents of the Bidder / Contractor / Sub-contractor with confidentiality.

4. The Principal will provide to the Monitor sufficient information about all meetings among
the parties related to the Project provided such meetings could have an impact on the
contractual relations between the Principal and the Contractor. The parties offer to the
Monitor the option to participate in such meetings.

5. As soon as the Monitor notices, or believes to notice, a violation of this Pact he will so
inform the Management of the Principal and request the Management to discontinue or
heal the violation or to take other relevant action. The monitor can in this regard submit
non-binding recommendations. Beyond this, the Monitor has no right to demand from the
parties that they act in a specific manner, refrain from action or tolerate action. However,
the Independent External Monitor shall give an opportunity to the bidder / contractor to
present its case before making its recommendations to the Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of the Principal
within 6 to 8 weeks from the date of reference or intimation to him by the ‘Principal’ and
should the occasion arise, submit proposals for taking corrective measures.

7. Remuneration payable to Monitor (s) shall be borne by Principal .

8. If the Monitor has reported to the Chairperson of the Board a substantiated suspicion of an
offence under relevant Anti-Corruption laws of India, and the Chairperson has not, within
reasonable time, taken visible action to proceed against such offence or reported it to the
Vigilance Office, the Monitor may also transmit this information directly to the Central
Vigilance Commissioner, Government of India.

9. The word ‘Monitor’ would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality of the


information acquired and gathered during their tenure / role as Independent Monitor. Any
breach in this regard would be subject to the legal judicial system of India.
11. The Independent External Monitors shall be responsible to oversee the implementation of
Integrity Pact Program to prevent corruption, bribes or any other unethical practices in the
GAIL.

157
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

12. Independent External Monitor(s) shall be required to furnish an Undertaking and shall
disclose before taking any assignment that he / she has no interest in the matter or
connected with the party (bidder / contractor) in any manner.

Section 9 – Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both
parties. It expires for the Contractor 12 months after the last payment under the respective contract,
and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by the Chairperson of the Principal.

Section 10 – Miscelleneous provisions

1. This agreement is subject to Indian Law. Place of performance and exclusive jurisdiction is
the Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in
main tender document / contract shall not be applicable for any issue / dispute arising under
Integrity Pact.

2. Changes and supplements as well as termination notices, if any, need to be made in writing.
Side agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must be


signed by all partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the remainder
of this pact shall remain valid. The parties to this pact however, shall strive to come to an
agreement to their original intentions in such a case.

5. The actions stipulated in this Integrity Pact are without prejudice to any other legal action
that may follow in accordance with the provision of the extant law in force relating to any
civil or criminal proceeding.

------------------------------------------- --------------------------------
(Name & Designation) (Name & Designation)
For the Principal For the Bidder/Contractor

Place ------------------------------------ Witness 1: ----------------

Date ----------------------------------- Witness 2: ----------------

158
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

F-21
PROFORMA FOR DETAILS OF INDIAN AGENT

To,
M/s GAIL (INDIA) LIMITED
___________________

TENDER NO:

Dear Sir,

Following are the details of Indian agent/ consultant/representative:

S. No Description Bidder’s response

1. Name & address of agent / consultant /


representative in India.

2. The precise relationship between the bidder and


their agent/consultant/representative in India.

3. The mutual interest which the bidder and Agent


/ Consultant / Representative in India have in
the Business of each other.

4. Any payment which the Agent / Consultant


/Representative in India or abroad receives from
the bidder whether as a commission for the
contract or as a general retainer fee.

5. Permanent Income Tax Account number of


Agent / Consultant / Representative in India.

6. Permanent Income Tax account of bidder in his


country and also in India, if applicable

7. All services to be rendered by the Agent /


Consultant / Representative.

8. Bidder to confirm copy of agreement with their


Indian Agent is enclosed in unpriced bid.

SEAL AND SIGNATURE OF BIDDER

Note: Aforementioned information’s need to be supported with necessary documents.


159
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

F-22

FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER


1.0 Can any Bidder quote for subject Yes. A Bidder has to meet Bid Evaluation
Tender? Criteria given under Section II of Tender
Document in addition to other requirements.
2.0 Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender
documents be attested? Document
3.0 Is attending Pre Bid Meeting No. Refer Clause No. 17 of Instruction to
mandatory. Bidders of Tender Document. However
attending Pre Bid Meeting is recommended
to sort out any issue before submission of bid
by a Bidder.
4.0 Can a bidder submit more than 1 offer? No. Please refer Clause No. 4 of Instruction
to Bidders of Tender Document.
5.0 Is there any Help document available Yes. Refer Annexure-III to Instructions to
for e-Tender? Bidders of Tender Document and FAQs as
available on GAIL E-Tender portal.
6.0 Are there are any MSE (Micro & Small Yes. Refer Clause No. 40 of Instructions to
Enterprises) benefits available? Bidders of Tender Document.

7.0 Are there are any benefits available Refer Clause No. 51 of Instructions to
to Start-Ups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

160
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

PREFERENCE FOR DOMESTICALLY MANUFACTURED ELECTRONIC PRODUCTS


[DMEP]

161
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

F-24A

FORMAT OF DECLARATION BY SELLERS WHO DO NOT HAVE A PE IN INDIA

We, the beneficiary, hereby confirm as follows:

1. We are resident of a ______________ (Contracting State) in accordance with the provisions


of Article 4 of the Convention between the Government of the ________ (Contracting State)
and the Government of the Republic of the _______________ (Other Contracting State/ India)
for the avoidance of double taxation and the prevention of fiscal evasion with respect to taxes
on income (“Treaty”) and are eligible to claim relief under the provisions of the Treaty
including Article 5.

2. Till 31 March ……………….., we did not have a permanent establishment in India as


contemplated under Article 5 of the Treaty respectively. Further, up to 31 March ………….,
we have no intention to have a fixed base or permanent establishment in the_____________
(Other Contracting State/ India) within the meaning of Article 5 of the Treaty respectively.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

162
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

FORMAT OF DECLARATION BY THE SELLER REGARDING NO BUSINESS


CONNECTION IN INDIA

This is to certify that………………………………….(Name of the entity) a company in


…………..(Country) having its registered office at …………………………….. (Address of
company)

1. Is a tax resident of ………………………………; and

2. Till 31 March …………….., we did not have a business connection or fixed base in India as
per the provisions of Indian Income Tax Act, 1961. Further, up to 31 March ……….., we
have no intention to have a business connection or fixed base in India.

We further undertake to notify your good office immediately if there is a change in the facts or
status of our company in relation to being or operating a business connection of fixed base as
stated herein above.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

163
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

F24B
Form No. 10F

[See sub-rule (1) of rule 21AB]


Information to be provided under sub-section (5) of section 90 or sub-section (5)
of section 90A of the Income-tax Act, 1961
I…………..*son/daughter of Shri……………..in the capacity of
…………………………….(designation) to provide the following information, relevant to the
previous year……………*in my case/in the case of ………………………..for the purpose of sub-
section (5) of *section 90/section 90A:--------

SI.No. Nature of information Details#


(i) Status (individual; company, firm etc.) of the
assesse
(ii) Permanent Account Number (PAN) of the
assessee if allotted
(iii) Nationality (in the case of an individual) or
Country or specified territory of incorporation or
registration (in the case of others)
(iv) Assessee's tax identification number in the
country or specified territory of residence and if
there is no such number, then, a unique number
on the basis of which the person is identified by
the Government of the country or the specified
territory of which the assessee claims to be a
resident
(v) Period for which the residential status as
mentioned in the certificate referred to in sub-
section (4) of section 90 or sub-section (4) of
section 90A is applicable
(vi) Address of the assessee in the country or territory
outside India during the period for which
the certificate, mentioned in (v) above, is
applicable

2. I have obtained a certificate referred to in sub-section (4) of section 90 of sub-section (4) of


section 90 or sub-section (4) of section 90A from the Government of ………………..(name
of country or specified territory outside India)

Signature…………………
Name:…………………..
Address:……………………….
Permanent Account Number:…………

164
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Verification

I do hereby declare that to the best of my knowledge and


belief what is stated above is correct complete and is truly stated.

Verified today the ……………………….day of …………………

Signature of the person providing the information

Place:

Notes:
1. *Delete whichever is not applicable.
2. #Write N.A. if the relevant information forms part of the certificate referred to in sub-
section (4) of section 90 or sub-section (4) of section 90A.

165
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SECTION-IV

GENERAL CONDITION OF CONTRACT

166
GAIL/PA17/72354/8000012509/SKS [E-TENDER: 8000012509]

GENERAL CONDITIONS OF CONRACT (GOODS)


INDEX
Article Title
1. Definitions
2. Seller to inform
3 Application
4. Country of origin
5. Scope of Contract
6. Standards
7. Instructions, direction & correspondence
8. Contract Obligations
9. Modification in Contract
10. Use of Contract Documents & Information
11. Patent Rights, Liability & Compliance of Regulations
12. Performance Guarantee
13. Inspection, Testing & Expediting
14. Time Schedule & Progress Reporting
15. Delivery & Documents
16. Transit Risk Insurance
17. Transportation
18. Incidental Services
19. Spare Parts, Maintenance Tools, Lubricants
20. Guarantee
21. Terms of Payment
22. Prices
23. Subletting & assignment
24. Time as Essence of Contract
25. Delays in the Seller’s Performance
26. Price Reduction Schedule for Delayed delivery
27. Rejections, Removal of rejected equipment & replacement
28. Termination of Contract
29. Force Majeure
30. Resolution of disputes/arbitration
31. Governing Language
32. Notices
33. Taxes & Duties
34. Books & Records
35. Permits & Certificates
36. General
37. Import License
38. Fall clause
39. Publicity & Advertising
40. Repeat Order
41. Limitation of Liability
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1 Definitions

In this document, General Conditions of Contract (GCC-Goods), the following terms shall have
the following respective meanings:
1.1 BIDDER : Designates the individual or legal entity which has made a proposal, a tender or a bid
with the aim of concluding a Contract with the PURCHASER.
1.2 CONTRACT shall mean Purchase Order/Contract and all attached exhibits and documents
referred to therein and all terms and conditions thereof together with any subsequent
modifications thereto.
1.3 CONTRACT PRICE shall mean the price payable to the Seller under the Contract for the full
and proper performance of his contractual obligations.
1.4 COMPLETION DATE shall mean the date on which the goods are successfully commissioned
by the Seller and handed over to the PURCHASER.
1.5 COMMERCIAL OPERATION shall mean the condition of the operation in which the complete
equipment covered under the Contract is officially declared by the PURCHASER to be available
for continuous operation at different loads upto and including rated capacity.
1.6 DELIVERY terms shall be interpreted as per INCO TERMS 2000 in case of Contract with a
foreign Bidder and as the date of LR/GR in the case of a contract with an Indian Bidder.
1.7 DRAWINGS shall mean and include Engineering drawings, sketches showing plans, sections
and elevations in relation to the Contract together with modifications and/or revisions thereto.
1.8 ENGINEER or Engineer-in-Charge of the Project SITE shall mean the person designated from
time to time by PURCHASER at SITE and shall include those who are expressly authorized by
him to act for and on his behalf for operation of this CONTRACT.
1.9 FINAL ACCEPTANCE shall mean the PURCHASER’s written acceptance of the Works
performed under the Contract after successful completion of performance and guarantee test.
1.10 GOODS shall mean articles, materials, equipment, design and drawings, data and other property
to be supplied by Seller to complete the contract.
1.11 INSPECTOR shall mean any person or outside Agency nominated by PURCHASER to inspect
equipment, stagewise as well as final, before dispatch, at SELLER’s works and on receipt at
SITE as per terms of the CONTRACT.
1.12 INITIAL OPERATION shall mean the first integral operation of the complete equipment
covered under the Contract with sub-systems and supporting equipment in service or available
for service.
1.13 PURCHASER/ OWNER/GAIL shall mean GAIL (INDIA) LIMITED (GAIL) having its
registered office at 16, BHIKAIJI CAMA PLACE, R.K.PURAM, NEW DELHI-110066
(INDIA). The term PURCHASER includes successors, assigns of GAIL.
1.14 PERFORMANCE AND GUARANTEE TESTS shall mean all operational checks and tests
required to determine and demonstrate capacity, efficiency and operating characteristics as
specified in the Contract documents.
PROJECT designates the aggregate of the Goods and/or Services to be provided by one or more
Contractors.
Quantities – Bills of quantities

Bills of quantities
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Designate the quantity calculations to be taken into account when these calculations are made
from detailed or construction drawings, or from work actually performed, and presented
according to a jointly agreed breakdown of the Goods and/or Services.
1.15 SELLER shall mean the person, firm or company with whom PURCHASE
ORDER/CONTRACT is placed/entered into by PURCHASER for supply of equipment,
materials and services. The term Seller includes its successors and assigns.
1.16 SERVICE shall mean erection, installation, testing, commissioning, provision of technical
assistance, training and other such obligations of the Seller covered under the Contract.
1.17 SITE designates the land and/or any other premises on, under, in or across which the Goods
and/or Services have to be supplied, erected, assembled, adjusted, arranged and/or
commissioned.
1.18 SPECIFICATIONS shall mean and include schedules, details, description, statement of technical
data, performance characteristics, standards (Indian as well as International) as applicable and
specified in the Contract.
1.19 SUB-CONTRACT shall mean order placed by the Seller, for any portion of the contracted work,
after necessary consent and approval of PURCHASER.
1.20 SUB-CONTRACTOR shall mean the person named in the CONTRACT for any part of the work
or any person to whom any part of the CONTRACT has been sub-let by the SELLER with the
consent in writing of the PURCHASER and will include the legal representatives, successors,
and permitted assigns of such person.
1.21 START-UP shall mean the time period required to bring the equipments covered under the
Contract from an inactive condition, when construction is essentially complete to the state of
readiness for trial operation. The start-up period shall include preliminary inspection and check
out of equipment and supporting subsystems, initial operation of the complete equipments
covered under the Contract to obtain necessary pre-trial operation data, perform calibration and
corrective action, shutdown inspection and adjustment prior to the trial operation period.

1.22 TESTS shall mean such process or processes to be carried out by the Seller as are prescribed in
the Contract or considered necessary by PURCHASER or his representative in order to ascertain
quality, workmanship, performance and efficiency of equipment or part thereof.
1.23 TESTS ON COMPLETION shall mean such tests as prescribed in the Contract to be performed
by the Seller before the Works are taken over by the PURCHASER.

2 Seller To Inform

2.1 The Seller shall be deemed to have carefully examined all contract documents to his entire
satisfaction. Any lack of information shall not in any way relieve the Seller of his responsibility
to fulfill his obligation under the Contract.

3 Application

3.1 These General Conditions of Contract (GCC-Goods) shall apply to the extent that they are not
superseded by provisions of other parts of the Contract.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

4 Country of Origin

4.1 For purposes of this Clause “origin” means the place where the Goods were mined, grown or
produced, or from which the services are supplied. Goods are produced when, through
manufacturing, processing or substantial and major assembling of components, a commercially
recognized new product results that is substantially different in basic characteristics or in purpose
or utility from its components.
5 Scope of Contract

5.1 Scope of the CONTRACT shall be as defined in the PURCHASE ORDER/CONTRACT


specifications, drawings and Annexure thereto.
5.2 Completeness of the EQUIPMENT shall be the responsibility of the SELLER. Any equipment,
fittings and accessories which may not be specifically mentioned in the specifications or
drawings, but which are usual or necessary for the satisfactory functioning of the equipment
(successful operation and functioning of the EQUIPMENT being SELLER’s responsibility) shall
be provided by SELLER without any extra cost.
5.3 The SELLER shall follow the best modern practices in the manufacture of high grade
EQUIPMENT notwithstanding any omission in the specifications. The true intent and meaning
of these documents is that SELLER shall in all respects, design, engineer, manufacture and
supply the equipment in a thorough workmanlike manner and supply the same in prescribed time
to the entire satisfaction of PURCHASER.
5.4 The SELLER shall furnish 2 (two) copies in English language of Technical documents, final
drawings, preservation instructions, operation and maintenance manuals, test certificates, spare
parts catalogues for all equipments to the PURCHASER.
5.5 The documents once submitted by the SELLER shall be firm and final and not subject to
subsequent changes. The SELLER shall be responsible for any loss to the PURCHASER
consequent to furnishing of incorrect data/drawings.
5.6 All dimensions and weight should be in metric system.
5.7 All equipment to be supplied and work to be carried out under the CONTRACT shall conform to
and comply with the provisions of relevant regulations/Acts(State Government or Central
Government) as may be applicable to the type of equipment/work carried out and necessary
certificates shall be furnished.
5.8 The Seller shall provide cross sectional drawings, wherever applicable, to identify the spare part
numbers and their location. The size of bearings, their make and number shall be furnished.
5.9 Specifications, design and drawings issued to the SELLER alongwith RFQ and CONTRACT are
not sold or given but loaned. These shall remain property of PURCHASER or its assigns and are
subject to recall by PURCHASER The SELLER and his employees shall not make use of the
drawings, specifications and technical information for any purpose at any time except for
manufacture against the CONTRACT and shall not disclose the same to any person, firm or
corporate body, without written permission of PURCHASER. All such details shall be kept
confidential.
5.10 SELLER shall pack, protect, mark and arrange for despatch of EQUIPMENT as per instructions
given in the CONTRACT.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

6 Standards

6.1 The GOODS supplied under the CONTRACT shall conform to the standards mentioned in the
Technical Specifications, or such other standards which ensure equal or higher quality, and when
no applicable standard is mentioned, to the authoritative standard appropriate to the GOODS’
country of origin and such standards shall be the latest issued by the concerned institution.

7 Instructions, Direction & Correspondence

7.1 The materials described in the CONTRACT are to be supplied according to the standards, data
sheets, tables, specifications and drawings attached thereto and/or enclosed with the
CONTRACT, itself and according to all conditions, both general and specific enclosed with the
contract, unless any or all of them have been modified or cancelled in writing as a whole or in
part.
a. All instructions and orders to SELLER shall, excepting what is herein provided, be given by
PURCHASER.
b. All the work shall be carried out under the direction of and to the satisfaction of
PURCHASER
c. All communications including technical/commercial clarifications and/or comments shall be
addressed to PURCHASER and shall always bear reference to the CONTRACT.
d. Invoices for payment against CONTRACT shall be addressed to PURCHASER.
e. The CONTRACT number shall be shown on all invoices, communications, packing lists,
containers and bills of lading/LR, etc.

8 Contract Obligations

8.1 Once a contract is confirmed and signed, the terms and conditions contained therein shall take
precedence over the Seller’s bid and all previous correspondence.

9 Modification In Contract

9.1 All modifications leading to changes in the CONTRACT with respect to technical and/or
commercial aspects including terms of delivery, shall be considered valid only when accepted in
writing by PURCHASER by issuing amendment to the CONTRACT. Issuance of acceptance or
otherwise in such cases shall not be any ground for extension of agreed delivery date and also
shall not affect the performance of contract in any manner except to the extent mutually agreed
through a modification of contract.
9.2 PURCHASER shall not be bound by any printed conditions or provisions in the SELLER’s Bid
Forms or acknowledgment of CONTRACT, invoices, packing list and other documents which
purport to impose any conditions at variance with or supplemental to CONTRACT.

10 Use of Contract Documents & Information

10.1 The Seller shall not, without the Purchaser’s prior written consent, disclose the CONTRACT or
any provision thereof, or any specification, plan, drawing, pattern, sample or information
furnished by or on behalf of the PURCHASER in connection therewith, to any person other than
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

a person employed by the SELLER in the performance of the CONTRACT. Disclosure to any
such employed person shall be made in confidence and shall extend only so far as may be
necessary for purpose of such performance.
10.2 The SELLER shall not, without the PURCHASER’s prior written consent, make use of any
document or information enumerated in Article 10.1. except for purpose of performing the
CONTRACT.

11 Patent Rights, Liability & Compliance of Regulations

11.1 SELLER hereby warrants that the use or sale of the materials delivered hereunder will not
infringe claims of any patent covering such material and SELLER agrees to be responsible for
and to defend at his sole expense all suits and proceedings against PURCHASER based on any
such alleged patent infringement and to pay all costs, expenses and damages which
PURCHASER may have to pay or incur by reason of any such suit or proceedings.
11.2 The SELLER shall indemnify the PURCHASER against all third party claims of infringement of
patent, trade mark or industrial design rights arising from use of the GOODS or any part thereof
in the PURCHASER’s country.
11.3 SELLER shall also protect and fully indemnify the PURCHASER from any claims from
SELLER’S workmen/employees or their heirs, dependants, representatives, etc. or from any
other person/persons or bodies/companies etc. for any acts of commissions or omission while
executing the CONTRACT.

11.4 SELLER shall be responsible for compliance with all requirements under the laws and shall
protect and indemnify completely the PURCHASER from any claims/penalties arising out of any
infringements.

12 Contract cum Performance Bank Guarantee (CPBG)

Within 15 days after the SELLER’s receipt of notification of award of the CONTRACT, the
SELLER shall furnish Performance Guarantee in the form of Bank Guarantee/irrevocable Letter
of Credit to the PURCHASER, in the form provided in the Bidding Documents, for an amount
equivalent to 10% of the total value of the CONTRACT.

The proceeds of Performance Guarantee shall be appropriated by the PURCHASER as


compensation for any loss resulting from the SELLER’s failure to complete his
obligations under the CONTRACT without prejudice to any of the rights or remedies the
PURCHASER may be entitled to as per terms and conditions of CONTRACT. The
proceeds of this Performance Guarantee shall also govern the successful performance of Goods
and Services during the entire period of Contractual Warrantee / Guarantee.

The performance guarantee shall be denominated in the currency of the CONTRACT.

The Performance Guarantee shall be valid for the duration of 90 days beyond the
expiry o f Warrantee/Guarantee period. The Bank Guarantee will be discharged by
PURCHASER not later than 6 months from the date of expiration of the Seller’s entire
obligations, including any warrantee obligations, under the CONTRACT.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

13 Inspection, Testing & Expediting

13.1 The PURCHASER or its representative shall have the right to inspect and/or to test the GOODS
to confirm their conformity to the CONTRACT specifications. The special conditions of
CONTRACT and/or the Technical Specifications shall specify what inspections and tests the
PURCHASER requires and where they are to be conducted. The PURCHASER shall notify the
SELLER in writing the identity of any representative(s) retained for these purposes.
13.2 The inspections and tests may be conducted on the premises of the SELLER or his sub-
contractor(s), at point of DELIVERY and/or at the GOODS’ final destination, When conducted
on the premises of the SELLER or his sub-contractor (s), all reasonable facilities and assistance
including access to the drawings and production data shall be furnished to the inspectors at no
charge to the PURCHASER.
13.3 Should any inspected or tested GOODS fail to conform to the specifications, the PURCHASER
may reject them and the SELLER shall either replace the rejected GOODS or make all
alterations necessary to meet Specifications’ requirements, free of cost to the PURCHASER.
13.4 The PURCHASER’s right to inspect, test and where necessary reject the GOODS after the
GOODS’ arrival in the PURCHASER’s country shall in no way be limited or waived by reason
of the GOODS having previously been inspected, tested and passed by the PURCHASER, or
their representative prior to the GOODS shipment from the country of origin.
45 The INSPECTOR shall follow the progress of the manufacture of the GOODS under the
CONTRACT to ensure that the requirements outlined in the CONTRACT are not being deviated
with respect to schedule and quality.
13.6 SELLER shall allow the INSPECTOR to visit, during working hours, the workshops relevant for
execution of the CONTRACT during the entire period of CONTRACT validity.
13.7 In order to enable PURCHASER’s representatives to obtain entry visas in time, SELLER shall
notify PURCHASER two months before assembly, testing and packing of main EQUIPMENT.
If requested, SELLER shall assist PURCHASER’s representatives in getting visas in the shortest
possible time (applicable only in case of foreign order).
13.8 SELLER shall place at the disposal of the INSPECTOR, free of charge, all tools, instruments,
and other apparatus necessary for the inspection and/or testing of the GOODS. The INSPECTOR
is entitled to prohibit the use and dispatch of GOODS and/or materials which have failed to
comply with the characteristics required for the GOODS during tests and inspections.
13.9 SELLER shall advise in writing of any delay in the inspection program at the earliest, describing
in detail the reasons for delay and the proposed corrective action.
13.10 ALL TESTS and trials in general, including those to be carried out for materials not
manufactured by SELLER shall be witnessed by the INSPECTOR. Therefore, SELLER shall
confirm to PURCHASER by fax or e-mail about the exact date of inspection with at least 30
days notice. SELLER shall specify the GOODS and quantities ready for testing and indicate
whether a preliminary or final test is to be carried out.
13.11 If on receipt of this notice, PURCHASER should waive the right to witness the test, timely
information will be given accordingly.
13.12 Any and all expenses incurred in connection with tests, preparation of reports and analysis made
by qualified laboratories, necessary technical documents, testing documents and drawings shall
be at SELLER’s cost. The technical documents shall include the reference and numbers of the
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

standards used in the construction and, wherever deemed practical by the INSPECTOR, copy of
such standards.
13.13 Nothing in Article-13 shall in any way release the SELLER from any warrantee or other
obligations under this CONTRACT.
13.14 Arrangements for all inspections required by Indian Statutory Authorities and as specified in
technical specifications shall be made by SELLER.

13.15 Inspection & Rejection of Materials by consignees


When materials are rejected by the consignee, the supplier shall be intimated with the details of
such rejected materials, as well as the reasons for their rejection, also giving location where such
materials are lying at the risk and cost of the contractor/supplier. The supplier will be called
upon either to remove the materials or to give instructions as to their disposal within 14 days and
in the case of dangerous, infected and perishable materials within 48 hours, failing which the
consignee will either return the materials to the contractor freight to pay or otherwise dispose
them off at the contractor’s risk and cost. The PURCHASER shall also be entitled to recover
handling and storage charges for the period, during which the rejected materials are not removed
@ 5% of the value of materials for each month or part of a month till the rejected materials are
finally disposed off.

14 Time Schedule

14.1 Time Schedule Network/Bar Chart


14.1.1 Together with the Contract confirmation, SELLER shall submit to PURCHASER, his
time schedule regarding the documentation, manufacture, testing, supply, erection and
commissioning of the GOODS.
14.1.2 The time schedule will be in the form of a network or a bar chart clearly indicating all
main or key events regarding documentation, supply of raw materials, manufacturing,
testing, delivery, erection and commissioning.

14.2 14.3.1 PURCHASER’s representatives shall have the right to inspect SELLER’s
premises with a view to evaluating the actual progress of work on the basis of SELLER’s
time schedule documentation.
14.3.2 Irrespective of such inspection, SELLER shall advise PURCHASER, at the earliest
possible date of any anticipated delay in the progress.
14.4 Notwithstanding the above, in case progress on the execution of contract at various stages is not
as per phased time schedule and is not satisfactory in the opinion of the PURCHASER which
shall be conclusive or SELLER shall neglect to execute the CONTRACT with due diligence and
expedition or shall contravene the provisions of the CONTRACT, PURCHASER may give
notice of the same in writing to the SELLER calling upon him to make good the failure, neglect
or contravention complained of. Should SELLER fail to comply with such notice within the
period considered reasonable by PURCHASER, the PURCHASER shall have the option and be
at liberty to take the CONTRACT wholly or in part out of the SELLER’s hand and make
alternative arrangements to obtain the requirements and completion of CONTRACT at the
SELLER’s risk and cost and recover from the SELLER, all extra cost incurred by the
PURCHASER on this account. In such event PURCHASER shall not be responsible for any loss
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

that the SELLER may incur and SELLER shall not be entitled to any gain. PURCHASER shall,
in addition, have the right to encash Performance Guarantee in full or part (if applicable),.

15 Delivery & Documents

15.1 Delivery of the GOODS shall be made by the SELLER in accordance with terms specified in the
CONTRACT, and the goods shall remain at the risk of the SELLER until delivery has been
completed.
15.2 Delivery shall be deemed to have been made :
a) In the case of FOB, CFR & CIF Contracts, when the Goods have been put on board the ship,
at the specified port of loading and a clean Bill of Lading is obtained. The date of Bill of
Lading shall be considered as the delivery date.
b) In case of FOT despatch point contract (For Indian bidder), on evidence that the goods have
been loaded on the carrier and a negotiable copy of the GOODS receipt obtained. The date
of LR/GR shall be considered as the date of delivery.
c) In case of FOT site (for Indian bidders) on receipt of goods by PURCHASER/ at the
designated site(s).
15.3 The delivery terms are binding and essential and consequently, no delay is allowed without the
written approval of PURCHASER. Any request concerning delay will be void unless accepted
by PURCHASER through a modification to the CONTRACT.
15.4 Delivery time shall include time for submission of drawings for approval, incorporation of
comments, if any, and final approval of drawings by PURCHASER.
15.5 In the event of delay in delivery, Price Reduction Schedule as stipulated in Article – 26 shall
apply.
96 The documentation, in English Language, shall be delivered in due time, in proper form and in
the required number of copies as specified in the contract.
15.7 The additional copies of final drawings and instructions will be included in the package of goods,
properly enveloped and protected.
15.8 The SELLER should comply with the Packing, Marking and Shipping Documentation &
Specifications enclosed.

16 Transit Risk Insurance

16.1 All goods supplied under the contract shall be fully insured in a freely convertible currency
against loss or damage incidental to manufacture or acquisition, transportation, storage and
delivery.

16.2 Where delivery is on FOB or CFR basis, marine insurance shall be the responsibility of the
Purchaser.
Insurance Requirements:
Indigenous Bidders : Transit risk insurance from F.O.T. despatch point onwards shall be
arranged and borne by GAIL.
Foreign Bidders : Marine insurance as well as transit insurance in Purchaser’s country shall
be arranged and borne by GAIL.
The SELLER shall ensure that in effecting despatch of materials, the primary responsibility of
the carriers for safe movement is always retained so that the PURCHASER’s interests are fully
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

safeguarded and are in no way jeopardized. The Seller shall furnish the cost of materials against
each equipment.

17. Transportation

17. Where the SELLER is required under the CONTRACT to deliver the GOODS FOB, transport of
the GOODS until delivery, that is, upto and including the point of putting the GOODS on board
the export conveyance at the specified port of loading, shall be arranged and paid for by the
SELLER and the cost thereof shall be included in the Contract price.
17.2 Where the SELLER is required under the CONTRACT to deliver the GOODS CFR or CIF,
transport of the Goods to the port of discharge or such other point in the country of destination as
shall be specified in the CONTRACT shall be arranged and paid for by the SELLER and the cost
thereof shall be included in the Contract price.

18 Incidental Services
18.1 The Seller may be required to provide any or all of the following services:
18.1.1 Performance or supervision of onsite assembly and/or start-up of the supplied Goods:
18.1.2 Furnishing tools required for assembly and/or maintenance of the supplied Goods:
18.1.3 Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of
time agreed by the parties, provided that this service shall not relieve the Seller of any
warrantee/guarantee obligations under the Contract.
18.1.4 Training of the Purchaser’s personnel at the Seller’s plant and/or at Site, in assembly, start-up
operation, maintenance and/or repair of the supplied Goods at no extra cost. However, Purchaser
will bear boarding, lodging & personal expenses of Trainees.
18.2 Prices charged by the Seller for the preceding incidental services, shall not exceed the prevailing
rates charged to other parties by the Seller for similar services.
18.3 When required, Seller shall depute necessary personnel for supervision and/or erection of the
Equipment at site for duration to be specified by Purchaser on mutually agreed terms. Seller’s
personnel shall be available at Site within seven days for emergency action and twenty-one days
for medium and long-term assistance, from the date of notice given by Purchaser.
18.4 The cost of incidental services shall not be included in the quoted prices. The cost of applicable
incidental services should be shown separately in the price schedules, if asked.

19 Spare Parts and Maintenance Tools

19.1 Seller may be required to provide any or all of the following materials and notification pertaining
to spare parts manufactured or distributed by the Seller.

19.1.1 Such spare parts as the Purchaser may opt to purchase from the Seller, provided that his
option shall not relieve the Seller of any warrantee obligations under the Contract, and
19.1.2 In the event of termination of production of the spare parts:
i) Advance notification to the Purchaser of the pending termination, in sufficient time to
permit the Purchaser to procure needed requirements, and
ii) Following such termination, furnishing at no cost to the Purchaser, the blue prints,
drawings and specifications of the spare parts, if any when requested.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

19.2 Seller shall supply item wise list with value of each item of spare parts and maintenance tools
requirements, along with full details of manufacturers/vendors for such spares/maintenance tools
for
19.2.1 The construction, execution and commissioning.
19.2.2 Two years operation and maintenance.

19.3 Spare parts shall be new and of first class quality as per engineering standards/ codes, free of any
defects (even concealed), deficiency in design, materials and workmanship and also shall be
completely interchangeable with the corresponding parts.
19.4 Type and sizes of bearings shall be clearly indicated.
19.5 Spare parts shall be packed for long storage under tropical climatic conditions in suitable cases,
clearly marked as to intended purpose.
19.6 A list of special tools and gauges required for normal maintenance and special handling and
lifting appliances, if any, for the Goods shall be submitted to Purchaser.
19.7 Bidders should note that if they do not comply with Clause 19.2 above, their quotation may be
rejected.
20 Guarantee

20.1 All Goods or Materials shall be supplied strictly in accordance with the specifications, drawings,
data sheets, other attachments and conditions stated in the Contract.
No deviation from such specifications or alterations or of these conditions shall be made without
PURCHASER’S agreement in writing which must be obtained before any work against the order
is commenced. All materials supplied by the SELLER pursuant to the Contract (irrespective of
whether engineering, design data or other information has been furnished, reviewed or approved
by PURCHASER) are guaranteed to be of the best quality of their respective kinds (unless
otherwise specifically authorized in writing by PURCHASER) and shall be free from faulty
design, workmanship and materials, and to be of sufficient size and capacity and of proper
materials so as to fulfill in all respects all operating conditions, if any, specified in the Contract.
If any trouble or defect, originating with the design, material, workmanship or operating
characteristics of any materials, arises at any time prior to twelve(12) months from the date of
the use for which the materials supplied under the Contract form a part thereof, or twenty four
(24) months from the date of shipment (for each lot) whichever period shall first expire, and the
SELLER is notified thereof, SELLER shall, at his own expense and as promptly as possible,
make such alterations, repairs and replacements as may necessary to permit the materials to
function in accordance with the specifications and to fulfill the foregoing guarantees.
PURCHASER may, at his option, remove such defective materials, at SELLER’S expense in
which event SELLER shall, without cost to PURCHASER and as promptly as possible, furnish
and install proper materials. Repaired or replaced materials shall be similarly guaranteed by the
SELLER for a period of no less than twelve (12) months from the date of replacement/repair.
In the event that the materials supplied do not meet the specifications and/or not in accordance
with the drawings data sheets or the terms of the Contract and rectification is required at site,
PURCHASER shall notify the SELLER giving full details of differences. The SELLER shall
attend the site within seven (7) days of receipt of such notice to meet and agree with
representatives of PURCHASER, the action required to correct the deficiency. Should the
SELLER fail to attend meeting at Site within the time specified above, PURCHASER shall
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

immediately rectify the work/materials and SELLER shall reimburse PURCHASER all costs and
expenses incurred in connection with such trouble or defect.

20.2 PERFORMANCE GUARANTEE OF EQUIPMENT

20.2.1 SELLER shall guarantee that the performance of the EQUIPMENT supplied under the
CONTRACT shall be strictly in conformity with the specifications and shall perform the duties
specified under the CONTRACT.
20.2.2 If the SELLER fails to prove the guaranteed performance of the EQUIPMENT set forth in the
specification, the SELLER shall investigate the causes and carry out necessary
rectifications/modifications to achieve the guaranteed performance. In case the SELLER fails to
do so within a reasonable period, the SELLER shall replace the EQUIPMENT and prove
guaranteed performance of the new equipment without any extra cost to PURCHASER.
20.2.3 If the SELLER fails to prove the guarantee within a reasonable period, PURCHASER/ shall have
the option to take over the EQUIPMENT and rectify, if possible, the EQUIPMENT to fulfill the
guarantees and/or to make necessary additions to make up the deficiency at Seller’s risk and cost.
All expenditure incurred by the PURCHASER in this regard shall be to SELLER’s account.

21 Terms of Payment

21.1 The method of payment to be made to the SELLER under this CONTRACT shall be specified in
the Special Conditions of Contract.
21.2 The type(s) of payment to be made to the SELLER under this CONTRACT shall be specified in
the Special Conditions of Contract.

21.3 The SELLER’s request(s) for payment shall be made to the PURCHASER in writing
accompanied by an invoice describing, as appropriate, the Goods delivered and services
performed, and by shipping documents submitted, and upon fulfillment of other obligations
stipulated in the Contract.
21.5 Payment will be made in the currency or currencies in which the Contract Price has been stated
in the SELLER’s bid, as well as in other currencies in which the SELLER had indicated in his
bid that he intends to incur expenditure in the performance of the Contract and wishes to be paid.
If the requirements are stated as a percentage of the bid price alongwith exchange rates used in
such calculations these exchange rates shall be maintained.

General Notes:
1. All foreign currency payments to foreign bidder shall be released through an irrevocable
Letter of Credit, which shall be opened through Government of India Nationalized Bank and
hence shall not be confirmed. In case any bidder insists on confirmation, charges towards
confirmation shall be borne by him. L/C shall be established within 30 days after receipt of
unconditional acceptance of Letter /Fax of Intent.
2. For dispatches on FOT dispatch point (in India) basis, the payment shall be through
PURCHASER’s bank. Payment through Bank, wherever applicable, shall be released as per
normal banking procedures.
3. Payment shall be released within 30 days after receipt of relevant documents complete in all
respects.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

4. All bank charges incurred in connection with payments shall be to Seller’s account in case of
Indian bidders and to respective accounts in case of Foreign bidder.
5. Unless otherwise specifically stated in bid document, all payments shall be made in the
currency quoted.
6. No interest charges for delay in payments, if any, shall be payable by PURCHASER.
7. In case of Indian bidder, variation, if any, on account of customs duty on their built-in-
import content, as per terms of bid document, shall be claimed separately by bidder after
receipt of goods at site (s). However, any price benefits to the PURCHASER, on account of
such variation as per terms specified in the bid document, shall be passed on to the
PURCHASER alongwith invoicing itself.
8. Agency commission, if any, to Indian agent for Foreign bidders, indicated in prices, shall be
paid to the agent in equivalent Indian Rupees on receipt and acceptance of material at site.

22 Prices

22.1 Prices charged by the SELLER for Goods delivered and services performed under the
CONTRACT shall not, with the exception of any price adjustments authorized by the Contract
vary from the prices quoted by the SELLER in his bid.

23 Subletting & Assignment

23.1 The contractor shall not without previous consent in writing of the PURCHASER authority,
sublet, transfer or assign the contract or any part thereof or interest therein or benefit or
advantage thereof in any manner whatsoever. Provided, nevertheless, that any such consent shall
not relieve the contractor from any obligation, duty or responsibility under the contract.

24 Time As Essence of Contract

24.1 The time and date of delivery/completion of the GOODS/SERVICES as stipulated in the
Contract shall be deemed to be the essence of the Contract.

25 Delays In The Seller’s Performance

25.1 If the specified delivery schedule is not adhered to or the progress of manufacture or supply of
the items is not satisfactory or is not in accordance with the progress schedule the PURCHASER
has the right to:
i) hire for period of delay from elsewhere goods which in PURCHASER’s opinion will meet
the same purpose as the goods which are delayed and SELLER shall be liable without
limitation for the hire charges; or
ii) cancel the CONTRACT in whole or in part without liability for cancellation charges. In that
event, PURCHASER may procure from elsewhere goods which PURCHASER’s opinion
would meet the same purpose as the goods for which CONTRACT is cancelled and
SELLER shall be liable without limitations for the difference between the cost of such
substitution and the price set forth in the CONTRACT for the goods involved; or
iii) hire the substitute goods vide (I) above and if the ordered goods continue to remain
undelivered thereafter, cancel the order in part or in full vide (ii) above.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

25.1 Any inexcusable delay by the SELLER or his sub-contractor shall render the SELLER liable,
without prejudice to any other terms of the Contract, to any or all of the following sanctions:
forfeiture of Contract performance guarantee (if applicable), imposition of price reduction for
delay in delivery and termination of the contract for default.

26 Price Reduction Schedule For Delayed Delivery

26.1 Subject to Article -29, if the SELLER fails to deliver any or all of the GOODS or performance
the services within the time period (s) specified in the CONTRACT, the PURCHASER shall,
without prejudice to his other remedies under the CONTRACT, deduct from the CONTRACT
PRICE, a sum calculated on the basis of the CONTRACT PRICE, including subsequent
modifications.
26.1.1 Deductions shall apply as per following formula:
In case of delay in delivery of equipment/materials or delay in completion, total contract price
shall be reduced by 1/2% (Half percent) of the total contract price per complete week of delay or
part thereof subject to a maximum of 5% (Five percent) of the total contract price.
26.2 In case of delay in delivery on the part of Seller, the invoice/document value shall be reduced
proportionately for the delay and payment shall be released accordingly.
26.3 In the event the invoice value is not reduced proportionately for the delay, the PURCHASER
may deduct the amount so payable by SELLER, from any amount falling due to the SELLER or
by recovery against the Performance Guarantee (if applicable).

Both seller and PURCHASER agree that the above percentages of price reduction are genuine
pre estimates of the loss/damage which the PURCHASER would have suffered on account of
delay/breach on the part of the SELLER and the said amount will be payable on demand without
there being any proof of the actual loss/or damage caused by such breach/delay. A decision of
the PURCHASER in the matter of applicability of price reduction shall be final and binding.

27 Rejections, Removal of Rejected Equipment & Replacement

27.1 Preliminary inspection at SELLER’s works by INSPECTOR shall not prejudice Purchaser’s
claim for rejection of the EQUIPMENT on final inspection at SITE or claims under warranty
provisions.
27.2 If the EQUIPMENTS are not of specification or fail to perform specified duties or are otherwise
not satisfactory the PURCHASER shall be entitled to reject the EQUIPMENT/MATERIAL or
part thereof and ask free replacement within reasonable time failing which obtain his
requirements from elsewhere at SELLER’s cost and risk.
27.3 Nothing in this clause shall be deemed to deprive the PURCHASER AND/OR AFFECT ANY
rights under the Contract which it may otherwise have in respect of such defects or deficiencies
or in any way relieve the SELLER of his obligations under the Contract.
27.4 EQUIPMENT rejected by the PURCHASER shall be removed by the Seller at his cost within 14
days of notice after repaying the amounts received against the SUPPLY. The PURCHASER
shall in no way be responsible for any deterioration or damage to the EQUIPMENT under any
circumstances whatsoever.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

27.5 In case of rejection of EQUIPMENT, PURCHASER shall have the right to recover the amounts,
if any, from any of CONTRACTOR’S invoices pending with PURCHASER or by alternative
method(s).

28 Termination of Contract

28.1 Termination for Default


28.1.1 The PURCHASER may, without prejudice to any other remedy for breach of CONTRACT, by
written notice of default sent to the SELLER, terminate the CONTRACT in whole or in part:
A) If the SELLER fails to deliver any or all of the GOODS within the time period(s) specified
in the CONTRACT; or
B) If the SELLER fails to perform any other obligation(s) under the CONTRACT, and
C) If the SELLER, in either of the above circumstances, does not cure his failure within a
period of 30 days (or such longer period as the PURCHASER may authorize in writing)
after receipt of the default notice from the PURCHASER.
28.1.2 In the event the PURCHASER terminates the CONTRACT in whole or in part, pursuant to
Article 28.1.1, the PURCHASER may procure, upon such terms and in such manner as it deems
appropriate, goods similar to those undelivered and the SELLER shall be liable to the
PURCHASER for any excess costs for such similar GOODS. However, the SELLER shall
continue performance of the CONTRACT to the extent not terminated.
28.1.3 In case of termination of CONTRACT herein set forth (under clause 28) except under conditions of
Force Majeure and termination after expiry of contract, the VENDOR shall be put under holiday
[i.e. neither any enquiry will be issued to the party by GAIL (India) Ltd. Against any type of tender
nor their offer will be considered by GAIL against any ongoing tender (s) where contract between
GAIL and that particular VENDOR (as a bidder) has not been finalized] for three years from the
date of termination by GAIL (India) Ltd. to such VENDOR.

28.2 Termination for Insolvency


The PURCHASER, may at any time, terminate the CONTRACT by giving written notice to the
SELLER, without compensation to the SELLER, if the SELLER becomes bankrupt or otherwise
insolvent, provided that such termination will not prejudice or affect any right of action or
remedy which has accrued or will accrue thereafter to the PURCHASER.
28.3 Termination for Convenience
28.3.1 The PURCHASER may, by written notice sent to the SELLER, terminate the CONTRACT, in
whole or part, at any time for his convenience. The notice of termination shall specify that
termination is for the PURCHASER’s convenience, the extent to which performance of work
under the CONTRACT is terminated and the date upon which such termination becomes
effective.
28.3.2 The GOODS that are complete and ready for shipment within 30 days after the SELLER’s
receipt of notice of termination shall be purchased by the PURCHASER at the CONTRACT
terms and prices. For the remaining GOODS, the PURCHASER may opt:
a) to have any portion completed and delivered at the CONTRACT terms and prices, and /or
b) to cancel the remainder and pay to the SELLER an agreed amount for partially completed
GOODS and for materials and parts previously procured by the SELLER.

29 Force Majeure
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

29.1 Shall mean and be limited to the following:


a) War/hostilities
b) Riot or Civil commotion
c) Earthquake, flood, tempest, lightening or other natural physical disaster.
d) Restrictions imposed by the Government or other Statutory bodies which prevents or delays
the execution of the Contract by the SELLER.
The SELLER shall advise PURCHASER by a registered letter duly certified by the local
Chamber of Commerce or statutory authorities, the beginning and end of the above causes of
delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions.
In the event of delay lasting over one month, if arising out of causes of Force Majeure,
PURCHASER reserves the right to cancel the Contract and the provisions governing termination
stated under Article 28.0 shall apply.

For delays arising out of Force Majeure, the SELLER shall not claim extension in completion
date for a period exceeding the period of delay attributable to the causes of Force Majeure and
neither PURCHASER nor SELLER shall be liable to pay extra costs provided it is mutually
established that Force Majeure Conditions did actually exist.
SELLER shall categorically specify the extent of Force Majeure Conditions prevalent in their
works at the time of submitting their bid and whether the same have been taken into
consideration or not in their quotations. In the event of any force majeure cause, the SELLER or
the PURCHASER shall not be liable for delays in performing their obligations under this order
and the delivery dates will be extended to the SELLER without being subject to price reduction
for delayed deliveries, as stated elsewhere.

30 Resolution of Disputes/Arbitration

30.1 The PURCHASER and the SELLER shall make every effort to resolve amicably by direct
informal negotiations any disagreement or dispute arising between them under or in connection
with the contract.

30.2 If, after thirty days from the commencement of such informal negotiations, the PURCHASER
and the SELLER have been unable to resolve amicably a Contract dispute, either party may
require that the dispute be referred for resolution to the formal mechanism as specified
hereunder.

30.3 Legal Construction

The Contract shall be, in all respects be construed and operated as an Indian Contract and in
accordance with Indian Laws as in force for the time being and is subject to and referred to the
Court of Law situated within Union Territory of New Delhi.

30.4 Arbitration
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

All disputes, controversies, or claims between the parties (except in matters where the decision
of the Engineer-in-Charge is deemed to be final and binding) which cannot be mutually resolved
within a reasonable time shall be referred to Arbitration by a sole arbitrator.

The PURCHASER (GAIL (India) Limited) shall suggest a panel of three independent and
distinguished persons to the Seller to select any one among them to act as the sole Arbitrator.

In the event of failure of the Seller to select the Sole Arbitrator within 30 days from the receipt of
the communication suggesting the panel of arbitrators, the right of selection of Sole Arbitrator by
the other party shall stand forfeited and the PURCHASER shall have discretion to proceed with
the appointment of the Sole Arbitrator. The decision of the PURCHASER on the appointment of
Sole Arbitrator shall be final and binding on the parties.

The award of the Sole Arbitrator shall be final and binding on the parties and unless
directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings shall be
shared equally by the parties. The arbitration proceeding shall be in English language and the
venue shall be at New Delhi, India.

Subject to the above, the provisions of (Indian) Arbitration & Conciliation Act, 1996 and the
rules framed thereunder shall be applicable. All matters relating to this contract are subject to
the exclusive jurisdiction of the Courts situated in the State of Delhi (India).

Seller may please note that the Arbitration & Conciliation Act 1996 was enacted by the Indian
Parliament and is based on United nations Commission on International Trade Law (UNCITRAL
model law), which were prepared after extensive consultation with Arbitral Institutions and
centers of International Commercial Arbitration. The United Nations General Assembly vide
resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1996.

The WORK under the CONTRACT shall, however, continue during the Arbitration proceedings
and no payment due or payable to the Seller shall be withheld on account of such proceedings.

30.5 GAIL (India) Limited has framed the conciliation rules 2010 in conformity with supplementary
to Part – III of the Indian Arbitration and conciliation act 1986 for speedier, cost effective and
amicable settlement of disputes through conciliation. A copy of the said rules made available
on GAIL’s web site www.gailonline.com for reference. Unless otherwise specified. The matters
where decision of the Engineer-in-Charge is deemed to be final and binding as
provided in the Agreement and the issues/ disputes which can not be mutually resolved
within a reasonable time, all disputes shall be settled in accordance with Conciliation Rules
2010.

30.6 Any disputes(s)/difference(s)/issue(s) of any kind whatsoever between/ amongst the Parties
arising under/out of/in connection with this contract shall be settled in accordance with the afore
said rules.

30.7 In case of any disputes(s)/difference(s)/issue(s), a Party shall notify the other Party(ies) in
writing about such a disputes(s) / difference(s) / issue(s) between b / amongst the Parties and
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

the such a Party wishes to refer the disputes(s)/difference(s)/issue(s) Conciliation such


invitation for Conciliation shall contain sufficient information as to the
disputes(s)/difference(s)/issue(s) to enable the other Party(ies) to be fully informed as to the
nature of the disputes(s)/difference(s)/issue(s), the amount of monetary claim, if any, and
apparent cause(s) of action.

30.8 Conciliation proceedings commence when the other Party (ies) accept(s) the invitation to
conciliate and confirmed in writing. If the other Party (ies) reject(s) the invitation, there will be
no conciliation proceeding.

30.9 If the Party initiating conciliation dose not receive a reply within thirty days from the date on
which he/she send the invitation, or within such other period of time as specified in the
invitation. He/she may elect to treat this as a rejection of the invitation to conciliation. If he/she
so elect, he/she shall inform the other Party(ies) accordingly.

30.10 Where invitation for Conciliation has been furnished, the parties shall attempt to settle such
disputes(s) amicably under part-III of the Indian Arbitration and Conciliation Act 1996 and
GAIL (India) Limited Conciliation Rules, 2010. It would be only after exhausting the option of
Conciliation as an Alternate Disputes Resolution Mechanism that the parties hereto shall go for
Arbitration. For the purpose of this clause. The option of ‘Conciliation’ shall be deemed to have
been exhausted even in case of rejection of ‘Conciliation’ by any of the Parties.

30.11 The cost of Conciliation proceeding including but not limited to fees for Conciliation(s), Airfare,
Local Transport, Accommodation, Cost towards conference facility etc. shall be borne by the
parties equally.

30.12 The Parties shall freeze claim(s) of interest, if any and shall not claim the same during the
pendency of Conciliation proceeding. The Settlement Agreement, as and when reached/agreed
upon, shall be signed between the Parties and Conciliation proceedings shall stand terminated on
the date Settlement Agreement.

31 Governing Language

31.1 The Contract shall be written in English language as specified by the PURCHASER/ in the
Instruction to Bidders. All literature, correspondence and other documents pertaining to the
Contract which are exchanged by the parties shall be written in English language. Printed
literature in other language shall only be considered, if it is accompanied by an English
translation. For the purposes of interpretation, English translation shall govern and be binding on
all parties.

32 Notices

32.1 Any notice given by one party to the other pursuant to the Contract shall be sent in writing or by
telegram or fax, telex/cable confirmed in writing.
32.2 A notice shall be effective when delivered or on the notice’s effective date, whichever is later.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

33 Taxes & Duties

33.1 A foreign Seller shall be entirely responsible for all taxes, stamp duties, license fees, and other
such levies imposed outside the PURCHASER’s country.

33.2 A domestic Seller shall be entirely responsible for all taxes, duties, license fees etc. incurred until
the delivery of the contracted goods to the PURCHASER. However, Sales Tax and Excise duty
on finished products shall be reimbursed by PURCHASER.

33.3 Customs duty payable in India for imported goods ordered by PURCHASER on foreign Seller
shall be borne and paid by PURCHASER.

33.4 Any income tax payable in respect of supervisory services rendered by Seller under the Contract
shall be as per the Indian Income Tax Act and shall be borne by SELLER. It is upto the
bidder/seller to ascertain the amount of these taxes and to include them in his bid price.

34 Books & Records

34.1 SELLER shall maintain adequate books and records in connection with Contract and shall make
them available for inspection and audit by PURCHASER or their authorized agents or
representatives during the terms of Contract until expiry of the performance guarantee. Fixed
price (lumpsum or unit price) Contract will not be subject to audit as to cost except for cost
reimbursable items, such as escalation and termination claims, transportation and comparable
requirements.

35 Permits & Certificates

35.1 SELLER shall procure, at his expense, all necessary permits, certificates and licenses required by
virtue of all applicable laws, regulations, ordinances and other rules in effect at the place where
any of the work is to be performed, and SELLER further agrees to hold PURCHASER harmless
from liability or penalty which might be imposed by reason of any asserted or established
violation of such laws, regulations, ordinances or other rules. PURCHASER will provide
necessary permits for SELLER’s personnel to undertake any work in India in connection with
Contract.

36 General

36.1 In the event that terms and conditions stipulated in the General Conditions of Contract should
deviate from terms and conditions stipulated in the Contract, the latter shall prevail.
36.2 Losses due to non-compliance of Instructions
Losses or damages occurring to the PURCHASER owing to the SELLER’s failure to adhere to
any of the instructions given by the PURCHASER in connection with the contract execution
shall be recoverable from the SELLER.
36.3 Recovery of sums due
All costs, damages or expenses which the PURCHASER may have paid, for which under the
CONTRACT SELLER is liable, may be recovered by the PURCHASER (he is hereby
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

irrevocably authorized to do so) from any money due to or becoming due to the SELLER under
this Contract or other Contracts and/or may be recovered by action at law or otherwise. If the
same due to the SELLER be not sufficient to recover the recoverable amount, the SELLER shall
pay to the PURCHASER, on demand, the balance amount.
36.4 Payments, etc. not to affect rights of the PURCHASER
No sum paid on account by the PURCHASER nor any extension of the date for completion
granted by the PURCHASER shall affect or prejudice the rights of the PURCHASER against the
SELLER or relieve the SELLER of his obligation for the due fulfillment of the CONTRACT.

36.5 Cut-off Dates


No claims or correspondence on this Contract shall be entertained by the PURCHASER after 90
days after expiry of the performance guarantee (from the date of final extension, if any)
36.6 Paragraph heading
The paragraph heading in these conditions shall not affect the construction thereof.

37 Import License

31.7 No import license is required for the imports covered under this document.

38 FALL CLAUSE

38.1 The price charged for the materials supplied under the order by the supplier shall in no event
exceed the lowest price at which the supplier or his agent/principal/dealer, as the case may be,
sells the materials of identical description to any persons/organizations including the Purchaser
or any department of the Central Govt. or any Deptt. Of a State Govt. or any Statutory
Undertaking of the Central or State Govt. as the case may be, during the currency of the order.

38.2 If at any time during the said period, the supplier or his agent/principal/dealer, as the case may
be, reduces the sale price, sells or offers to sell such materials to any persons/organizations186
including the Purchaser or any Deptt. Of Central Govt. or State Govt. as the case may be, at a
price lower than the price chargeable under the order, he shall forthwith notify such reduction or
sale or offer of sale to the Purchase Authority who has issued this order and the price payable
under the order for the materials supplied after the date of coming into force of such reduction or
sale or offer of sale shall stand correspondingly reduced.

The above stipulation will, however, not apply to:


a) Exports by the Contractor/Supplier or
b) Sale of goods as original equipment at prices lower than the prices charged for normal
replacement
c) sale of goods such as drugs which have expiry dates.

38.3 The supplier shall furnish the following certificate to the concerned Paying Authority alongwith
each bill for payment for supplies made against this order:-

“I/We certify that there has been no reduction in sale price of the items/goods/materials of
description identical to those supplied to the GAIL under the order herein and such
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

items/goods/materials have not been offered/sold by me/us to any person/organizations including


the Purchaser or any Deptt. Of Central Govt. or any Deptt. Of State Govt. or any Statutory
Undertaking of the Central or State Govt. as the case may be upto the date of bill/during the
currency of the order whichever is later, at a price lower than the price charged to the GAIL
under the order.”

Such a certificate shall be obtained, except for quantity of items/goods/materials categories


under sub-clause (a),(b) & (c) of sub-para 38.2 above, of which details shall be furnished by the
supplier.
39 Publicity & Advertising

39.1 Seller shall not without the written permission of PURCHASER/Consultant make a reference to
PURCHASER / Consultant or any Company affiliated with PURCHASER/Consultant or to the
destination or the description of goods or services supplied under the contract in any publication,
publicity or advertising media

40 Repeat Order:

40.1 PURCHASER reserves the right, within 6 months of order to place repeat order upto 50% of the
total order qty. without any change in unit price or other terms and conditions.

41 Limitation of Liability

41.1 Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under
the Agreement or otherwise shall be limited to 100% of Agreement / Order price. However,
neither party shall be liable to the other party for any indirect and consequential damages, loss of
profits or loss of production.

*************************
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SECTION-V
SPECIAL CONDITION OF CONTRACT & SCOPE OF
WORK
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

GENERAL:

The following article shall supplement the General conditions of Contract. Where any portion of the
General Conditions of Contract and Instruction to Bidders is repugnant to or at variance with any
provisions of the Special conditions of contract, then unless a different intention appears, the provision
(s) of the Special Conditions of Contract shall be deemed to override the provision (s) of General
Conditions of Contract to bidders, only to the extent that such repugnancy of variations in the Special
Conditions of Contract as are not possible reconciled with the provisions of General Condition of
Contract to Bidders.

Other terms and conditions will be applicable as specified elsewhere as “General Condition of
Contract” in the tender document.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1.0 Introduction

GAIL (India) Limited, A Govt. of India Undertaking under the Ministry of Petroleum & Natural Gas
is having business in diversified areas such as transportation of natural gas, production of LPG,
petrochemical products, and into telecommunication business as carrier’s carrier utilizing its
existing infrastructure.

For ensuring effective surveillance of plant premises of GAIL Pata & its colony as well as to create
a tamper proof record for post event analysis, CCTV Systems are being deployed in the plant &
colony premises.

Audit directives are also there for ensuring the deployment of CCTV Systems as a safety & security
measure.

2.0 Brief description of project

At GAIL-Pata premises (PO. Pata, Dist: Auraiya, Uttar Pradesh) recovering Liquid Hydro Carbons
from Natural Gas to produce Petrochemicals. For the provision of effective surveillance of the GAIL
Pata, Ex-Proof, Weather Proof IP-based CCTV System along with all its associated systems of
proven & latest technology is planned to be deployed in Hazardous Area as well as plant area &
Gailgaon colony and all these shall be integrated with the existing cameras & its accessories. The
envisaged CCTV system shall minimum include Ex-Proof & Weather Proof IP, IR CCTV Cameras
(Fixed & PTZ), its Management Servers/NVR, Storage, Application Software like: Video
Management & Analytics Software, Client machine with High-Resolution Monitor, Network
components (Ethernet Switch, Media Converter), integration patch kit, networking
cables/connectors etc.

3.0 Detailed scope of work

The Vendor’s scope of work defined in this document shall be on turnkey basis, and shall include
but not be limited to the followings:
Site Survey, project management, system design, detailed engineering, manufacture/procurement
and supply of all related goods and providing all related services including design/engineering,
installation, testing, integration, commissioning, test run, documentation, warranty, training, post
warranty AMC, etc. complete in all respect for implementation of new Ex-Proof & Weather Proof
IP & IR CCTV systems and integration with the existing cameras at GAIL-Pata.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

4.0 Tentative bill of material:

The Tentative bill of material is as follows.

Sn Item/Material Quantity
Supply of >= 30X non-IR IP PTZ cameras as per technical
1 54 Nos
specifications
Supply of >= 10X non-IR IP PTZ cameras as per technical
2 57 Nos
specifications
Supply of explosion proof >= 30X IP PTZ cameras as per technical
3 20 Nos
specifications
4 Supply of >= 30X IR IP PTZ cameras as per technical specifications 16 Nos
Supply of IR Motorized Lens Fixed cameras as per technical
5 31 Nos
specifications
Supply of Video Management Software as per technical
6 01 No
specifications
Supply of Management/ Database Server as per technical
7 01 SET
specifications in N+1 redundancy
Supply of camera/recording server as per technical specifications
8 01 SET
in N+1 redundancy
Supply of storage for 30 days recording suitable for all existing IP &
9 01 No
new cameras
10 Supply of client workstations as per technical specifications 15 Nos
11 Supply of armored single mode 4-core fiber cable 90000 Mtr
12 Supply of armored single mode 6-core fiber cable 18000 Mtr
13 Supply of HDPE pipe/conduit for covering the fiber optic data cable 80000 Mtr
Supply of 24-port L2 switch with Gbps 24 SFP modules and ports
14 21 Nos
with accessories as per technical specifications
15 Supply of 48-port L3 switch as per technical specifications 02 Nos
16 Supply of armored power cable 90000 Mtr
Supply of >=49" Industrial Grade LED screens (compatible for
17 display of multiple analog DVRs in a single screen) as per technical 10 Nos
specifications
Supply of LED controller compatible with above LEDs and existing
18 02 Nos
DVRs as per technical specifications
19 Other Miscellaneous items of CCTV
Supply of camera mounting accessories like brackets, 5 mtr GI poles
a. 172 Nos
etc.
b. Supply of CAT-6 cable 2500 Mtr
Supply of media convertor (camera/transmitting end) complete
c. with LIU, Adaptor and Patch panel, Pigtail, patch cord, 24V AC 192 Nos
power supply, other accessories housed in a single weatherproof
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

junction box
Supply of media convertor (camera/transmitting end) complete
with LIU, Adaptor and Patch panel, Pigtail, patch cord, 24V AC
d. 20 Nos
power supply, other accessories housed in a single
explosion/flame-proof junction box
e. Supply of 4U wall mount network rack with accessories 20 Nos
Supply of portable Explosion Proof / IS Digital Camera suitable for
f. 02 nos
use in Ex d IIB+H2 area, Bartec Gravity X or Equivalent
g. OPTICAL FIBER FUSION Splicing Machine 01 No
h. Optical Time Domain Reflectometer (OTDR) Machine 01 No
Provision for mandatory spares:
Supply of >= 30X non-IR IP PTZ cameras as per technical
1 11 Nos
specifications
Supply of >= 10X non-IR IP PTZ cameras as per technical
2 11 Nos
specifications
Supply of explosion proof >= 30X IP PTZ cameras as per technical
3 4 Nos
specifications
4 Supply of >= 30X IR IP PTZ cameras as per technical specifications 3 Nos
Supply of IR Motorized Lens Fixed cameras as per technical
5 6 Nos
specifications
6 Supply of client workstations as per technical specifications 2 Nos
7 Supply of media convertor per technical specifications 33 Nos
Supply of LED controller compatible with above LEDs and existing
8 1 No
DVRs as per technical specifications
9 Supply of 48-port L3 switch as per technical specifications 1 Nos
Supply of 24-port L2 switch with Gbps 24 SFP modules and ports
10 4 Nos
with accessories as per technical specifications
Buyback of existing network components:
1 NAS recorder (S.No. 3GFCHZ1[X18-29239]) & its accessories 2 Nos
VMS Management Server (S. No. 9L7XGZ1[X18-82096]) & its
2 1 No
accessories

As the job is on turnkey basis, it is bidder’s responsibility to consider all the items/equipments &
accessories required for the total integrated system. Any other items not specifically listed in this
document but necessary for the successful & satisfactory functioning of the integrated system
shall be in bidder scope.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

The detailed scope of work & supply shall include but not limited to the followings:

5.0 Site survey, system design & engineering:

-It shall be the bidder’s responsibility and it is mandatory to visit GAIL, PATA for a thorough site
survey to understand the actual requirement of Augmentation & integration as proposed in the
tender document.

-The vendor shall be fully responsible for detailed design/engineering of the supplied CCTV
systems (the envisaged CCTV system includes the CCTV Cameras, its Management Servers,
Recorders, Storage, Application Software like Video Management Software, Video Analytics
Software, Client machine with High-Resolution Monitor, Network components (L2 & L3 Ethernet
Switches, Media Converters etc.), networking cables / connectors, mounting fixtures, etc. as a
minimum) . Under design & engineering, the vendor shall consider required configuration of CCTV
system, integration with existing CCTV network, Technical Specifications & requirement of tender
document as a minimum. Existing video management server system, NAS storage systems shall be
replaced with new systems and new requirements shall be integrated with the rest existing CCTV
systems. For design & engineering of the system, the bidder/vendor shall be taken up the site
survey activity.

-The Equipment/System design, in the form of DBM (Design Basis Memoranda) /FDS (Functional
Design Specification), has to be approved by GAIL during kick-off meeting before actual
manufacturing/supply of the equipment. The DBM/FDS shall include details BoM, design basis for
each & every components of the system, technical brochures/literature for all
systems/Subsystems under supply, integration plan, detailed space & power requirement, rack
diagram, system availability calculations etc. as a minimum.

-The System shall have combination of True IP CCD/CMOS Colour Video CCTV Cameras having
Fixed or P/T/Z Lens with individual IP addresses, decoders, Network Video recorders
(NVR/CAMERA SERVER), SAN/NAS/RAID backup device for storage of the recordings, Application
software, LED Monitors, Keyboards, Mouse, Mouse-Keyboard for PTZ Cameras, Video
Management software, Video Recording Software, Video Analytics Software, Workstation for
System Administration / Management / Maintenance etc, Ethernet Switches for transporting,
switching and routing various data etc.

-The System should provide inter-operability of hardware, OS, software, networking, printing,
database connectivity, reporting, and communication protocols. System expansion should be
possible through off-the-shelf available hardware like servers and PC/Workstations.

-The System should facilitate viewing of live and recorded images and controlling of all cameras by
the authorized users present in the network. The System shall provide an online display of videos
on LED monitors located in operator room as well as clients at different locations.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

-The CCTV system shall be able to provide surveillance of different locations of the plant &
GAILGAON. Tentative locations of 172 cameras have been shown in the drawing enclosed with the
tender. The actual locations shall be finalized by Owner during the detailed engineering/
installation. The total system capability must be designed for at least 360 cameras in total.

-The CCTV system shall be designed as IP based network architecture with interface to station
LAN network at one point. The system shall use the video signals from different cameras at
different location, process the video signals for viewing on monitors at different locations and
simultaneously record all the video streams using H.264 or better compression technique and
mouse keyboard controller etc shall be used for PAN, Tilt, Zoom and other functions of desired
cameras.

-The System shall be an open standard based integrated system with IP network centric functional
and management architecture aimed at providing high-speed manual/automatic operation for
best performance. All major components (Hardware & Software) of the System should have ONVIF
(Open Network Video Interface Forum) standard/specification compliance.

-The System should not require any renewal / upgradation of any license (for Hardware
/Software) after successful commissioning of the system at site.

-The system architecture is placed at SCHEMATIC DIAGRAM-1 and SCHEMTIC DIAGRAM-2 for
reference purpose.

-OEM of Cameras must be FCC or CE and UL Certified.

-The equipment with better specifications shall be preferred.

-The number of camera units, servers, and network switches etc. and their locations are Annexed
herewith. The quantity mentioned in the tender is only indicative. The party shall carry out the
complete survey and submit their offer complete in all respect as per SCOPE OF WORK. Quantity
not erected or installed, shall be handed over to GAIL as SURPLUS MATERIAL. In case of shortfall
of any item(s), the party has to supply & install the same at no extra cost for the complete system
functionality.

-Any other equipment, module, software required for the safe and satisfactory operation, control,
protection, monitoring, testing and maintenance of the system shall also be included by the Bidder
within the price.

-In this regard, with the bid, the bidder shall furnish the detailed schematic diagram of the offered
solution, clearly specifying/depicting various functional modules and their inter-connections
setup.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

6.0 Supply and storage of equipment:

This shall include but not limited to supply and storage of equipment and all other items required
for installation and commissioning of the systems/equipment including the following:
- Transportation of system/equipment and all other components from locations of
manufacturing to the site locations of installation.
- Storage during transit, transit insurance & storage/warehousing as required till the
readiness of owner’s sites.
- Statutory clearance including clearance of CCOE/PESO, customs, duties, excise, octroi, entry
tax and other etc., as required for all the supplied items.

7.0 Quality assurance programme and implementation methodology

This shall include but not limited to preparation of detailed quality assurance programme, quality
control parameters for equipment manufacturing and implementation of the systems, preparation
of implementation methodology covering schedule of supply, installation, testing and
commissioning.
- GAIL shall carry out Factory Acceptance Test (FAT) for the offered system/equipment.
Vendor shall make necessary arrangement for the testing of the same in presence of
Owner’s representatives before the dispatch of materials to the sites. Subsequently, vendor
shall take up the installation and commissioning of the equipment/system at site.
- Upon successful completion of installation of the equipment/systems at site, Site
Acceptance Tests (SAT) shall be undertaken. SAT plan shall be proposed by vendor and
approved by Engineer-in-charge. After successful completion of SAT of all CCTV systems &
associate equipment/items, Test run shall be conducted.
- For FAT, SAT & Test Run, vendor shall also adhere to the instructions as specified under
“Inspection & Testing Guidelines” mentioned below.

8.0 Inspections and testing guidelines:

i. Test plan: For all types of inspection & testing under FAT, SAT & Test Run vendor shall prepare
and submit Test Procedures & Plans to GAIL. The Test plans & procedures need to be submitted
well in advance before the commencement of actual testing. The procedures/plans shall include
time schedule for the tests, purpose/objective of test, identification of test inputs, test procedure
and details of desired output, a column for actual value obtained during the tests and remarks on
test result. All the tests shall be held in India only.

ii. Test report: The observations and tests results obtained during various tests shall be compiled
and documented to produce Test reports by the Vendor. The Test reports shall be prepared &
submitted for each equipment/item and the system. The report shall contain the following
information as a minimum:
- Unit/Equipment under Test
- Test Conducted.
- Test Procedures.
- Test Results.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Remarks & comparison of tests results with the anticipated test result as given in test plans and
reasons for deviations if any.

iii. GAIL and/or third party/agency (appointed by GAIL), reserve the right to inspect and test each
equipment at manufacturing/supplier premises and at site during the installation & after
commissioning of the system. The inspection and testing shall include components, sub-
assemblies, produced units for verifying and testing their guaranteed performance &
specifications.

iv. All the essential and required test equipment and consumables for proper testing of the
material shall be provided by the contractor without any addition financial implication to GAIL.

v. It shall be explicitly understood that under no circumstances any approval of GAIL or his
representative shall relieve the Vendor of his responsibility for material design, quality assurance
and the guaranteed performance of the system and its constituents. It shall be the responsibility of
the contractor to ensure that all items and equipment have been tested in accordance with the
established procedures and test reports accepted by EIC nominated by GAIL failing which
payment of contractor shall not be released.

vi. Vendor shall inform the owner, at least 15 days in advance of the date at which the system
would be ready for Inspection & Testing. All relevant documents and manuals shall be submitted
to GAIL before the time.
Vendor shall arrange sufficient manpower of required skill and material for implementation of
the CCTV system & all associated items at site. All technical personnel assigned by the Vendor shall
be fully conversant with the system specifications and requirements. They shall have the specific
capability to make the system operative efficiently and shall also have capability to incorporate
any minor modifications/suggestions put forward by the owner.
- Till GAIL accepts the system; a log of each and every failure of components shall be
maintained. It shall give the date and time of failure, description of failed component,
circuit, module, component, effect of failure of component on the system/equipment, cause
of failure, date and time of repair, mean time to repair etc.
- Methodology to be followed during FAT, Installation, SAT, Test Run and Commissioning
shall include but not limited to the followings:

9.0 Factory acceptance testing (FAT):

The vendor on his own exactly in line with FAT shall conduct pre-factory acceptance testing and
test reports for the same shall be forwarded to Owner/Engineer before start of FAT. Factory
acceptance tests shall be carried out after review and approval of FAT procedure/documents as
per tender requirements and review of Pre-Factory acceptance results & shall be conducted at the
manufacturing/vendor’s facilities from where the respective equipment/subsystems are offered.
The factory acceptance testing shall be conducted in the presence of the representative Owner.
The tests shall be carried out on all systems/items including those supplied by Sub-vendors and
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

factory acceptance certificates shall be issued. The FAT shall be held in India only and include but
not be limited to:
- Mechanical checks to the equipment for dimensions, inner and outer supports, finishing,
welds, hinges, terminal boards, connectors, cables, painting etc.
- Electrical checks including internal wiring, external connections to other equipment etc.
- Check for assuring compliance with standards mentioned in the specifications.
- Individual check on each module/sub-assembly as applicable.
- Checks on power consumption and heat dissipation characteristics of various Equipment.

Functional testing covering the features & functions of CCTV systems along-with its associated
items.
Any other test not included in FAT document but relevant to the project as desired by the
Owner/Engineer at the time of factory acceptance testing.

10.0 INSTALLATION, TESTING AND COMMISSIONING:

Installation

After successful completion of factory acceptance testing (FAT), CCTV system and all associated
items shall be sent to site for installation. Any item without factory acceptance certificates shall
not be acceptable at site.
GAIL shall provide space, 230 VAC UPS power and available earthing grid for installation and
commissioning of supplied system/equipment in the GAILPata. GAIL shall provide UPS power
backup of 6 KVA to the system at a single point to the vendor. This UPS power backup shall be
used only for servers & servers control systems and not in cameras. It shall be the responsibility of
the vendor to distribute the power from this point to the entire system. GAIL shall also provide
existing cameras cabling network for all the CCTV cameras installed upto existing L2 switch.
However the rest of the networking from existing L2 switch to integrate with the new server
system shall be done by the vendor.
SB#3 Server Room will have one rack installed with media converters for existing cameras in
which room the vendor shall take up installation of new equipment rack suitably keeping the
aesthetics of the room intact.
For the installation of supplied CCTV systems & associated items at site, the vendor shall carry out
the following site preparation works as a minimum after conducting site-survey in GAIL-Pata after
obtaining the approval from EIC on installation activity plan:
- Installation & fixing of CCTV cameras (Please refer to Annexure-A for details regarding
envisaged location & quantity of CCTV cameras).
- Installation & fixing of rack/cabinet of the CCTV system.
- All existing clients software shall be replaced with new supplied software and necessary
configuration shall be done.
- Some of the existing cameras shall be replaced with Ex-proof cameras/IR cameras/PTZ
cameras. Details for the same shall be decided during Kick-off meeting of the project.
- For communication between L2 switches both star and ring topology shall be used as per
requirement.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

- Installation of suitable type of cable trays/conduits for routing, distribution & extension of
various cables. These cable trays/conduits shall be installed/mounted suitably in vertical
or horizontal planes keeping in view of the aesthetics of equipment room.
- Existing cameras of GAILGAON colony is configured/connected to the system through one
single mode fiber. One more core single mode fiber is available as spare.
- The power cable should not be loaded with more than 80% of maximum load requirement
of vendor supplied equipment.
- 230 VAC Power Distribution board/panel inside the Equipment Rack provided by the
Vendor should be equipped with required number of reputed make MCBs.
- All types of power cable termination and earth cable termination shall be carried out
using copper lugs.
- GAIL’s existing 230 VAC Earthing point shall be used by Vendor. Vendor may use the same,
if found suitable for their supplied equipment. Otherwise Vendor shall have to make the
necessary arrangement for equipment Earthing without any cost implication to GAIL.
- Suitable glands shall be provided for all types of cabling.
- All types of cables shall be labelled on both ends (cross-ferruling) for the easy
identification.
- Laying of all type of cables shall be in vendor scope. Cables from DVR to DC office shall be
laid by vendor.
- IP based CCTV Cameras shall be installed by the vendor at all designated locations of GAIL-
Pata. Details regarding the locations are mentioned in Annexure-A.
- For installation of L2 switches at various positions, GAIL shall provide space & 230 VAC
power points at specified locations as per requirement; vendor shall have to install the
Ethernet Switches along-with mini racks as per locations. The vendor shall have to install
LIU / Patch-panels for termination of OFC & CAT-6 cables for the connectivity of Switches &
cameras in Junction Boxes. Vendor shall also arrange for cables & accessories for extending
the required Power Supply to these Switches and for camera supply distribution &
mounting arrangements’ of power supply/SMPS shall be done by vendor along with
associated items.
- The vendor shall take proper care of earthing of mounting pole to prevent & protect
cameras, converters, power Adaptor etc. in case of spikes / static current due to lightening.
- The vendor shall provide Suitable surge protection system to prevent and protect all the
equipment of the surveillance systems from surge, spikes / static current etc.
- CCTV Management Servers/NVR, Storage, L-3 Switches etc., shall be installed at SB#3
Server Room along with equipment racks. OFC cabling shall have to be carried out as per
the requirement. In SB#3 all existing cameras has been networked. Existing VMS server,
NAS, Storage, L-3 switches etc are available in one 42U panel and in another 42U panel L-2
switches & media converters networks for existing cameras have been placed. Also existing
6 KVA UPS for server & network systems is available in SB#3 server room.
- Flushed screen mounting arrangements for LED screens should be provided by vendor. It
shall be installed at operator room. Redundancy in LED controllers & its network with LED
screens shall be available. Console desk arrangements with one workstation for operator
shall be available in operator room.
- 08 numbers of LEDs shall be required in a way that all LEDs shall work as a single monitor,
there shall be an option to minimize & maximize the any alarm Video window from any one
monitor to view on all 8 nos. of LED monitors as a single view. Same functionality required
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

with all new cameras so that any camera can be maximize on 8 Nos. of LEDs as a single
view. All LEDs shall connect with two controllers in redundant configuration. LED
controller should support minimum of 8 HDMI inputs and 8 HDMI outputs.
- Existing L2 switch: Make: HP, Model: HP1910-24, Sub Model: 538A
- Existing Encoder: Make: Polixel, Model:CPLXVS01
- Operator room dimension: Length X Width X Height – 16 Ft X 10Ft X 9 Ft
- Cable Distance between SB#3 server room and operator room is approximately 3 KM.
- For outdoor CCTV cameras, OFC along-with AC Power Cable shall have to be laid between
the nearest location of L-2 Ethernet Switch & camera location, the cables shall be laid at-
least 1.65 meter below the soil-level and following the industry standard procedure for
laying of outdoor underground cables. In this case, Media Converters shall be used in both
the ends for converting the media from OFC to Copper Ethernet. Vendor shall take-up the
activities for installation of junction-boxes etc. for housing the Media Converters &
UPS/Power Adapters for the powering up of Cameras, Media Converters etc. Before taking
up the installation of CCTV system & associated items, the same shall be checked for
completeness as per the specifications of the same as required. Installation shall be carried
out in accordance with the installation manuals and approved installation drawings in the
best workmanship.
- Vendor shall provide suitable numbers of manpower of required skills & technical
expertise at his own cost for completing the work within the stipulated time frame.
- Vendor shall bring all installation tools, accessories, special tools, spares parts etc. at his
own cost as required for the successful completion of the job. Vendor shall include all
installation materials required for proper installation of the CCTV systems & associated
items. These shall include but not be limited to, all connectors, inter-bay and inter
equipment cables, power supply cables and connectors, power distribution boxes,
anchoring bolts, saddles, nuts, screws, washers, main distribution frames, junction boxes
etc.
- The installation of equipment shall be done as to present neat and clean appearance in
accordance with approved installation document drawings. If required all inter bay, power
supply and other cables shall be routed through cable trays and no cable shall be visible. All
through wall openings, trenches etc. shall be properly sealed to prevent the entry of
rodents, insects and foreign materials.

- System programming of the new IP CCTV cameras, CCTV Management Server/NVR, Storage
along with its software/hardware & all other associated items as per GAIL’s requirement
shall also be taken up during installation.

- If during installation and commissioning any repairs are undertaken, the maintenance
spares supplied with CCTV systems/associated items shall not be used for the repair.
Vendor shall arrange his own spare parts for such activities till the system has been finally
accepted by the Owner. A detailed report & log of all such repairs shall be made available
by the vendor to Owner/Engineer and shall include cause of faults and repair details.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

- The system shall offer both video stream management and video stream storage
management on network based storage system. Recording frame rate and resolution in
respect of individual camera shall be programmable. It shall be possible to view and record
at different resolutions and frame rates and this shall be individually programmable on
every camera. The system shall ensure that all configuration information, video recordings
and user database etc. is suitably stored on the database server. It shall be possible to take
back-up of the system configuration and database on removable media i.e. CD/ DVD etc.
and restoring the same if required.
- The system shall ensure that once recorded, video cannot be altered.
- Camera server shall be provided with the requisite software for storage recordings of
all cameras at 25 FPS, 4CIF for a period of 30 days online data in storage device using
necessary compression techniques. All recordings shall have camera ID, location date and
time of recording.
- Facility shall be provided to select a camera or a group of cameras in a zone for
recording in 1CIF, 2CIF or 4CIF resolutions.
- It shall be possible to export selected portions of recording to CD/DVD/USB hard disk.
The exported clip shall be in commonly used movie formats e.g. MPEG, AVI and no special
software shall be required to view the same.

Party to provide set of removable media for exporting selected portions of 3 days
data capacity of all cameras at 25 FPS, 4CIF.

- The Video stream from the cameras must be recorded directly to NAS /iSCSI storage
without any intermediate devices except L2 switches/ encoders. The Server must act only
as a traffic director such that if this server fails then viewing of online data, recording of
data & historical data retrieval is not affected. Viewing & PTZ operation of cameras from
client workstations should be possible even if the viewing server fails.
- The software shall support video loss and network loss alarm feature.
- The system shall be able to provide complete system diagnostics.
- The system shall support video analytic features like Video motion detection, Object
tracking and Object classification & Tracking. The features can be an integral part of
camera or a part of camera server. The features shall be user configurable for each camera.
It shall be possible to activate recordings automatically based on events generated by video
analytics. These events shall also be logged and suitably alarmed on the monitors
- The system shall include on screen display for time-date, camera number/camera ID, and
status information. The system shall have provision for logging through printer output
port, which shall provide permanent record of system status showing time and date of
changes such as: incoming alarms, acknowledgement of alarms, loading of sequences, user
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

log-on to key board, transfer of system tables and sequence, video loss messages, and a
power up reset message, thus hard copy of the system’s configuration tables and sequences
can be obtained.
- The system shall have alarm interface capability. When an alarm occurs in the Security or
Control System Server, the live video output of the camera associated with that alarm shall
be switched directly to predefined monitor/monitors. The user shall be able to
acknowledge the alarm to clear the monitor using the numeric keypad or mouse. Cameras
that are directed to such pre-defined monitors will not be removed from the queue unless
explicitly cleared by the operator. It shall be possible to create a queue of such pre-defined
monitors to manage multiple alarm views simultaneously. The system shall maintain a
single alarm stack for the complete system, which shall include events received from other
system, or events detected by network loss, video loss etc. It shall be possible to assign
priorities to alarms. System shall maintain audit trail for alarms and actions taken by users
in response to alarm shall be recorded and made available for audit.
- The system shall have different recording modes i.e. continuous, manual, programmed,
event activated etc. on date, time camera wise. It shall be possible to configure each mode
using user friendly tools. It shall be possible to search and replay the recorded video date,
time, camera, event wise.
- The system administrator shall have rights to add/delete/configure users with rights. It
shall be possible to view the rights of each user or the cameras which can be viewed /
controlled by each user. It shall also be possible to add/delete cameras, configure cameras,
assign priorities to users, configure alarm monitors etc. It shall also be possible to configure
user groups with different rights and assign users to user groups. The system shall support
unified log-in throughout the system and it shall be possible for any user to log-in from any
location/client and access cameras/recordings and other features as permissible
depending on his rights assigned to his log-in.
- It shall be possible to define priority based camera control rights for each camera or a
group of cameras. The users shall be defined on a hierarchical basis with a minimum of
three levels. A higher priority user can take control of camera being controlled by a lower
priority user. In addition the user shall have facility to request access of any camera and if
the existing situation permits the user shall be to control the camera.
- It is a requirement that all user actions on the system Operator Station be recorded in a
log file along with the Security System or Control System’s actions. User actions include:
Interventions such as manual recording and configuration setting changes -

1. Cameras viewed
2. Video replayed
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

3. Video exported

4. Cameras pan/tilt/zoomed and preset switching


This log must also contain a history of the status of the system components. It
shall list the status of all cameras, servers and other system components including
when they were disabled or failed. This log shall be maintained for a minimum
period of fifteen (15) days.

- If the cameras & software (VMS / VAS) are from different OEM, the bidder shall produce
certificate from both the OEMs in regard to seamless integration & operation of the total
system.
- The equipment must be newly manufactured, free from all defects, manufacturing, material
or otherwise. If any part/component/ subsystem is found to be defective, the same shall be
repaired/ replaced free of all costs to GAIL. The decision of GAIL for the acceptance of
repaired component/ part etc. shall be final.
- Bidder shall supply and lay all OFC cables for the entire network. Some of the route is
underground where excavation is required. The excavated trenches will be
0.5M(W)X0.75M(d). Trenches will be laid by brick, sand filled and covered up with soil &
PCC (in case of road excavation). All material and tools-tackles for excavation of trenches
will be in bidder's scope. OFC cable inside trenches shall be laid inside HDPE conduit. Cable
markers with "CCTV CABLE" engraved on 20cm(L)X10cm(W)X3mm(Thickness) MS sheet
is to be provided at 20 meter distance over the underground route.
- HDD of 50 MM to be done at the road crossings, under the concrete pavements and this job
including the required tools & tackles & excavation/ leveling of ground wherever
required and after HDD GI Pipe to be inserted in the HDD portion . Supply & Laying of 2" GI
pipe class B (100 Mtr), wherever required for cables routing & its terminations work as per
direction of the EIC.
- Some of the OFC route shall be along the concrete structure/wall in which saddling of
Cables/conduits shall be done in 2 Ft gap.
- General tools and tackles required for the project shall be arranged by the contractor.
Contractor shall provide protective MCB of suitable rating before giving power to CCTV
equipment from Owner’s power supply available in MCR/LCR.
- GAIL will provide 220 VAC power supply at the place of Data Server and at places of
Control Rooms/buildings where client work station PCs/L2 switches are to be installed for
monitoring purpose through its nearest MCB. The same electrical power supply shall be
extended from MCR/LCR to the field equipment & CCTV cameras by contractor. GAIL will
allow using spare power point for operation of Laptop & test equipment etc. if required to
commission the system.
The contractor shall mobilize and place in position the necessary resources mentioned
elsewhere in tender document.
The contractor shall make his own arrangement for the safety and security of the material,
tools & tackles etc. GAIL will not be responsible for any misplacement or damage or theft of
the contractor’s material/equipment.
The contractor shall be wholly responsible for the theft, burglary, breakdown or any
mischief done by their staff and any loss to GAIL, shall be recovered from the contractor
through immediate monthly running bill.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

The CONTRACTOR/SUB CONTRACTOR or their employees shall damage, break, deface or


destroy any property belonging to the OWNER or others during the execution of the
contract the same shall be made good by the CONTRACTOR at his own expenses and in
default thereof the ENGINEER – IN – CHARGE may cause the same to be made good by
other agencies and recover expenses from the CONTRACTOR (for which the certificate of
the ENGINEER – IN –CHARGE shall be final).
The contractor shall abide by the rules and regulations of the security and safety as laid
down and prevalent in GAIL form time to time.
The contractor shall deploy team (skilled supervisor & technical persons) during trenching,
ducting, cabling & other associated works require during installation & commissioning.
The contractor shall be solely and exclusively responsible in engaging or employing
persons for the execution of the contract. All employees engaged by the contractor shall be
on his payroll and shall be paid by contractor. GAIL will have no liability whatsoever
concerning the employees of the contractor.
The contractor shall indemnify GAIL against all losses or damages or liability arising out of
or in the course of his employing persons or out of his relations with the employees.
The contractor (which shall include the contracting firm/company) shall be solely liable to
obtain and to abide by all necessary licenses/ permission from the concerned authorities as
provided under the various Labour Laws legislations including labour license from the
competent authority under the contract Labour (Regulation & Abolition) Act, 1970.
All expenses towards mobilization at site and demobilization equipment, work force,
materials dismantling the equipment, clearing the site etc. shall be deemed to be included
in the quoted price and no separate payment on account of such expenses shall be
entertained.
Bidder responsibility shall be risk liability of all personnel associated with the
implementation realization of the project.
The bidder is responsible for arranging all the accessories and measuring instruments,
tools & tackles required to smoothly commission the CCTV system.
GAIL’s decision with the regard to the quality of the material and workmanship will be
final. Any material rejected by the Engineer -in-charge shall be immediately removed from
the site of work by the contractor at his own cost and risk without any compensation.
The work shall be carried out under the direction and supervision of the Engineer -in-
charge /their representative at site. On acceptance of the tender, the contactor shall
intimate the name & phone nos. of his accredited representative who would be supervising
the construction and would be responsible for taking instruction for carrying out work.
If the need arises during commissioning, the bidder must keep one engineer on site of
installation for the period mutually decided with GAIL, for system integration.
The scope of work also includes civil work of below mentioned systems and associated
accessories in accordance with the technical specification and satisfactory operation under
prevalent operating and climatic conditions of site unless otherwise specified.
Any job not mentioned in tender but required for successful installation & Commissioning
of system in totality shall be in the scope of bidder/ vender.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

11.0 Buy Back of Old CCTV Items:

Bidders need to quote separate buy back price for old item(s) as per schedule of rate. Gail shall not
provide any additional cost whatsoever, in terms of handling, e-waste management,
transportation charges etc. for Buy back items.

Following items shall be bought back by the Bidder:

Sl. Description Quantity

No.

1 NAS recorder (S.No. 3GFCHZ1[X18-29239]) & its 02 Nos.


accessories

2 VMS Management Server (S. No. 9L7XGZ1[X18-82096]) 01 No.


& its accessories

Following procedure is to be followed by GAIL and vendor/contractor for Buy Back of Material:
1. That old materials shall be handed over to the vendor/contractor in terms of the contract with
proper documentation on “as is where is basis”. The vendor/contractor is required to take away
such materials out of GAIL immediately after handing over to them.
2. That the vendor/contractor will not sell these materials to any GAIL employee without written
permission of HR Department- GAIL Pata, to be obtained by the GAIL employee(s). Even after
permission is obtained by employee(s) from GAIL, the Contractor is free to take decision whether
to sell such item (s) to GAIL employee(s) or not.
3. That vendor/contractor will accept payment only by Cheque/Demand Draft for sale of old
item(s) to GAIL employee(s).
4. That vendor/Contractor will maintain a separate record for such sales to GAIL employees and
will make the same available as and when requested by GAIL.

12.0 Delivery schedule/Completion period:

FOR SUPPLY:

The entire supply portion shall be completed by the bidder within 12 Weeks from the date of Fax
of Acceptance/Purchase Order whichever is earlier.
The delivery schedule as mentioned for supply is inclusive of all stages involved like conducting
kick of meetings for better understanding of the site conditions, planning for FAT, completion of
FAT, Delivery of material etc ( as applicable ). Any delay on overall stage shall attract PRS clause.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

FOR SERVICES (INSTALLATION & COMMISSIONING):

GAIL shall inform readiness of site for installation and commissioning. Job to be completed within
32 weeks from such site clearance. Any delay in installation & commissioning shall attract PRS
clause.

13.0 Payment terms:

FOR SUPPLY PART:

GAIL shall release 80% payment along with 100% taxes and duties within 30 days after receipt
and acceptance of material at site. Payment shall be released after receipt of all material at site. No
payment shall be made for partial delivery of material.

Further 20 % shall be released after successful installation, testing, commissioning and handing
over of the system to GAIL duly certified by Engineer-in-Charge (EIC) or Twelve (12) months from
the date of acceptance of material at site, whichever is earlier.

FOR INSTALLATION & COMMISSIONING PART:


100% payment shall be made within 30 days from the date of receipt of Service Invoice after
successful Installation, testing, commissioning and handing over of the system to GAIL duly
certified by Engineer-In-Charge (EIC) through e-banking.

FOR AMC PART:


100% payment shall be made through e-banking within 30 days from the date of receipt of RA bill
along with necessary documents duly certified by Engineer-In-Charge (EIC).

MODE OF PAYMENT:
Payment shall be done ONLY through E-Banking system. Bidder must ensure mapping of correct
bank account in the E-Banking system during the Kick off meeting to avoid delay in payment.

ESCALATION:
The quoted price will be inclusive of cost of all materials, labour, tools, tackles, scaffolding etc
required for the proper completion of jobs, all types of taxes and also duties imposed by state/
central/ local Government from time to time unless specified otherwise. The rates quoted shall be
firm throughout the currency of the contract and are not subject to escalation due to any reasons
whatsoever. No escalation is payable under this contract.

MOBILISATION ADVANCE:
No payment for mobilization advance shall be made in this contract.

SECURED ADVANCE AGAINST MATERIAL:


No payment for secured advance against the supply of the material to be used at site for this work
shall be made in this contract.

BILL WATCH SYSTEM:


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

GAIL (India) Limited has Computerized Billing System whereby when the Bills are submitted in
GAIL by a Contractor, a receipt number is generated. The Contractor can know the status of the
Bill through GAIL’s website online by referring the receipt number.
Bills shall be submitted only at the Central Dak Receipt Cell, GAIL (India) Limited, Pata, Auraiya,
UP, India, Pincode- 206241 in sealed envelope invariably mentioning following information on the
top of the envelope:
A. Invoice No & Date …………… Amount………..
B. Vendor Name………………… Vendor Code…..
C. Name of EIC………………… Department……
D. PO/WO number & Date………

14.0 PRICE REDUCTION SCHEDULE (PRS):

In case of delay in delivery of materials beyond contractually agreed delivery schedule, price
reduction schedule will be applicable @0.5% of material (supply portion) value per week of delay
or part thereof, subject to ceiling of 5% (FIVE PERCENT) of the total order value.

In a supply contract, the portion of supply completed in all respect which can be used for
commercial operation shall not be considered for applying PRS, if delivered within contractual
delivery period.

In case of delay in Installation and Commissioning beyond contractually agreed Installation and
Commissioning schedule, price reduction schedule will be applicable @0.5% of Installation and
Commissioning value per week of delay or part thereof, subject to ceiling of 5% (FIVE PERCENT)
of the total order value.

However the total price reduction against delay in delivery of materials as well as delay in
Installation and Commissioning will be limited to ceiling of 5% (FIVE PERCENT) of the total order
value.

15.0 Documentation delivery and software updation service:

Bidder is required to provide engineering practices and Technical Bulletins for updates at free of
cost. All the latest software updates for complete system are also required to be provided under
warranty.

Any type of software up-gradation under warranty and under AMC, being carried out by the OEM
which is necessarily to be incorporated in the supplied IP based CCTV System for compatibility of
the existing systems with future adds-on/ spare cards and facilities shall be carried out by the
OEM/supplier free of cost to GAIL. Bidder shall furnish all the manuals necessary to test, operate
and maintain the System and its software.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Two Sets of Hardcopy and 2 sets of Softcopy documentation for the complete system shall be
provided along with the supply. These documents shall be used at site for pre commissioning/
commissioning purposes. These documents shall include the System Configuration, loop diagram,
Cable schedule and system architecture details, Power distribution details, Complete BOM with
Model Nos. & Serial Nos., Panel GA, Lay-out, I/O Details etc whatever is applicable. The marked up
copies of these documents shall be taken back by the bidder and as built final documents shall be
provided. Three sets of As Built final documentation copies both hardcopy and softcopy shall be
provided by the bidder. Amongst the 3 hardcopy sets of As built documents one complete set shall
be laminated.

Bidder shall cover following in the supplied manuals as a minimum:


- Complete System architecture diagram, Loop diagrams shall be prepared for complete loops
from field devices to control system.
- Recommended spare parts with price and part number for two years operation shall be part of
documentation.
- Reference manuals, operating manuals, programming manuals and other software manuals (if
any).
- System, Instruction, Maintenance & Troubleshooting Manuals.

16.0 Buy Back of Old System/Network components:

Bidders need to quote separate buy back price for old item(s) as per Schedule of rate of this
tender. Gail shall not provide any additional cost whatsoever, in terms of handling, e-waste
management, transportation charges etc for Buy back items.
Following items shall be bought back by the Bidder:

1 NAS recorder (S.No. 3GFCHZ1[X18-29239]) & its 2 Nos


accessories

2 VMS Management Server (S. No. 9L7XGZ1[X18-82096]) & 1 No


its accessories

Following procedure is to be followed by GAIL and vendor/contractor for Buy Back of Material:

1. That old materials shall be handed over to the vendor/contractor in terms of the contract with
proper documentation on “as is where is basis”. The vendor/contractor is required to take away
such materials out of GAIL immediately after handing over to them.
2. That the vendor/contractor will not sell these materials to any GAIL employee without written
permission of HR Department- GAIL Pata, to be obtained by the GAIL employee(s). Even after
permission is obtained by employee(s) from GAIL, the Contractor is free to take decision whether
to sell such item (s) to GAIL employee(s) or not.
3. That vendor/contractor will accept payment only by Cheque/Demand Draft for sale of old
item(s) to GAIL employee(s).
4. That vendor/Contractor will maintain a separate record for such sales to GAIL employees and
will make the same available as and when requested by GAIL.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

17.0 Safety and security:

Vendor shall perform the work under this contract observing all relevant safety rules and
regulations. No personnel of the vendor shall be allowed to work at site without such safety gears.
Representative of vendor shall have his own Personal Protective Equipment during job execution
inside plant. If any special safety equipment are provided by GAIL for performance of any job, the
vendor shall be responsible for accounting of the same and returning the same to GAIL before
leaving site. Security of personnel, deployed by the vendor for this job, outside GAIL Pata plant’s
premises shall be the sole responsibility of the vendor and GAIL (India)
Limited shall be kept completely indemnified on this account.

18.0 Statutory requirements:

The Bidder has to ensure all relevant labor law like minimum wage, workmen compensation,
leave rules, bonus etc as per labor Act. The Bidder shall also be bound to discharge obligations as
provided under various statutory enactments including the Employees provident fund & misc. -
Act 1952, ESI act 1948, Contract Labour (regulation and abolition)
-Act 1970, Minimum wages act 1948, Payment of wages act 1936, Workman’s compensation
-Act 1923 and other relevant acts, rules and regulations enforced from time to time.
The Bidder shall strictly comply with the provisions of Employees Provident Fund Act and register
themselves with RPFC before commencing the work. The Bidder shall be responsible for
necessary contributions towards PF, Family pension, ESIC, or any other statutory payment to
Government agencies as applicable under the law in respect of the contract and of personnel
deployed by the Bidder for rendering service to GAIL and shall deposit the required amounts with
the concerned statutory authorities on or before due dates. The Bidder shall obtain a PF number
from the concerned Regional provident fund commissioner and submit necessary proof of having
deposited the employees as also the employer’s contributions to the provident fund. The Bidder
shall also be responsible for payment of any administration /inspection charges thereof wherever
applicable in respect of the personnel deployed by him relating to the work of GAIL.
The contractor shall be solely responsible for the payment of wages and other dues to the
personnel deployed by him latest by 7TH of the subsequent month .The contractor shall be
directly responsible and indemnify the company against all charges , dues, claims etc. arising out
of the disputes relating to the dues and employment of personnel deployed by him.
The contractor shall indemnify the company against all losses or damages, if any, caused to it on
account of acts of the personnel deployed by him.
The contractor shall ensure regular and effective supervision and control of the personnel
deployed by him and gives suitable direction for undertaking the contractual obligations.

19.0 System warranty:

Vendor shall provide warranty of the complete system hardware, software and performance as a
whole inclusive of bought out items. The warranty period shall be 18 months from the date of
successful completion of SAT or 24 months from the date of dispatch, whichever is earlier. All the
parts / components found defective during the warranty period shall be replaced, without
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

effecting the normal operations of the plant and system, as per the conditions prevailing, free of
charge.

The details of services to be provided under warranty shall include but not limited to the following
for all supplied items under this project and all the cost for these supports are in the scope of
vendor:

20.0 PERFORMANCE BANK GUARANTEE/SECURITY DEPOSIT:

A value of 10% of the total awarded contract value (excluding taxes) has to be submitted by
successful bidder as security deposit in the form of BG, within 30 days from the date of
issue of Letter of Intent.
Security Deposit shall be released after expiry of post warranty AMC period of 5 years .

21.0 TECHNICAL SUPPORT SERVICE

ON-SITE PREVENTIVE MAINTENANCE SUPPORT

Bidder shall ensure round the clock expert manpower at site under warranty; all major & minor
software revisions published during that period will be installed at no extra cost. Vendor shall
carry out necessary hardware and software changes as requested by EIC, take system backups,
Submit a system healthiness report on different critical equipment performance & also impart
training to GAIL representatives.
Tentative manpower requirement at site for maintaining of the healthiness of the system is as
below. The jobs as mentioned below is purely indicative and any other manpower/tools and
tackles/service support required to maintain the healthiness of the system should by complied by
the bidder.
health
checkup, maintenance of OFC including splicing and OTDR, report generation, spare parts
management and storage, recording in DVD etc.)

tor)
After the normal general duty hours the team as mentioned above will be available online 24x7
(non-stationed, call basis) for attending problems in CCTV system. Lodging, boarding, local
transport, allowances of above manpower will be in bidder's scope.
Labor required for shifting of ladder etc. shall be in the vendor scope.
All Splicing, jointing and OTDR of OFC cable of CCTV system shall be in the vendor scope. Vendor
shall arrange adequate and appropriate SPLICING CONSUMABLES LIKE JB, PATCH CORD,
JOINTING KIT etc. for single mode and multimode OFC. Bidder shall arrange to complete splicing
job within 02 days of intimation by Gail. Cable cut by any reason will be detected by OTDR and will
be repaired by splicing as a whole by the bidder.

ON-SITE BREAKDOWN SUPPORT

In case of any major problem with the installed system, expert engineer from vendor shall reach
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Pata within 48 hrs after being informed by EIC through email/phone/fax etc. In case the problem
is not rectified & the system is down for more than 10 days the period will add over the warranty.

For the problems not resolved through above-mentioned support service, vendor’s
engineer/personnel, who shall be capable of trouble shooting and looking after the health of the
system, shall be made available along with required tool, tackles & maintenance spares at GAIL
PATA to resolve the problem efficiently. Additionally the following shall also apply:

During the warranty, the Vendor shall use his own instrument, spares, man-hour, communication
facilities, hardware, software, materials, etc. for the rectification of any problem.

22.0 Training:

There shall be one O&M training course, at GAIL-Pata site when the system will be made
operational. It shall be explicitly understood that owner's personnel shall be fully associated
during engineering, installation, testing and commissioning activities and this opportunity shall be
taken by Vendor to impart on the job training in addition to the mentioned above.

Vendor shall provide comprehensive documentation, course materials, manuals, literature etc. as
required for proper training of owner's personnel at vendor’s cost. After the completion of the
course, all such materials shall become the property of GAIL.

100 man-days training on general functioning of all the systems/sub-systems of the total CCTV
Systems, system fault diagnosis/troubleshooting, upgradeability, add-on features and other
relevant details shall be given at the GAIL Pata premises.

23.0 Penalty Clause during Warranty Period & AMC thereafter:

The vendor needs to take action for their resolution. The allowed Resolution Times for resolving
the different kind of problems are as follows. Not meeting the same will attract penalty
as per the PENALTY CLAUSE mentioned in this tender document:

All faults/problems will be prioritized into 3 severity categories:

Critical – Service outage has occurred. It is the highest level of problem. The vendor shall diagnose
the issue on top priority.
Major – Loss of protection path, fault of redundant unit (the service is not affected; only the
protection / redundancy is not available). The vendor shall provide solution within stipulated
resolution time.
Minor – All other problems and issues not covered by previous categories.

The Agreed Resolution Time for resolving the different kind of problems are as follows:
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Critical: within 24 hours from lodge of complaint by GAIL with vendor


Major: within 48 hours from lodge of complaint by GAIL with vendor
Minor: within 72 hours from lodge of complaint by GAIL with vendor

Penalty to resolve the problems shall be as follows:

1) Minor: Failure to correct fault beyond 72 hours will attract a penalty of Rs.1500/- per day for
each complaint till work is completed on each occasion. Beyond one week, the fault shall be
categorized as major fault and accordingly will attract penalty.

2) Major: Major fault will be corrected within 48 hours from lodge of complaint by GAIL with
vendor. Further beyond the schedule time Rs.3000/- per day for each complaint will be charged
as penalty for each delay till completion of work.

3) Critical: within 24 hours from lodge of complaint by GAIL with vendor. Further beyond the
schedule time Rs.5000/- per day for each complaint will be charged as penalty for each delay till
completion of work.

However total penalty imposed would not exceed 5% of the AMC SOR value.

The penalty can be recovered from the security deposit submitted by the successful bidder at the
end of the total contract period if required.

24.0 GENERAL GUIDELINES:

1. In general, specifications provided throughout this document shall apply. In case of conflict
more stringent specifications shall override specifications given elsewhere and decision of
the Owner/Engineer in all such cases shall be final.
2. As and when bugs found/determined in the software/firmware affecting the performance
of the equipment, the vendor will provide free of cost the patches/firmware replacement or
solution to resolve the problem. Modified documentation (hard copies and soft copies)
pertaining to supplied items wherever applicable shall also be supplied free of cost.
3. Owner/Engineer-In-Charge reserves the right to modify the system requirements till such
time the system is ready for final acceptance. Vendor shall undertake to meet the revised
requirements without any financial implication to the Owner provided no additional
equipments are required.
4. In case at the time of implementation there is any change in the system design &
configuration to meet the owner’s operational requirements, the vendor shall undertake all
the activities such as design, manufacture, supply, Installation, etc. of additional equipment
hardware and software for which additional financial implication, if any, shall be approved
by the owner on the basis of sufficient details and justifications being provided by the
vendor.
5. If during the course of execution of the work any discrepancy or inconsistency, error or
omission in any of the provisions of the contract is discovered, the same shall be referred to
the Owner/Engineer who shall give his decision in the matter and issue instruction
directing the manner in which the work is to be carried out. The decision of the
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Owner/Engineer shall be final and conclusive and the Vendor shall carry out the work in
accordance thereof.

25.0 BIDDER’S DATA REQUIREMENT:

The Bidder shall furnish the following as a minimum as part of bid document Non submission of
these documents will lead to rejection of the bid:

1. The bidder shall furnish clause-wise compliance for Scope of Work, Special Conditions of
Contract, Technical Specifications of Tender document.
2. Copy of safety Certificates i.e. CE or FCC and UL certificates for the offered CCTV cameras,
as required under technical specification of tender document, is to be submitted with the
un-priced bid document.
3. The bidder shall furnish detailed bill of material, such as hardware units,
software/firmware, functions, and quantity etc. of the offered CCTV system & associated
items in line with format placed at Annexure-I.
4. The bidder shall furnish the detailed schematic diagram of the offered solution, clearly
specifying / depicting various functional modules and their inter-connections setup.
5. The bidder shall furnish the technical catalogue / brochure for each equipment covering
full technical & environmental specifications, principle of operation, design features, test
and monitoring facilities, guaranteed performance data, power consumption, dimensional
and mounting details, functional block diagrams, description of operation, procedure and
facilities etc. as a minimum.
6. Technical support for all the system sub-system & equipment (Cameras, VMS & VAS),
supplied under this project, over a minimum period of 7 years from their date of supply
through their authorized partners in India (refer Annexure-II).

26.0 Post Warranty Non-Comprehensive AMC of IP based CCTV System


26.1 Non-Comprehensive AMC of IP based CCTV System: The vendor shall provide Non-
Comprehensive AMC service for all supplied systems (hardware and software) for a period of 5
years after the warranty period as per below terms & conditions.

Complete system will be covered under post warranty Comprehensive AMC as per rates quoted in
the price bid for a period of 5 years from the date of completion of warranty. The post warranty
comprehensive AMC shall be a separate annual contract for each of the 5 years period and shall be
signed at beginning of the respective period. The post warranty comprehensive AMC rates quoted
in price bid for 5 years shall be included in the evaluation.

During the post warranty Non-comprehensive AMC period all software/services etc. as required
to rectify any defect, will be provided by the successful bidder at no extra cost to GAIL. Spares as
required for such maintenance would be provided by GAIL.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Tentative manpower requirement at site for maintaining of the healthiness of the system is as
below. The jobs as mentioned below is purely indicative and any other manpower/tools and
tackles/service support required to maintain the healthiness of the system should by complied by
the bidder.
Skilled Technician: 02 nos (preventive+routine+breakdown maintenance, system health checkup,
maintenance of OFC including splicing and OTDR, report generation, spare parts management and
storage, recording in DVD etc.)
Electrician: 01 no (assistance to technician)
Helper: 02 nos (assistance to technician, electrician and operator)
After the normal general duty hours the team as mentioned above will be available online 24x7
(non-stationed, call basis) for attending problems in CCTV system. Lodging, boarding, local
transport, allowances of above manpower will be in bidder's scope.

Bidder shall ensure round the clock expert services at site under AMC.

All spares required for up keeping the system shall be provided by GAIL.

For attending preventive and breakdown maintenance necessary tools and tackles shall be in the
scope of Bidder. List of tools is to be provided by bidder at the time of commencement of the
contract.

Labor required for shifting of ladder etc. shall be in the vendor scope.

All Splicing, jointing and OTDR of OFC cable of CCTV system shall be in the vendor scope. Vendor
shall arrange adequate and appropriate SPLICING CONSUMABLES LIKE JB, PATCH CORD,
JOINTING KIT etc. for single mode and multimode OFC. Bidder shall arrange to complete splicing
job within 02 days of intimation by Gail. Cable cut by any reason will be detected by OTDR and will
be repaired by splicing as a whole by the bidder.

Any new installation in the system will be carried out by the contractor. Material will be in Gail’s
scope.

Bidder shall carryout all the activities in consultation and direction of Engineer-In-Charge and
report to EIC for job assignment.

Detailed report to be submitted to the EIC after completion of every assigned job.

26.2 Contract period: Five years from the date of expiry of warranty.

26.3 Payment terms: Monthly payment of AMC amount will be released within 30 days of
Submission of Monthly RA bill.

26.4 The schedule/scope of work shall be as below but not limited to the same.

26.4.1Preventive maintenance:
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

(i) Periodic check on daily basis to ensure satisfactory performance of CCTV systems as per check
list.
(ii) Check all Cameras, Monitors and Keyboard operation in control room.
(iii) Check display of all cameras in Monitor as well as in NVRs.
(iv) Check for recording of cameras and take back-up in DVD/USB HDD on need basis. For taking
the Daily recoding backup in DVD/USB HDD, DVD/USB HDD and writer shall be in vendor scope.

26.4.2Predictive maintenance: If required intimation will be given in one day advance.


(i) Check system errors and alarms.
(ii) Take corrective actions in case of abnormal alarm conditions.
(iii) Making minor modifications & trouble shooting as and when required.

26.4.3Breakdown maintenance:
The Bidder shall report at the site immediately (within 48 hours) upon receiving breakdown call
from owner, in order to solve the reported problem and to maintain the CCTV system healthy in all
respects for normal operation. Following jobs are to be carried out in case of breakdown.
(a) Identification and rectification of faults in the system;
(b) Checking of entire system after rectification of faults;
(c) Handing over and observation of the system performance;
(d) Preparing the report for the break down.
For the problems not resolved through above-mentioned support service, OEM’s
engineer/personnel, who shall be capable of trouble shooting and looking after the health of the
system, shall be made available along with required tool, tackles & maintenance spares at GAIL
PATA to resolve the problem efficiently.

26.4.4Maintenance Reports:
Routine maintenance, preventive maintenance, checklists, fault rectification records shall be
compiled and submitted to Engineer-In-Charge. Recording has to be stored in DVD/USB HDD
format on continuous basis. Up to 01 month record shall be maintained on NVR as per First in
First Out. If required, the same is to be submitted to EIC in DVD/USB HDD. Supply of DVD/USB
HDD along with DVD/USB HDD writer is in bidder’s scope.

26.4.5 Repairing of faulty cards/components/equipment:


The faulty item which shall be removed from the existing system for repairing purpose shall be
arranged to repair by the vendor. Repairing job shall be approved by the EIC prior to initiate
repair job. During repairing period, the vendor has to make alternate arrangement to make the
system healthy.
Repairing cost, Packing, forwarding and to & fro transportation (GAIL,Pata to Vendor works) shall
be in the scope of contractor.

26.5 THE VENDOR SHALL PROVIDE ANY OTHER WORK NOT MENTIONED ABOVE, BUT
REQUIRED FOR COMPLETING THE WORK IN ALL RESPECT TO THE SATISFACTION OF THE
OWNER.

26.6 SCOPE OF SUPPLY BY GAIL:


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

The followings shall be under owner’s scope for execution of the Schedule of Rates (SOR)
items, which shall be provided to the Contractor free of cost, unless otherwise stated:

Spare parts for the execution of SOR items, shall be in the scope of GAIL

26.7 SAFETY, SECURITY RELATED CLAUSES:


 Contractor shall provide personal protective equipment’s (PPE) & safety gears such as
Helmet, Safety shoes, Company logo marked cotton uniform with specific colour/ Dangri ,
cotton gloves, Grinding goggles, hand gloves, safety belts, safety net and rope ladders etc.
as per prevailing safety norms, to all the personnel deployed for the execution of the SOR
jobs. Contractor shall provide two sets of Cotton Uniform, Two pair cotton socks and one
pair Safety shoes per person every year to all his employees at his own cost during the
contract. No contract manpower will be allowed on duty without wearing the uniform and
necessary safety wears. If contractor fails to provide safety gears, then GAIL shall provide
all these items and shall deduct cost of such items from running bills of contractor after
applying relevant penalty. However, special safety gears will be provided by GAIL. Further,
any guidelines/ regulation/ penalty etc with regards to this clause notified by HR/ F&S/
Central agency of GAIL from time to time during execution of contract shall be binding on
the contractor. Contractor will be responsible for accounting of the same. The
specification of PPEs is mentioned below for maintaining the quality. Minimum 05 Nos of
safety belts are to be maintained as per specification mentioned below by the contractor
at site.
 The following PPE shall be provided by the contractor to all their deployed
worker/employee at the commencement of contract. The same should be replaced
immediately in case of damage, irrespective of date of issue.
o Safety Helmet – as per specification mentioned below, Minimum 01 no/person.
o Industrial safety shoe: Minimum 01 pair per year.
o 100% Cotton uniform with logo of contractor’s company name: Minimum 02 Pairs
per year.
o Cotton Gloves: As per requirement
o Ear Plug: As per requirement

Sr. No. SPECIFICATION OF SAFETY HELMET

1 Industrial safety helmet manufactured from high quality, high impact, heat &
chemical resistant HDPE

2 material designed
The helmet to provided
should be take on clip
withonsweat
accessories like
band and face shields,
synthetic ear defenders
adjustable and
and welding visors
removable chin strap.
3 without the need
Vendor shall forthe
submit drilling on the
approval helmet.
certificate ofThis helmet&shall
BIS, DGMS be made
CE along with or
with offer.
without fluorescent

radium pigment so that the helmet glows in the dark.


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

4 Manufactures name year of manufacture and BIS, IS, DGMS, mark shall be
embossed on the head band on the shell.

5 Make : Roclite / Karam/ Approved by EIC & F&S

6 Marking: The helmet shall be having IS: 2925-1984 mark on the shell and head
band and DGMS &CE

approval mark on shell.


Sr. No. Specification of Industrial Safety Shoes

1 Light weight high quality industrial safety shoes made from black colour
mammal leather with grain
2 TYPE: Safety shoe having four eyelets suitable for use in industries, should be
finish and shall be necessarily either IS marked or ENS approved and
safe, elegant and
confirming to following
3 COLLAR:
comfortablefoam paddinginshall
in wearing be provided
different sizes. around the collar with high quality
specifications.
filament mat (fiber
4 STEEL TOE CAP: ISI marked bearing no. IS 5859 or EN 345 mark with finish as per
reinforced thermoplastic resin) for greater comport.
the size of shoe.
5 SOLE: Made of black coloured dual density PU (polyurethane) chemical to
Certificate shall be sent along with offer.
make shoes, durable,

flexible and light in weight. Sole shall be Nonskid antistatic having acid &
alkali resistant, shock
6 SOLE FIXING: Direct Injection molding process.
absorbent, heat resistant, water and oil resistance as per IS / International
7 MAKE: BATA, Action, Karam,Liberty.
standard. Certificate must be

Sr. No. enclosed in this regard along with offer for


SPECIFICATION OFtechnical
SAFETYscrutiny.
BELT

1 Safety belt Full body harness shall be with double polyamide rope lanyards.
2 Safety full body harness shall be of Polyamide webbing in two colors made of
adjustable 45mm + 2mm polyamide shoulder, thigh seat, and chest and waist
straps.
3 The safety harness shall be provided with adjustable buckles in high strength zinc
plated steel, 2 chest

attachment D-Ring and a dorsal attachment D-Rings with ID plates.


Sr. No. SPECIFICATION OF COTTON UNIFORM

1 The cotton uniform and cotton Shocks shall be 100 % pure cotton.
2 The third party test certificate is required to approval of EIC/F&S
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

 Special safety equipment like breathing apparatus, gas masks etc. shall be provided by
GAIL, whenever required. Contractor will be responsible for accounting of the same.
All jobs are to be carried out under “Permit system” on receipt of the intimation from S/I or
site engineer. The contractor has to cross check for ensuring availability of “Safety work
permit” duly signed by process/safety personnel with Instrument S/I or site engineer
before starting the jobs. The contractor has to comply all safety requirements for the
execution of the job,as per instructions of Plant Safety Officer /"ENGINEER-IN-CHARGE".
Contractor shall intimate the concerned S/I of site engineer after completion
of job. Further, any guidelines/ regulation/ penalty etc. with regards to this clause notified
by HR/ F&S/Central agency of GAIL from time to time during execution of contract shall be
binding on the contractor.
 Contractor shall maintain first aid facility for his employees, however first aid available
with GAIL will be provided by GAIL. Remaining expenditure towards treatment of
contractor’s employee will be borne by contractor.
 The Contractor shall have to take adequate security measure for security of their office,
equipment, machinery, tool & tackles and material. In the case of theft or loss GAIL will not
be held responsible.
 All the employee of contractor should observe the security and safety related rules and
regulations introduced from time to time by GAIL, Pata management. Violation of this shall
attract penalty as per penalty clause of SCC.
 Safety in workplace is GAIL’s major thrust area. Vendor to ensure that ALL personnel
deployed by him are well aware of the safety instruction, procedures prevailing in plant. In
addition to above the manpower deployed by the contractor shall also be aware about the
related SOPs ( Standard Operating Procedures) to be followed for maintenance work inside
GAIL PATA complex. Contractor shall submit undertaking that all personnel are aware of
the SOP before commencement of Contract.
 Each manpower deployed by the contractor shall be made aware about the departmental
occupational health and safety Hazards, Environmental aspect & impact, Siren codes,
Assembly points pertaining to each plant area, waste & scrap handling and management
guidelines etc. If any deviation is observed EIC shall be free to take necessary action.

26.8 TERMS OF PAYMENT DUIRNG AMC:

Contractor is required to submit monthly running bills in Duplicate to ENGINEER-IN-


CHARGE along with the copies of separate measurement sheets of executed jobs during
previous month within two weeks of every month, for job certification and payment. The
payment against monthly RA Bill shall be released based on the actual executed job, duly
certified by EIC.
 The payment shall normally be made within thirty days of submission of bill to ENGINEER-
INCHARGE by Finance Department after statutory deductions.
 Contractor is required to submit proper wage sheet of its employees along with designation
(supervisor/fitter/rigger/helper) working at site within first week of every month to the
EIC. Payment to all workers needs to be done through E-Banking only and details
from the bank to be enclosed with the RA bill.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

 In case of any damage to GAIL’s property occurs during the execution of work due to
contractor or of his employees, deduction will be made from the total claims according to
the total evaluated cost of the damaged article. The evaluation of the damage will be done
at the sole discretion of GAIL as decided by the ENGINEER-IN-CHARGE.
 The contractor shall submit a certificate along with each running bill that the contractor
has obtained the EPF code no. (Code number to be indicated) and EPF contribution in
respect of contractual labor up tothe previous bill has already been deposited with the PF
commissioner. Contractor to submit Form 3A,6A & 23A accordingly, confirming PF
contribution to the workers.
 Final bill along with No claim certificate shall be submitted within 30 days of completion of
contract period.
 As per present practice final RA bill will be processed after obtaining Site Clearance
certificate from Operation & F&S department by the Contractor. However, any further
guidelines/ regulation/penalty etc with regards to this clause notified by HR/ F&S/ Central
agency of GAIL from time to time during execution of contract shall be binding on the
contractor
 No mobilization advance shall be paid.
 In no case payment of the bills shall be made if the jobs are not certified by the site
engineer from time to time.
 The contractor will disburse wages of all the workers in his payroll only through e-banking
directly to the account of each worker.
 The quoted rate shall remain firm during the contract period and no escalation will be
granted on whatsoever ground including among others increase in cost of labour,
consumables etc.

26.9 OTHER CONDITIONS OF AMC:

(a) No bidder will claim his ignorance regarding terms and conditions.

(ii) Bidder should have valid license in his own name/Firm.

(iii) In case, license gets expired, contractor shall get the same renewed within stipulated
time or else payment due (if any) shall be held, till the time copy of renewed license is
submitted.

(iv) The bidder should visit the site and get himself acquainted with the operating
system and quote accordingly.

(v) The contractor should deploy adequate number of qualified and experienced
personnel to discharge the contractual obligations effectively.

(vi) GAIL reserves the right to replace any person due to misbehavior or lack of knowledge.
Replacement should be done by the contractor within 24 hours of intimation by GAIL.

(vii) Contractor shall be responsible for any loss occurred to GAIL while carrying out the
job due to negligence/lack of knowledge etc. Damages if any, to the structures / equipment’s
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

during execution of work will be made good by the contractor without any claim and therefore
should take utmost care while working.
(viii)The entire Job shall be carried out in safe manner. Workers engaged in unsafe work
shall be removed immediately. Contractor shall comply with all applicable safety laws and he
should be conversant with all statutory labour laws and regulations prevailing during the
contract and ensure to comply with the same and shall keep the GAIL harmless and indemnified
against any action brought against it for any violation and noncompliance of any act etc.
Contractor should be registered with labour commissioner and such details to be submitted to
GAIL at contractor’s own cost. Failure to comply with statutory regulations would result in
quantifiable deduction from running bill and / or cancellation of contract.

(xi) Contractor shall be responsible for all acts of their personnel and loss and damage caused to
GAIL’s property or to third party in any form due to any act or negligence of his personnel
shall be chargeable to their account. If any liability is thrust upon GAIL which is attributable to
contractor staff, It will be charged to contractor’s account or recovered from contractor’s bill.

(x) The contractor shall make his own arrangement for removal of old as well as unused material
from the work site to the place indicated by EIC, after completion of work.

(xi) Boarding, lodging and transportation facilities for contractor’s personnel for carrying
out the work at site are to be made and born by contractor at his own cost.

(xii) The value of work under this contract shall be as per attached Schedule of Quantities.
Actual work may vary to any extent plus or minus to the attached Schedule of rate.
Minimum value of work is not
guaranteed.

(xiii) In case of account, injury and death caused to the employee of the contractor while
executing the work under the contract, the contractor shall be solely responsible for payment of
adequate compensation, insurance money etc. tothe next kith & kin of injured / diseased.
Contractor shall indemnity GAIL from such liabilities. EIC should be kept informed and his
consent taken towards any change of manpower during the contract execution period.

(xiv) It is the responsibility of the contractor to submit duly certified measurement sheets and
monthly bills within time. Bill with all relevant documents as mentioned elsewhere in this tender
document is to be sent through Bill Watch System to EIC for further processing. Monthly bill must
have following points clearly mentioned on it:
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

26.10 RESPONSIBILITY OF CONTRACTORS FOR COMPLIANCE OF


LABOUR/EMPLOYMENT LAWS:

1. The Contractor/contracting firm shall obtain comprehensive insurance policy covering all
risks such as accidents, injuries and death likely to be caused to his workers or -to a third
person including loss to the properties of Owner /GAIL or to some other agency. The
premium amount should be deposited with the insurance agency by the contractor
regularly and without any delay.
2. In case of any accident resulting in injury or death in respect of the personnel deployed by
the contractor during the execution of the work, the contractor shall be solely responsible
for payment of adequate compensation, insurance amount, etc. to the person injured/next
kith and kin of the deceased. Contractor shall indemnify GAIL from such liabilities.
3. The contractor/contracting firm shall not employ any person suffering from any
contagious, loathsome or infectious disease. The contractor/contracting firm shall get
examined his employees / workers through a Government Doctor before deployment.
4. No worker of contractor/contracting firm and contractor himself shall be allowed to
consume alcoholic drinks or any narcotics within the plant premises. If found under the
influence of above, the contractor/contracting firm shall have to change/replace him,
failing which, GAIL may terminate the contract.
5. While conforming to any of these conditions, the contractor should ensure that no law of
state regarding labour, their welfare, conduct etc. is violated. The contractor shall
indemnify GAIL for any action brought against him for violation, non-compliance of any Act,
rules and regulations of centre/ state/ local statutory Authorities/ any court against any
act or acts of the contractor/contracting firm or his workers.
6. The contractor/contracting firm shall deploy the workers after verification of their
character and antecedents. In case any worker is found having criminal record, he shall
have to be immediately replaced without any delay.
7. The persons to be deployed should be on rolls of the contractor/contracting firm.
8. The contractor/contracting firm shall issue proper identity cards to all the workers who
are to be engaged for the job. The identity cards shall be signed by the contractor or his
authorized representative. The contractor/contracting firm shall also be responsible for
obtaining the gate passes from CISF in respect of all their personnel.
9. The supervision and control of the personnel/ contract worker alongwith their work/
assignment/ performance etc under the contract shall be regularly done by the
contractor/contracting firm through their Authorized Representative/ Supervisor and the
name of the Supervisor/ Authorized Representative shall be invariably intimated to the
Engineer-In-Charge at the commencement of contract.
10. The contractor shall be solely responsible for disciplining the personnel deployed by him.
Further, he shall ensure that none of his workers create any nuisance or indulge in anti-
social and criminal activities during the entire period of contract. In case, anybody is found
indulging in such activities, then he will have to be immediately removed without any
prejudice to further necessary action as deemed fit.
11. The contractor/contracting firm shall be required to obtain labour license from Licensing
Officer and Assistant Labour Commissioner (Central), Kanpur if he engages 20 or more
workmen/labours.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

12. The contractor/contracting firm shall pay the wages to the workers latest by 7th of the
subsequent month at the rates as per the Minimum Wages Act and as notified by the
Regional/Assistant Labour Commissioner (Central), Kanpur from time to time in the
presence of authorized representative of the Principal Employer i.e. Engineer–In-Charge
(EIC). The Engineer Incharge shall ensure that the contractor/contracting firm is making
payment of wages to its labours not less than the wages notified by the appropriate
authority from time to time.
13. The contractor/ contracting firm shall make payment of wages by crediting the same in the
bank account of concerned contract workers through online banking/ e-payment etc., for
which a written authorisation will also be obtained in accordance with the provision under
Sec.6 of payment of Wages Act 1936.
14. The contractor/contracting firm shall have a separate Provident Fund Code allotted in his
name by the Regional Provident Fund Commissioner. The contractor must ensure
deduction of PF, if applicable from the contract workers and deposit the PF of employer
contribution to the concern contract workers deployed by him for the assigned job and
submit the copy of Electronic Challan cum Return (ECR) for the amount deposited towards
Provident Fund along with a list of his labours/workers to the Engineer Incharge.
15. The contractor/contracting firm shall be required to deposit contribution towards ESI, if
applicable, or any other statutory payments to be made in respect of his workers well in
time and submit a copy of challan to owner/Engineer In-charge in monthly/quarterly basis
failing which GAIL will deduct from his bills the amount equivalent to such deductions
along-with penalty as per the provisions of the applicable Act.
16. The contractor/contracting firm shall obtain registration under Inter State Migrant
Workmen (Regulation of Employment and Conditions of Service) Act, 1979 if he deploys
and engages five or more labours on any day of the preceding 12 months from states other
than U.P./ Uttaranchal.
17. The contractor/contracting firm shall strictly comply with the various provisions of
Factories Act 1948 and Uttar Pradesh Factories Rules 1950, Payment of Wages Act, 1936,
Payment of Bonus Act, 1965, Employees Compensation Act, 1923, Minimum Wages Act,
1948, Contract Labour (Regulation & Abolition) Act, 1970, Employees’ Provident Fund and
Miscellaneous Provisions Act, 1952, BOCW Act, 1996, etc. and deposition of cess as per Act,
if the work is covered under BOCW Act, 1996 and other labour legislations as in existence
(at present in India) and as amended from time to time. The contractor/ contracting firm
shall have to discharge obligations as provided under the above Act, Rules and Regulations
enforced from time to time.
18. The contractor shall be required to furnish proof/copies of applicable documents/ forms/
returns as per the checklist attached as Annexure – I hereto along with – (i) first bill; (ii)
monthly bills; and (iii) final bill to the Engineer-In-Charge (EIC) and the concerned
Engineer-In-Charge shall ensure the same before processing such bills. The checklist- is
indicative for immediate requirement after issuance/ receiving of Letter of Intent
(LOI)/monthly bills/ final bill and other forms/returns as required under various
acts shall be required to be filed/maintained by the contractor himself regularly.
19. The contractor(s) are required to submit copies of Electronic Challan Cum Return
(ECR)/ Electronic challan along with online uploaded list of contract workers/ members/
subscribers for the proof of remittance of Provident Fund (PF) contributions with PF
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Authorities for the contract workers engaged by him in GAIL while submitting monthly
bills.
20. The contractor shall have his own PF code no. with the RPFC as required under Employee
PF & Misc. Provisions Act, 1952 and extended benefits of Provident Fund, Employee
Deposit Linked Insurance and Employee Pension Scheme, 1995.
21. No contract workers below the age of 18 years shall be deployed on the work.
22. The personnel to be deputed by the contractor shall observe all security, fire & safety rules
of GAIL while at the site/ work. His work/ services will be supervised by the supervisor of
the contractor. Contractor has to be strictly adhering to guidance, instructions whenever
required.
23. While conforming to any of these conditions, the contractor should ensure that no law of
state regarding labour, their welfare, conduct etc. is violated. The contractor shall
indemnify GAIL for any action brought against him for violation, non-compliance of any Act,
rules and regulations of center/ state/ local statutory Authorities.
24. No accommodation will be provided to the contractor/contracting firm as per guidelines of
GAIL Corporate Office, New Delhi.
25. While working out the contract value towards cost of manpower, the below
mentioned components have to be taken into account as per applicable statutes
and also for extension of Social Security benefits etc. EIC is required to ensure
payment of following wage components/ structure to contract labour engaged by
contractor:
S.No. Wage Component Provision to be made for Remarks

1. Minimum Wages Minimum wages notified from Statutory requirement


time to time from Central Govt.
or State Govt., whichever is
higher

2. PF contribution 13.36% of wages Statutory requirement


including EDLI and
administrative charges

3. Insurance policy cover Insurance coverage obtained Relevant documents/ policy


under the Employees under the said Act upto 10.86 etc. to be submitted by the
Compensation Act, lakhs per contract worker concerned contractor to EIC
1923 immediately on
commencement of the contract

4. Bonus 8.33% of wages or 8.33% of To be paid by the contractor to


Rs.7000/-, whichever is higher the contract workers on a
per month as per provisions financial year basis. Payment
payment of Bonus Act, 1965 to be made before Deepawali
festival falling after the end of
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

relevant financial year; and for


the balance period, at the time
of closure of contract.

5. Death Gratuity 4.81% of wages or suitable Payable only in case of death


provisions may be kept in the or permanent disablement
contract value for covering the during the currency of the
liability towards gratuity contract.
payment in case of death/total
permanent disablement as per
payment of Gratuity Act, 1972.

6. Leave wages as per 8.33% of minimum wages may


Factory Act/Rules be provisioned in contract value,
for which compliance is to be
ensured as per statutory
provisions and same be
reflected in Attendance Register
and leave records by the
contractor.

S.No. Wage Component Provision to be made for Remarks

7. Overtime for extra work 14% of minimum wages shall Applicable, if extra work
be provisioned for payment of beyond normal working hours
overtime, as applicable under is performed
the Factories Act, 1948 and
disbursement should be
mentioned in the Overtime
Register prescribed under
Contract Labour (R&A) Act,
1970 and rules framed
thereunder

8. Cost of Safety kits and 6% of minimum wages for Proof of purchase and
liveries in terms of safety covering provision for distribution to be submitted to
provisions under the distribution of safety kits and EIC within 3 months from
Factories Act, 1948 liveries (2 pairs of shirts, 2 commencement of the
pairs of trousers, 2 pairs of contract.
socks and one pair of safety
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

shoes every year)

9. Maternity Benefit to Full wages to such woman Statutory requirement


women contract worker contract worker, who
under the Maternity proceeds on maternity leave
Benefit Act, 1961 during the currency of the
contract, for 180 days in case
of child birth; or 6 weeks in
case of miscarriage; or for such
higher period as amended in
the Act from time to time.

26. At the time of closure of contract, an Indemnity Bond of Rs.100/- duly notarized from the
Notary indemnifying GAIL from all the liabilities w.r.t the persons engaged by the
contractor regarding payment of wages, Provident Fund, Gratuity payment, Bonus,
Insurance coverage, Overtime and other statutory payment/ penalty payment/ fines
concerning various labour laws as mentioned at S.No.17 above. Proforma of Indemnity
Bond is enclosed at Annexure-II.

Documents to be submitted along with first bill

S.No. Document Periodicity

1. Copy of labour license (applicable, if contractor is


engaging more than 20 workers) as per Form - IV of With first bill
the Contract Labour (R&A) Act, 1970

2. Copy of comprehensive insurance cover policy to


cover liability of the Employees’ Compensation Act, With first bill
1923

3. Copy of Contract Agreement With first bill

4. Copy of Registration Letter from RPFC under the


one time
Provident Fund & Miscellaneous Provisions Act, 1952
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

5. Nominees for payment of Gratuity and Insurance


dues in case of death/ total permanent disablement in one time
respect of each contract worker

6. For making online banking by contractor, copy of


written Authorisation/ certification from the
one time
concerned contract worker as per the provisions
under the Payment of Wages Act, 1936

7. Issuance of valid Employment card by the contractor


one time
in Form XIV of the Contract Labour (R&A) Act, 1970

8. Gate Pass details along with Police Verification one time

Documents to be submitted along with monthly bill

S.No. Document Periodicity

9. Contractor has to maintain following registers under Contract Labour (R&A) Act,
1970:

9.1 Register of workmen employed by contractor in Form Every month/ Regular


XIII maintenance

9.2 Every month/ Regular


Muster Roll in Form XVI
maintenance

9.3 Every month/ Regular


Register of Wages in Form XVII
maintenance

9.4 Copy of wage register duly certified by authorized


representatives of the contractor and GAIL certifying
as "Certified that the amount shown in the Column Every month
No.14 has been paid to the workman concerned in my
presence on ………….(date) at………….(place)”

9.5 Every month/ Regular


Issuance and maintenance of Wage Slip in Form XIX
maintenance

9.6 Every month/ Regular


Register of Deduction in Form XX
maintenance
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

9.7 Every month/ Regular


Register of Fines in Form XXI
maintenance

9.8 Every month/ Regular


Register of Advance in Form XXII
maintenance

9.9 Every month/ Regular


Register of Overtime in Form XXIII
maintenance

9.10 To be submitted along with bill


Copy of the renewed License as per Form IV under the
for the last month of every year of
Contract Labour (R&A) Act, 1970
the contract

10. Contractor has to submit copies of following Forms under Employees' Provident
Fund & Miscellaneous Provisions Act, 1952 :

10.1 PF Challan and Statement Every month

10.2 Copy of Electronic Challan cum Return (ECR) for the Every month
proof of PF contribution deposit/ remittance along
with the details of employees showing PF Account no,
contribution of employee and employer etc.

10.3 Format under Para 36-B Every month

10.4 Form - 23 At the end of financial year

10.5 Form - 11 Declaration under the EPF Act During the time of deployment of
Contract Labour (With first bill
and as and when one new
contract worker join)

10.6 If wages are paid through bank, copy of bank


Every month
statement duly certified by Bank of previous month

11. Contractor has to submit copies of following Forms under the Factories Act, 1948:

Form 12 (Register of Adult Worker) Every month


11.1
Form 14 ( Register of Leave with Wages) Every month
11.2
Form 15 ( Leave Book) Every month
11.3
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Copy of Challans in support of submission of Service


Every month
12. Tax

Documents to be attached along with final bills

S.No. Document Periodicity

13. Copy of certified Wage register (Certified from EIC and With final bill
Contractor) for the total contract period.

14. Service Certificate as per Form – XV under CL (R&A) Act, With final bill
1970

15. Copy of labour License (If applicable) With final bill

16. Copy of Work Order With final bill

17. Copy of Work Completion Certificate from EIC With final bill

18. EPF Challans With final bill

19. Copy of PF Slips in Form - 23 With final bill

20. Copy of ECR With final bill

21. Undertaking from contractor regarding disbursement of With final bill


wages to all the contract worker deployed through him

22. No dues certificate from the contractor With final bill

23. Indemnity Bond of Rs.100/- duly notarized from the With final bill
Notary indemnifying GAIL from all the liabilities w.r.t the
persons engaged by the contractor regarding payment of
wages, Provident fund, Insurance and other payments
etc.

24. Copy of Half yearly returns for Licensed Contractor With final bill

25. Documentary proof of payment of applicable Bonus With final bill


made to contract workers by the contractor till closure of
the contract

26. Forms – C & D under the payment of Bonus Act, 1965 With final bill
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

26.11 PHOTOGRAPHS/LABOUR PERMISSION/VEHICLE PERMISSION:


The contractor shall arrange to make photo gate passes/labor
permissions/vehicle passes etc. for his persons/labors/vehicles for working in site
plant premises at his own cost as rules of the company.
26.12 HOUSE KEEPING:
Contractor shall ensure that a high degree of housekeeping is maintained throughout the
total period of contract.
26.13 INSTRUCTIONS TO CONTRACTOR FOR COMPLIANCE OF
SAFETY BRIEFING

There will be compulsory safety briefing to contractor employees, before their entry inside GAIL
PATA PLANT. The training will be imparted by Fire & Safety Officer and a safety briefing card shall
be issued to each participant with validity of one year.

1. The list of contractor’s employees will be submitted by the contractor to CISF and CISF will
allow entry of those contractor employees from gate No.1 of GAIL PATA PLANT to safety
training hall. The contractor/ Contractor supervisor will identify their employee at gate
No.1 of employees in presence of CISF during entry.
2. The contractor employees will sign/ put thumb impression, as the case may be on
attendance registered in Safety training hall, before the training.
3. After the training, the Safety briefing card will be issued to the contractor supervisor for
their employees, which will be valid for 1 year from the date of training.
4. The contractor supervisor will produce the safety briefing cards to CISF for processing the
permanent gate passes/ renewal of old gate pass, as the case may be.
5. On expiry of safety card validity, contractor employees has to again take the safety training
and get it renewed, without which gate pass will not be issued.
6. In case of loss of safety briefing card, Safety card can be re-issued if the contractor
employees can inform about the date of training, otherwise new card will be issued only
after training.
7. Contractor workers have to always carry the safety briefing card along with the gate pass
during the working period while working in GAIL PATA.
8. Any GAIL employee can demand to the contractor/contractor employee to show their
safety briefing card, failing which the concerned contractor employees may not be allowed
to work.
9. Safety violation will be endorsed on safety cards. 1st violation will lead to warning; on 2nd
violation entry will be banned for a week and on 3rd violation gate pass will be withdrawn.
No gate pass will be issued to such contractor employee for a period of at least three weeks.
10. We agree to comply the above, before entry of our workmen/ employees inside Battery
Area. GAIL will have the right to refuse entry of our workmen/employees in case of
Noncompliance of any of the above said clause. GAIL reserves the right to modify/alter any
of the above mentioned clauses.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

INDEMNITY BOND

WHEREAS GAIL (India) Ltd. (hereinafter referred to as “GAIL”) which expression shall,
unless repugnant to the context include its successors and assigns, having its registered office at
16, Bhikaiji, Cama Place, R.K. Puram, New Delhi 110066 has entered into a contract with
M/s*…………………………. (hereinafter referred to as the “Contractor”) which expression
shall unless repugnant to the context include its representatives, successors and assigns, having
its registered office at *………………….. and on the terms and conditions as set out, inter-alia
in the [ mention the work order/LOA/Tender No.]and various documents forming part thereof,
hereinafter collectively referred to as the ‘CONTRACT’ which expression shall include all
amendments, modifications and / or variations thereto.

GAIL has also advised the Contractor to execute an Indemnity Bond in general in favour of
GAIL indemnifying GAIL and its employees and Directors including Independent Directors
from all consequences which may arise out of any prospective litigation or proceedings filed or
may be initiated by any third party, including any Banker / financial institution / worker(s)
/vendor(s)/ subcontractor(s) etc. who may have been associated or engaged by the Contractor
directly or indirectly with or without consent of GAIL for above works.

NOW, THEREFORE, in consideration of the promises aforesaid, the Contractor hereby


irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL and all its
employees, Directors, including Independent Directors, from and against all/any claim(s),
damages, loss, which may arise out of any litigations/ liabilities that may be raised by the
Contractor or any third party against GAIL under or in relation to this contract. The Contractor
undertakes to compensate and pay to GAIL and/or any of its employees, Directors including
Independent Directors, forth with on demand without any protest the amount claimed by GAIL
for itself and for and on behalf of its employees, Directors including Independent Directors
together with direct/indirect expenses including all legal expenses incurred by them or any of
them on account of such litigation or proceedings.

AND THE CONTRACTOR hereby further agrees with GAIL that:

(i) This Indemnity shall remain valid and irrevocable for all claims of GAIL and/or any of
its employees and Directors including Independent Directors arising out of said contract
with respect to any such litigation / court case for which GAIL and/or its employees and
Directors including Independent Directors has been made party until now or here-in-after.

(ii) This Indemnity shall not be discharged/revoked by any change/


modification/amendment/assignment of the contract or any merger of the Contractor with
other entity or any change in the constitution/structure of the Contractor’s firm/Company
or any conditions thereof including insolvency etc. of the Contractor, but shall be in all
respects and for all purposes binding and operative until any/all claims for payment of
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

GAIL are settled by the Contractor and/or GAIL discharges the Contractor in writing
from this Indemnity.

The undersigned has full power to execute this Indemnity Bond for and on behalf of the
Contractor and the same stands valid.

SIGNED BY :

For [ Contractor]

Authorised Representative

Place:

Dated:

Witnesses:
1.
2
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

26.14 HSE REQUIREMENTS:

HSE Related questionnaire and requirements at GAIL PATA applicable for Purchase and service /
Works contracts.

Questionnaire related to HSE Requirements

Sl. HSE Questionnaire To be filled by the


Bidder
1 Does your Organisation have an HSE Policy? (Please mention yes
even if your organisation maintains separate policies for Health,
Safety & Environment.)
2 Is your Organisation certified against ISO 14001 Environmental
management system ( EMS) requirements?
3 Is your Organisation certified against OHSAS 18001 OHS
management system ( OHSMS) requirements?
4 Does your organization use any environment friendly product in
manufacturing/ packing/ distribution process etc?
5 Details of any award received in the field of Environment, Safety
and Health?
6. Do you agree to comply with the applicable HSE requirements of
GAIL PATA within the boundaries of GAIL PATA, in the event of
Placement of PO/ WO against this subject Tender ?
7. Any safety violation during delivery of goods/ execution of job
shall attract penalty as per the laid down guidelines as defined in
GCC/SCC

27.0 HSE Requirements applicable to bidders while delivering material to Central stores at
GAIL PATA

This is with reference to the supply of dangerous or hazardous goods, you are required to adhere
following HSE requirements at the time of delivery and carry the essential documents mentioned
below:

 Every goods carriage carrying dangerous or hazardous goods shall display a distinct mark
of the class label appropriate to the type of hazardous goods specified as per Motor Vehicle
(Central) Rules, 1989 and necessary first aid, safety equipment for preventing fire,
explosion or escape of hazardous goods and must have a valid registration to carry the said
goods.
 Hazardous substances carrying vehicles should be covered / closed.
 Every goods carriage carrying goods of hazardous or dangerous nature shall be fitted with
spark arrestor.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

 The transporter or the owner of the goods carriage has full and adequate information
about the dangerous or hazardous goods being transported.
 The driver of the goods carriage is trained in handling the dangers posed during transport
of such goods.
 Ensure that written information of hazardous or dangerous goods is with driver in the
cabin till the hazardous or dangerous goods are being transported.
 The driver of goods carriage carrying dangerous or hazardous goods shall inform the
nearest police station in case of any accident occurred during the transportation of goods.
 The Tanker Drivers must possess Transport Emergency (TREM) card with them carrying
hazardous chemicals.
 In case, the leakage of Hazardous chemical at public place causing any harm to public shall
be dealt with public liability insurance policy.
 All Hazardous chemicals such as Toxic / Corrosive / Flammable shall be delivered in
appropriate container as defined in MSDS with proper labels for the content of the
chemicals and hazard communication label and container should be sealed to prevent
leakage.
 On completion of Gate entry procedure the lorry driver shall carry the vehicle to the
desired location as per instructions of Stores unloading person.
 After unloading of material the driver must return the Gate Pass at main gate and can take
out the vehicle after security check.
This is with reference to the supply of Gas cylinder as per GAS CYLINDER RULES 1981,(2004),
you are required to adhere following HSE requirements at the time of delivery and carry the
essential documents mentioned below:

 Gas cylinder standard operating procedures


 Labelling, Identification of Gas cylinder.
 Driver must have Knowledge of detecting the presence of leaks from any gas cylinder
 Ensure Valve protection cap & hydrostatic test date (if applicable)
 Physical and chemical properties, material safety data sheet to be available with driver
 Status of container by labels as full, in use, empty. MSDS and test certificates to be provided
along with each lot of material.
 For Chemical supply, the lorry driver must possess emergency contact nos. of our Factory
and the vehicle must be with the symbols displayed at conspicuous places in case of
emergency or contingency.
 The driver must possess Pollution Under Control (PUC) certificate and wear shoes in the
factory premises at the material unloading.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

 Documents of container to be verified & maintained, emergency contact no. to be displayed


on container.
 On completion of Gate entry procedure the lorry driver shall carry the vehicle to the
desired location as per instructions of Stores unloading person.
 After unloading of material the driver must return the Gate Pass at main gate and can take
out the vehicle after security check.

28.0 DISPATCH/SHIPPING DOCUMENTS:

The dispatch/shipping documents shall comprise the following in Original:

a) Foreign Bidders

(i) Invoice (in Original)


(ii) Bill of Lading (in Original)
(iii) Packing list (in Original)
(iv) Certificate of Origin (endorsed/issued by concerned Chamber of Commerce) (in
Original)
(v) No PE certificate on letter head
(vi) Tax Residency Certificate
(vii) Test certificates (as per SCC)

b) Domestic Bidders

1. GST Complaint Invoice (in Original) & Duplicate for trransporter


2. Copy of LR
3. Test certificates (as per SCC)
4. Challan

1 FALL CLAUSE: NOT APPLICABLE

2 NEGOTIATION OF SHIPPING DOCUMENTS (FOR FOREIGN BIDDERS):


 In case of negotiation of shipping documents thru bank, vendor shall negotiate the
shipping documents thru Bank within 5 days of shipment for sea-shipment. In case of
direct documents, the vendor shall send the documents to GAIL immediately after
shipment but not later than 3 days.
 As the minimum lead time for retirement of shipping documents from Purchasers’ bank
and it’s receipt at GAIL Mumbai office (who are responsible for clearing of goods from
the customs) is 10-12 days reckoned from date of receipt of the documents in Purchaser’s
bank, therefore, the original documents must reach Purchaser’s bank before the arrival of
ship. For any delay beyond the period stipulated above, detention charges, if accrued,
shall be borne by Seller (calculated pro-rata for the delayed period of receipt of shipping
documents in Purchaser’s bank). In order to avoid detention charge due to delay in
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

receipt of shipping documents in bank following provision is applicable in absence of


original shipping documents for clearance of material at discharge port:
(i) Seller should instruct to freight forwarder at load port to inform to the discharge port
to deliver the material without original Bill of lading.
(ii) To release surrendered Bill of lading with shipment & it will not be part of shipping
document for payment.
(iii) To release Letter of Indemnity to freight forwarder at load port to deliver the cargo
without Original Bill of lading.
 Vendor shall send non-negotiable documents thru e-mail/fax within 2 days of shipment to
the concerned officials of GAIL, Pata and GAIL, Mumbai.
 Vendor shall intimate the courier details of the original shipping documents (i.e. docket
no., name of courier, consignee details etc.) to the concerned purchase officer of GAIL,
Pata and GAIL’s Banker thru e-mail/fax immediately after dispatch of documents.
 Correspondence address of GAIL – Pata & Mumbai is as follows:

(i) DGM (C&P)


M/s GAIL (India) Limited, P.O.: Pata-206241,
Dist.: Auraiya, U.P. (India)
Fax No. +91-5683 – 282446,
E-mail: rk04906@gail.co.in

(ii) DGM (F&A)


M/s. GAIL (India) Limited,
P.O.: Pata-206241, Dist.: Auraiya, U.P. (India)
Fax No. +91-05683-282446,
E-mail: rksahoo@gail.co.in

(iii) DGM (C&P)


GAIL (India) Ltd.
RGMC Building,
Plot No. 73, Sector – 15
CBD Belapur, Besides McDonalds,
Navi Mumbai – 400614 (India)
E-mail: txalxo@gail.co.in
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SECTION-VI

TECHNICAL
SPECIFICATION
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Minimum Technical Specifications:

Ex-Proof 30X IP PTZ Camera

Ex-Proof 30X IP PTZ Camera

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Camera Type Integrated Explosion Proof IP PTZ Camera

for outdoor hazardous area

2 Pan Angle 0 - 360° continuous rotation

3 Tilt Angle -90° ~ 90°

4 Pan Speed 0.1° to 20°/sec variable-speed operation

5 Tilt Speed 0.1° to 20°/sec variable-speed operation

6 Zoom 30x optical zoom or better

7 Scan Speed Configurable between 0.1° and 20° /sec

8 PTZ Tours Minimum 2 patterns

(Pattern)

9 Preset Speed 30°/sec or better

10 Preset Positions 128 or better

11 Image Sensor 1/2.8" Progressive Scan CMOS

12 Effective Pixels 1920 (H) x 1080 (V) or Better

13 Min. Illumination 0.4 Lux (Color); 0.01 Lux (B/W)

14 Day/Night TDN

15 S/N Ratio >=50dB or Better


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

16 Shutter Speed 1 – 1/10000 sec or better

17 Focal Length (Lower 4 – 6 mm & Upper 129 – 180 mm) or


better

18 Wide Dynamic ON/OFF

Range

19 Digital Noise ON/OFF

Reduction

20 Video Standard 720p,1080p

21 Automatic Lens Auto focus, Auto Iris

Control

22 Gain Control Automatic/OFF

23 Angular Field of 65° (W)~2° (t) or better

View

24 White Balance Auto/Indoor/Outdoor

25 Video H.264 or better

Compression

26 Supported TCP/IP, UDP, RTP, RTSP, RTCP, HTTP,

Protocol DNS, DDNS, DHCP, FTP, NTP, PPPOE,

SMTP, UPNP

27 Security Password protection, IP address filtering,

User access log

28 User 2 simultaneous users

29 Communication ONVIF

Protocol
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

30 Power Supply 24V AC, ±25%

31 Power 100W max

Consumption

32 Electrical Suitable pigtail wire harness with


connections
Connections
for power, network and earth

33 Viewing Window Double-sided tempered glass

34 Construction Stainless steel 316 or better

35 Operating -10°C to +55°C or Better

Temperature

36 Protection Class IP66 or better,weatherproof

37 Certification Exd IIC T6 Gb, Ex t IIIC T80°C Db and

CCOE/PESO

38 Approved Make SONY / Infinova/ Axis / Bosch / Pelco /

Honeywell / Mobotix/American Dynamics/


Milestone

39 SD card Minimum 128 GB


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

COLOUR PURE IP FIXED BOX / BULLET TYPE DAY/NIGHT IR CCTV CAMERA


COLOUR PURE IP FIXED BOX / BULLET TYPE DAY/NIGHT

IR CCTV CAMERA

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Housing IP-66/NEMA-4

2 Imager 1/3” or 1/2.8” Progressive Scan CCD/CMOS

or better

3 Video Dual H.264 @25 FPS or better

Compression

4 Networking 10/100 Mbps Ethernet with Cat -6 cable

5 Lens 2.8 to 12mm Motorized Varifocal Lens

6 Night View 0 Lux with IR ON.

7 Day/night Mode Yes [Configurable & Automatically


selectable]
feature

8 IR Illuminator Adaptive IR of minimum 50 mtr

9 IR Type Adaptive Type Smart IR

10 Resolution 4 Mega Pixel or better

11 Motion Detection Available on the entire Camera Capture

Frame

12 Privacy Mask Available

13 Backlight Available
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Compensation

14 Power Supply 24V AC / 12V DC

15 SD card Minimum 128 GB

16 Certifications 1. FCC or CE and 2. UL

17 Wide Dynamic Minimum 96db

range

(WDR)

18 Approved Make SONY / Infinova/ Axis / Bosch / Pelco /

Honeywell / Mobotix/ American Dynamics/


Milestone

19 Protection Class IP66 or better,weatherproof

20 Construction Metal Body

>= 10X IP PTZ Camera

>=10X IP PTZ Camera

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Zoom 10x Optical zoom or Better

2 OSD Overlay Name / Date (position adjustable)

3 Image Sensor 1/2.8" Progressive Scan CMOS

4 Effective Pixels 1920 (H) x 1080 (V) or Better

5 Min. Illumination Color: 0.05 Lux / B/W: 0.01 Lux or better


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

6 Day/Night TDN

7 S/N Ratio >=50dB or Better

8 Shutter Speed 1 - 1/10000 sec or better

9 Digital Noise High / Mid / Low / Off

Reduction

10 Automatic Lens Auto focus, Auto Iris

Control

11 Gain Control Automatic/OFF

12 White Balance Auto/Indoor/Outdoor

13 Video H.264 or better

Compression

14 Supported TCP/IP, UDP, RTP, RTSP, RTCP, HTTP,

Protocol DNS, DDNS, DHCP, FTP, NTP, PPPOE,

SMTP, UPNP

15 Security Password protection, User access log

16 User 4 simultaneous unicast users

17 Communication ONVIF Profile S

Protocol

18 Power Supply 24V AC, ±25%

19 Power 80W max

Consumption

20 Construction Die-cast, extruded and sheet aluminium;

stainless steel hardware, vandal resistant

21 Operating -10°C to +55°C or Better


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Temperature

22 Protection Class IP66 or better, weatherproof

23 SD Card Minimum 128 GB

24 Approved Make SONY / Infinova/ Axis / Bosch / Pelco /

Honeywell / Mobotix

25 Alarm Trigger Intelligent video motion detection

26 Motion Detection Multi zones

27 Alarm Event Event server: FTP server, SMTP server, Web

browser

28 Approved Make SONY / Infinova/ Axis / Bosch / Pelco /

Honeywell / Mobotix/ American Dynamics/


Milestone

29 Preset Speed 240°/s or better

30 Pan 0 to 160°/s or better

31 Tilt 0 to 120°/s or better

32 Certifications 1. FCC or CE and 2. UL


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

COLOUR DAY/NIGHT PURE IP HIGH SPEED DOME PTZ IR CCTV CAMERA

COLOUR DAY/NIGHT PURE IP HIGH SPEED DOME PTZ IR

CCTV CAMERA

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Housing IP-66/NEMA-4

2 Imager 1/2.8” Progressive Scan CCD/CMOS or

better

3 Illumination Color Mode: 0.1 Lux @ 50IRE, F1.6

Black & White: 0.0 Lux with IR at minimum

150 mtrs. Or Better, Internal/External

4 Day/night Mode Yes [Configurable & Automatically


selectable]
feature

5 S/N Ratio >=50dB or Better

6 Shutter Time 1 - 1/10000 sec or better

7 IR Range IR at minimum 150 mtrs.

8 IR Type Adaptive Type Smart IR or Better

9 Pan Range 360 degrees (Continuous)

10 Tilt Range 0-90 Degree (minimum)

11 Resolution Minimum 1080p (1920×1080)

12 Optical Zoom Minimum 30x

13 Lens: Autofocus Minimum 30x Optical Zoom, Auto

IRIS
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

14 Focus Auto/Manual

15 White Balance Automatic with Manual override

16 Presets Minimum 64

17 Motion Detection Available on the entire Camera Capture

Frame

18 Other Features Programmable Tours, Programmable Auto

Pans, Privacy Zones/Video Blanking

Sectors, E-flip/Auto-flip, EIS, Auto tracking

19 Video Dual H.264 @ 25 FPS or better

Compression

20 SD card Minimum 128 GB

21 Certifications FCC or CE and UL

22 Supported IPv4/IPv6, TCP, UDP, ICMP, HTTP,

Protocol HTTPS, FTP, SMTP, DHCP, DNS,

RTSP/RTP/RTCP, ETC

23 User 4 simultaneous unicast users

24 Communication ONVIF Profile S

Protocol

25 Power Supply 24V AC / 24V DC or suitable

26 Wide Dynamic 120db or better

range (WDR)

27 Operating -10°C to +55°C or Better

Temperature

28 Approved Make SONY / Infinova/ Axis / Bosch / Pelco /


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Honeywell / Mobotix/ American Dynamics/


Milestone

29 Alarm Trigger Intelligent video motion detection

30 Alarm Event Event server: FTP server, SMTP server, Web

browser

30X IP PTZ Camera

30X IP PTZ Camera

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Camera Type IP PTZ Camera

for outdoor

2 Pan Angle 0 - 160°/s or better

3 Tilt Angle -90° ~ 90° or 0~180°or -90° to 0°

4 Pan Speed 0.1° to 20°/sec variable-speed operation or


better

5 Tilt Speed 0.1° to 20°/sec variable-speed operation or


better

6 Zoom 30x optical zoom or better

7 Scan Speed Configurable between 0.1° and 20° /sec

8 PTZ Tours Minimum 2 patterns

(Pattern)

9 Preset Speed 30°/sec or better


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

10 Preset Positions 128 or better

11 Image Sensor 1/2.8" Progressive Scan CMOS

12 Effective Pixels 1920 (H) x 1080 (V) or Better

13 Min. Illumination 0.4 Lux (Color); 0.01 Lux (B/W)

14 Day/Night TDN

15 S/N Ratio >=50dB or Better

16 Shutter Speed 1 – 1/10000 sec or better

17 Focal Length (Lower 4 – 6 mm & Upper 129 – 180 mm) or


better

18 Wide Dynamic 120db or better

Range

19 Digital Noise ON/OFF

Reduction

20 Video Standard 720p,1080p

21 Automatic Lens Auto focus, Auto Iris

Control

22 Gain Control Automatic/OFF

23 Angular Field of 65° (W)~2° (t) or better

View

24 White Balance Auto/Indoor/Outdoor

25 Video H.264 or better

Compression

26 Supported TCP/IP, UDP, RTP, RTSP, RTCP, HTTP,

Protocol DNS, DDNS, DHCP, FTP, NTP, PPPOE,


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SMTP, UPNP

27 Security Password protection, IP address filtering,

User access log

28 User 2 simultaneous users

29 Communication ONVIF

Protocol

30 Power Supply 24V AC, ±25%

31 Power 100W max

Consumption

32 Electrical Suitable pigtail wire harness with


connections
Connections
for power, network and earth

33 Viewing Window Double-sided Nano filming tempered glass

34 Construction Die-cast, extruded and sheet aluminium;

stainless steel hardware, vandal resistant

35 Operating -10°C to +55°C or Better

Temperature

36 Protection Class IP66 or better, weatherproof

37 Certification FCC or CE and UL

38 Approved Make SONY / Infinova/ Axis / Bosch / Pelco /

Honeywell / Mobotix/ American Dynamics/


Milestone

39 SD card Minimum 128 GB


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

CCTV NETWORK VIDEO RECORDING SERVER (N+1)

CCTV NETWORK VIDEO RECORDING SERVER (N+1)

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Processors Dual Eight-core Intel® Xeon® E5 series

,minimum 2.40GHz, 15MB Cache or better

2 Memory Minimum32GB (4X8 GB) DDR3 @ minimum

1333MHz or better

3 Hard Disk Integrated Hardware based 8-port hotswap

Controller SAS-RAID

controller for supporting up to 8 HDDs in

RAID-0, 1, 1+0, 5.

4 Hard Disks 7.2krpm SAS hot-plug HDD , totalling a

capacity 1TB X 2 or better

5 Optical Drive 16X DVD + RW

6 Ports 1 serial port, 4 USB port or higher(other than

the requirement of connecting key board and

mouse) and other I/O ports to connect to

Storage (if required)

7 PCI/PCI-e Slots Total 6 or more PCI/PCI-e type slots. With

Min 4 to be free for future expansion

8 Communication Minimum Two dual port embedded


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Broadcom® NetXtreme® II 5709c Gigabit

Ethernet NIC or better with failover and load

balancing.

9 Server OEM Server Management software to

Management monitor and manage the various subsystems

Software like CPU, Memory, I/O , disk and

environmental factors

10 OS Windows 2012 Server with Antivirus

provisioning or Linux

11 Power supply 1+1 or higher

12 Make Dell / HP / IBM

13

SAN / NAS / RAID BACKUP DEVICE (STORAGE)

SAN / NAS / RAID BACKUP DEVICE (STORAGE)

The Storage Device shall be used for storage of video recordings from all IP CCTV Cameras.
The capacity utilization of the storage implemented by the successful vendor shall be verified
during Trial Run and if the same is found to be inadequate w.r.t the specified requirement, the
vendor shall augment the storage capacity accordingly without any additional financial
implication to GAIL and again trial run of the system shall be undertaken for its commissioning.
The storage shall be provisioned to provide feature like WORM volumes so that no one can erase
or rewrite the video recording data for at-least 30 days from the storage.
Though the bidder is required to supply the Storage Hardware strictly as per their proposed
Software solution and Architecture, an indicative minimum specification is mentioned below:

Sl. Descriptio Minimum Specification Compliance


n
No. (Yes/No)
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1 General All the common & critical components of the storage


device, like Controller/CPU, Memory, Network
Connectivity, Power Supply Units, Cooling Fans etc.
shall be hot- swappable and shall have 1+1
redundancy for automatic failover without any service
degradation and no single point of failure shall be
there leading to total failure of the storage. Hard-disks
shall have redundancies in the form of RAID-6
deployments. All licenses for all the features / facilities
shall be provided.

2 Required The storage capacity should meet the requirement of


storage of video recordings from all the installed
Capacity
cameras. Recordings for a minimum period of 30
days/31 days for ALL cameras at 1080P resolution@
25FPS or better. (Upgradable upto 1.25 times of the
usable storage capacity with RAID-6 on day-one by
adding similar to existing type of hard-disks only)

3 HDD type Array should support 15k, 10krpm of SAS drives and
7.2k rpm of NL-SAS/SATA drives (minimum HDD
supported
capacity of 6TB each).

4 Min. System 24 GB or higher

Memory

5 Storage Dual controllers operate in an active-active


environment mirroring each other’s cache. Cache
Controllers
protection shall be provided for at-least 72 hours with
battery-backup or via flash memory for permanent
data

6 LED There shall be sufficient LED indicators for any activity


Indicators or fault in any hardware component on the storage
including Hard Disk, Controller, Power Supply, Fan
module etc.

7 Remote Should have separate GbE port for remote


management. Storage Management software shall also
Managemen
be provided.
t
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

8 Load Multi-path and load balancing software shall be


Balancing & provided
Muti-path

9 Supported Microsoft Windows Storage Server 2012 R2 (Standard


Operating Edition) or better
Systems

10 After Sales Manufacturer's support for min. 7 years NBD towards


Support breakdown

11 Make Dell / EMC / Fujitsu / HP / Hitachi / IBM /NetApp /


Oracle (Sun)

NOTES TO THE BIDDERS:

The Host-connectivity shall depend on the solution being provided by the bidder; accordingly
all required additional hardware and software (like a storage fabric for SAN or FC Switch FC
etc.) other than being asked under BoM shall be offered under this job without any additional
financial implication.
All licenses for the all the features / facilities shall be provided without any additional cost to
GAIL.

CLIENT WORKSTATION

CLIENT WORKSTATION

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Processors Intel Core i7 3770 @ 3.4 GHz or higher

2 Memory 16GB, DDR3 DIMM Memory, 1600MHz, ECC

3 Hard Disk Minimum 1 TB

4 Graphics Card Minimum 1 X 2GB Graphics Cards for


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

supporting & connecting two Monitors

5 I/O Ports 8 USB Port, 2 HDMI, Console

6 Network Interface 2x 1000 Base T Ethernet

7 Other devices 16X Internal DVD RW

8 Keyboard & USB Membrane/Internet/bilingual


Keyboard,
Mouse
USB 2 button Optical/scroll mouse

9 Monitor 25" or better Full Hd Display

10 OS 64 Bit Windows 10 with Anti-Virus


Provisioning or better. Genuine Windows
8/10 should be pre-loaded, and OS CD's
should be provided free of cost.

All drivers required for proper integration of


components shall be supplied by the vendor.

11 Additional 27 System Software Manager should be


Software available free of cost.
28 Symantec or any other OEM approved
Antivirus software (master- client
software with master at server end) for
optimal performance of the system.
Minimum 20 licences with minimum 3
years validity after installation. If licence
renewal during these 6 years is reqd, it
will be done by the bidder free of cost
before validity expiry. Regular updates
& the latest virus definitions will be
supplied by the bidder free of cost
during this period.
12 Make Dell/ HP/ IBM / Lenovo
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

LAYER 3, 48 PORT ETHERNET STACKABLE GIGABIT SWITCH

LAYER 3, 48 PORT ETHERNET STACKABLE GIGABIT SWITCH

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 General Gigabit L3 Stackable Managed Switch, High


Availability and Flexibility

1 Input Power 230V AC [Maximum 500 watts] Redundant


Supply Power Supply (RPS) support

2 Network Module Min.32 nos of SFP+ for single-mode optic fibres


for supporting 10 Gbps backbone link

Uplink

3 Ethernet Minimum 8 ports, 2 kV surge protection on all


RJ-45 access ports
ports(RJ45)

4 Std. Compliance IP V4, IP V6

5 Performance Should support Wire speed non-blocking


switching
features
Should support non-blocking wire speed
performance with minimum switching capacity
of 300 Gbps & minimum 250 Mpps forwarding
rate;

Should be IPV4, IPV6 Compliant from Day One

Should support minimum 4000 MAC address


and minimum 1000 VLAN;

Should support Jumbo Frame, Port Mirroring,


and Broadcast I MulticastI Unicast Storm
Control.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Should support Multicast [Minimum supported


Multicast Groups: 2000].

Should support LLDP-MED.

Should support port-mirroring.

Should support L-3 redundancy features (VRRP


for IPV4 & IPV6)

Should support both static and dynamic link


aggregation & Load balancing

Should support CoS & DiffServ.

Should support Standard and Extended

Access control list for both IPv4 I IPv6:

Access control list with IP based ACL, MAC

Based ACL and IP + MAC combination based

ACL, time based ACL etc.

Should be IPv4 I IPv6 ready (dual stack)


supporting Static routing & Dynamic routing
protocols for IPv4 and IPv6.

Should support iSCSI connectivity.

6 Management Supporting SNMPv1, v2 and v3

features Supporting IGMP v1 I v2 I v3 snooping to


optimize Multicast Traffic

Supporting Web Based and CLI based


management

Should have DHCP client

Should support file upload using TFTP, FTP,


SFTP, or SCP for faster configuration
Monitoring & Trouble-shooting features

7 Security features detection of ARP floods,


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

detection of packets with invalid Source I

Destination IP Address or

detection of multicast packets etc.

8 Make & Model HP /CISCO / MOXA /DELL

/NORTEL/GEOEQUIPP/ALLIED TELESIS

24 PORT LAYER 2 MANAGED SWITCH

24 PORT LAYER 2 MANAGED SWITCH

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 General Vendor shall deploy 24 PORT Layer-2


Managed

Ethernet Switch for setting up the

Ethernet backbone for connectivity to CCTV

Cameras.

2 Operational Temp (0) 0C to (55) 0C

3 Humidity 10 % to 90 % non-condensing

4 Power Supply 220V AC [Maximum 500 watts] / Input


Voltage:

24 VDC, redundant dual inputs Operating

Voltage: 48 VDC

5 Security Features (i) detection of ARP floods,

(ii) detection of packets with invalid Source /

Destination IP Address or
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

(iii) detection of multicast packets etc.

6 Fiber Uplink *Network Module with minimum 4nos of SFP

(Populated 10G Module) for Single-mode


Optical

Fibres for supporting 10G backbone-


link/uplink.

7 Ports *10/100/1000 Autosensing Ethernet ports


(RJ45); Power Surge Protection: All Ethernet
ports support IEC61000-4-5 10/700us 2 kV
surge protection

8 IPV4 and IPV6 Compliant from Day One

9 Performance Should support non-blocking wire speed


performance with minimum 100 Gbps
switching

bandwidth & minimum 60 Mpps forwarding


rate;

Should support minimum 4000 MAC address


and

minimum 1000 VLAN.

Should support Jumbo Frame, Port


Mirroring,

and Broadcast Storm

Control etc.

10 Supported IEEE 802.1D Spanning Tree Protocol


Standards:
IEEE 802.1p CoS Prioritization

IEEE 802.1Q VLAN

IEEE 802.1s
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

IEEE 802.1w

IEEE 802.1x/IEEE 802.1x-Rev.

IEEE 802.3ad

IEEE 802.3ae

IEEE 802.3x full duplex on 10BASE-T,


100BASETX, and 1000BASE-T ports

IEEE 802.3 10BASE-T specification

IEEE 802.3u 100BASE-TX specification

IEEE 802.3ab 1000BASE-T specification

IEEE 802.3z 1000BASE-X specification

IEEE 802.3x Flow Control

11 Management Supporting SNMPv1, v2 and v3

Featured Supporting IGMP v1 / v2 / v3 snooping to

optimize Multicast Traffic

Supporting Web Based

Should have DHCP client

Should support file upload using TFTP, FTP,

SFTP, or SCP for faster configuration

12 Monitoring and Should have Monitoring & Trouble-shooting


features enabled.
Trouble Shooting

13 Make & Model HP /CISCO / MOXA /DELL/ NETGEAR/


PROCURVE /NORTEL /GEOEQUIPP/ALLIED
TELESIS

For better compatibility all the switches and


sfp,s should be of the same make.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

NOTES TO THE BIDDERS:

*L2 switch at DC office shall be suitable to cater DVRs, operator client, LED
controller/screens etc communications. All other switches shall be designed in such a way
that sufficient ports shall be available for network communications with different devices.

In existing 24 ports L2 switch of shopping complex 10 copper port is available.

Professional Series Full HD LED Monitor >=49"

Professional Series Full HD LED Monitor >=49"

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Type INDUSTRIAL GRADE Professional Series LED


Monitor for 24x7
LED Screen Size
Operation 49“ Minimum

2 Display Full HD 1920 x 1080


Resolution

3 Aspect Ratio 16:9

4 Viewing Angle Minimum 170 °

5 Motion Picture Minimum 60 Hz

Updating Rate

6 Audio Output Minimum 20W(10Wx2)


Power

7 USB 2.0 1 USB for Movie & JPEG

8 HDMI interface 2 Port HDMI interface with HDMI Cable

9 Mounting bracket Wall mounting bracket, Flush screen


mounting arrangements
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

10 Connecting Cables Power Cable, HDMI Cable, VGA Cable

11 Input Power 230VAC

12 Make SONY/SAMSUNG/BOSCH/PHILLIPS/LG

13 Bezel Super Narrow ~ 10 mm max.

1U Rack Mount 24 Port Fiber Distribution Unit (LIU) loaded with all
Accessories

1U Rack Mount 24 Port Fiber Distribution Unit (LIU)

loaded with all accessories

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Metal Shelf 1U with durable Epoxy powder coating

2 Metal Mounting 1 Pair


Ear

3 Splice Tray 1 Tray

4 Ports 24 Port Required

5 LIU Type Loaded LIU with Coupler, Metallic frame

6 Pigtails SC SM 24 Nos SC Pigtail length 1.5M

7 Accessories All accessories required for splicing of SM

Fiber With Adapter Strip & Couplers etc.

8 Make D-Link/Amp/DIGILINK
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Field Din-Rail Mount 12 Port (Simplex) SM Loaded LIU

Field Din-Rail Mount 12 Port (Simplex) SM Loaded LIU

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Port 12 Simplex SC/ST/LC/FC Connector

2 Fiber Type Single Mode

3 Pigtails, Adapter 12 X SC/ST/LC/FC Type Pigtails, Loaded


with
Plate(s)
required Adapter Plate(s)

4 Material Material: Mild Steel/Aluminum

5 Cable Grommet FR Grade Nylon

6 Splice Holder FR Grade ABC

7 Splice holder 12 X Splice Holder for Pigtails

8 Cable Glands Nylon with nitrile butadiene rubber

9 Insertion Loss <.2dB

10 Cable Entries Minimum 2

11 Mouting DIN-Rail mount for Industrial high


temperature

conditions and applications


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SERVER RACK 42U (800mm W X 1000mm D)

SERVER RACK 42U (800mm W X 1000mm D)

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 General Black Colour 42U X 800MM W X 1000MM D RACK


with durable Epoxy powder coating.

Vented Top Panel With Gland Plate (Having


Provision of Mounting Fan Tray).

Vented Bottom Panel with Gland Plate (Having


Provision of Cable Entry).

Front & Rear Vertical Frames.

100MM Depth Sections.

42U Adjustable 19” Rails.

Front Vented glass Door & 2 Locks.

Rear Fully Round Perforated Split Door & 2 Locks.

Rear Hex Perforated Split Door & 2 Locks.

Removable Side Panels With Bottom Vented.

Set of Caster Wheels (2 with brake & 2 w/a

brake).

100mm Reducing Channels.

Both side Power Strips & 4 Wheels etc.

Metallic frame.

2 Approved Valrack/WQ/President/Comrack/NetRack
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Ex-Proof Junction Box Large

Ex-Proof Junction Box Large

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 DIMENSION 350mm (H) x 450mm (W) x 210mm (D) OR

HIGHER FOR EASY MAINTAINENCE AFTER

INSTALLATION OF COMPONENTS

2 ENCLOSURE Ex-d AS PER IS/ IEC 60079-1 DESIGNED TH

FLANGE JOINTS SUITABLE FOR

INSTALLATION IN HAZARDOUS AREAS

DIV 1 & 2 AS PER IS:5572 (PART I)

3 PROTECTION IP: 66 AS PER IS/ IEC 60529


INCORPORATING

TONGUE & GROOVE ARRANGEMENTS

4 AREA Div./ZONE - 1 & 2 GAS GROUPS llA ,llB,


llB+H2
CLASSIFICATION
(GROUPED UNDER llC, SUITABLE FOR

HYDROGEN AREAS ONLY)

5 MATERIAL OF CAST ALUMINIUM ALLOY LM-6.

CONSTRUCTION

6 RATING Suitable for Minimum 220V AC. 50Hz


application

7 COMPONENTS TO LIU (1 NOS.), POWERDISTRIBUTION UNIT(1


NOS), POWER SUPPLY FOR SWITCH (1 NOS)
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

ACCOMMODATE AND MCB (1No)

8 EARTHING 01no. INTERNALLY & 02ns. EXTERNALLY OF

SS-304 (M6x10)

9 HARDWARE INTERNALLY BRASS NICKLE PLATEO &

EXTERNALLY SS-304

10 MOUNTING WALL/STRUCTURE

11 FINISH DARK ADMIRAL GREY SHADE 632 AS PER IS:

5 OR BETTER

12 CABLE ENTRIES MINIMUM 12 NOS

13 GLANDS CIMFR APPROVED DOUBLE COMPRESSOR

GLANDS TO BE PLACED ON ALL CABLE

ENTRIES

14 COMPLIANCE CCOE/PESO/CIMFR APPROVED


AND
CERTIFICATION

15 MAKE Reputed make:CCOE/PESO/CIMFR


APPROVED

4/6 Core Single Mode Outdoor Fiber Optic Armored Cable of 9/125 Micron
Specification

4/6 Core Single Mode Outdoor Fiber Optic Armored Cable

of 9/125 Micron Specification

Sl. Description Minimum Specification Compliance

No. (Yes/No)
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1 Optical fiber Cores 4/6 fibers in a central PBT Loose Tube

surrounded by water- blocking gel

2 Armoured Corrugated steel tape (with copolymer


coating on both sides) is then longitudinally
applied

3 Color Code TIA/EIA 598 color coded fibers

4 Outer jacket 1.9mm thickness, HDPE Polyethylene jacket

5 Specifications IEEE 802.3z, Gigabit Ethernet, IEEE 802.3ae,


10Gigabit Ethernet

6 Make Dlink/Diglink/Molex/Tyco/AMP

CAT 6 ETHERNET 4-PAIR STP CABLE

CAT 6 ETHERNET 4-PAIR STP CABLE

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Type 4 Pair CAT6 STP Solid Core Cable

2 Conductor 23(1)AWG, SOLID BARE COPPER

3 Insulation HIGH DENSITY POLYETHYLENE

4 No of Cores 4 Pairs

5 1st jacket POLYVINYL CHLORIDE, GREY

6 2nd jacket POLYETHYLENE, BLACK

7 Armour GALVANISED STEEL WIRE

8 3rd jacket POLYETHYLENE

9 Overall diameter 15.5 +/- 0.5MM


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

10 Make D-Link/Polycab/Amp

POWER CABLE 2.5 SQ MM 3 Core Wire Armoured

POWER CABLE 2.5 SQ MM 3 Core Wire Armoured

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Type 1.1 KV grade LT XLPE insulated, 2XWY,

extruded PVC inner sheathed, galvanised

round wire armoured as per IS 7098/I (latest

edition), suitable for direct laying in

underground trenches

2 No of cores 3 (three)

3 Conductor size 2.5 sq mm, stranded with standard annealed

electrolytic copper conductor.

4 Colour code Red, Black and Green

5 Insulation XLPE as per IS 7098 I/88 latest Nominal

thickness 0.7 mm

6 Inner Sheath Extruded PVC type ST-2 Minimum thickness

0.3 mm

7 Armouring Galvanised Steel Wire, Nominal OD of each

wire: 1.4+/-0.06 mm

8 Outer Sheath Extruded PVC type ST-2, FRLS Minimum


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

thickness 1.24 mm

9 Make Polycab/Finolex/Havells/Lapp/ISI Cable

Industrial SM FO SFP Module (For Industrial Switch)

Industrial SM FO SFP Module (For Industrial Switch)

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Media Type Single mode and FO Module will same make

of Switch make

2 Wave Length 1310 nm

3 Distance Support Min 10 Km

4 Connector LC Type

5 Architecture Hot swap

6 Enviroment Min. operating temperature range: minus

5Degree C to 70 Degree C

Min. storage temperature range: minus

5Degree C to70 Degree C

Min operating humidity 5-85%

7 Data Rate Min.1 Gbps

8 Dignostic Should have digital diagnostic mechanism

9 Document The documents claiming the feature

availability should be enclosed with the


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

proposed solution mentioning the


page/reference /section no. to evaluate by
the technical team. All the documents
preferably should be available with data
sheets /user manual/installation guide-
should be available on the OEM official
website. Anything other than these should be
provided on OEM letter head with duly
stamped and signed.

10 Make Suitable to Industrial Switch

Industrial Power Supply for Switches

Industrial Power Supply for Switches

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Output Voltage 48V/24V/12V as per Quoted Switch

Requirement

2 Current 2.5A/5A/10A as per Quoted Switch

Requirement

3 Input Voltage 88V to 132Vac/176V to 264Vac selected by

switch 248V to 370Vdc

4 Input Frequency 47 to 63Hz

5 Input Current 2.6A/115Vac 1.6A/230Vac

6 Inrush Current 20A/115Vac 40A/230Vac, cold start

7 Leakage Current <3.5mA at 240Vac


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

8 Set Up, Rise Time 500ms, 70ms/230Vac 500ms, 70ms/115Vac

at full load

9 Hold Time 36ms/230Vac 32ms/115Vac at full load

10 Over Load 105% to 150% rated output power

Protection Constant current limiting, recovers

automatically after fault condition is


removed

11 Over Voltage Shut down o/p voltage, re-power on to

Protection recover

12 Over Temperature Shut down o/p voltage, recovers

Protection automatically after temperature goes down

13 Working (-)10°C to +60°C

Temperature

14 Working Humidity 20 ~ 90% RH non-condensing

15 Storage (-)20°C to +85°C, 10~95% RH

Temperature,

Humidity

16 Vibration 10 ~ 500Hz, 2G 10min./1cycle, 60min. each

along X, Y, Z axes

17 Isolation I/P-O/P, I/P-FG, O/P-FG:100M


Resistance
Ohms/500VDC

18 Safety Approvals UL508, UL60950-1, TUV EN60950-1

Approved

19 EMC Compliance to EN55011,EN55022


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

(CISPR22) Class B, EN61000-3-2,-3;

ENV50204;

EN61000-4-2,3,4,5,6,8,11, EN55024,

EN61000-6-2 (EN50082-2) Heavy industry

level, criteria A

20 Mounting Din Rail

21 Make Honeywell/Phoenix/Meanwell/Delta/Cisco

Single Mode SC-SC & SC-LC Fibre Patch Cord with 3 Meter Length

Single Mode SC-SC & SC-LC Fibre Patch Cord with 3 Meter

Length

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Features The terminated connectors in assemblies are

designed to and are compatible with


industry

standards (EIA/TIA, IEC and ANSI).

Should have good geometrical characteristics

of apex offset & radius of curvature & fiber

height.

Should be 100% inspected for optical


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

characteristics & fiber end face finish.

Patch cord length requires – 3 meters


Duplex.

2 Performance Typical Insertion Loss should be _0.2dB, Max.


0.3dB.
Characteristics
Return Loss should be PC_45dB, UPC_50 dB,
APC_60dB

3 Mechanical Should have Ceramic Connector Ferrule.

Characteristics Apex Offset should be _50um.

Fiber height should be ±100nm.

Repeatability should be _0.2dB, 1,000 times

mating cycles.

Working Temperature should be -40 degree

Celsius to + 85degree Celsius.

4 Aproved Make (EIA/TIA, IEC and ANSI) Approved

5 Adaptor Type Both SC-SC and SC-LC as per requirement

Media Converter:

Compliance
Sr. No. Parameter Particulars
(Yes/No)

1 FIBER TYPE SINGLE MODE

Standards IEEE 802.3ab, IEEE 802.3z,


2
Compliance 10/100/1000Base-T, 1000Base-X
RJ-45 Full Duplex support
3 1000Base-T port Auto MDI-I / MDI-X Supports upto 10K
jumbo frame @1000Base-T
4 1000Base-X port: Vendor to specify
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

5 DIP Switch Vendor to specify

AC-DC Adaptor, Power consumption:


6 Power
Maximum 9W
Operating 0°– 50°C
7
Temperature Humidity: 10% to 90%, non-condensing
8 Safety FCC, CE, RoHS
Preferred Makes DLINK/JTOPTICS/MROTEK/CISCO
9

Octagonal Hot Dip Galvanized Poles 5 Mtr

Octagonal Hot Dip Galvanized Poles 5 Mtr

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Over all height of 5 Mtr

Pole (mtrs)

2 Sizes Bottom 130 mm x Top 70 mm x


6000mm or

better suitable 5 metre pole height

3 Size of Base Plate 200 x 200 mm X 12 mm or better


suitable 5
& Thickness
metre pole height

4 Foundation Bolts M24 X 600mm long with three Nut and


2 Plain washer – 4 Sets or better
suitable 5 metre pole height

5 Metal Protection Hot Dip Galvanized as per BSEN ISO


Treatment of Pole 1461
Sections.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

6 Thickness of Average 70 Microns as per IS 2629


Galvanization (mm)

7 Welding As per AWS D1.1,(Equivalent to BS


5135)- Single longitudinal welding

8 Type of Door Close fitting door with suitable


construction and reinforcement to avoid buckling
locking arrangement

9 Material of As per BSEN 10025/For Shaft, IS 2062


For
construction of shaft
Base Plate

10 Cross Section of Octagonal

Pole

11 Max. design with 50m/sec as per IS 875 (Part-III)

speed

12 Gust Speed time 3 Sec

considered

13 Height above ground 5 mtrs


level at which wind
velocity is measured

14 Factor of safety for 1.25

wind load

15 Factor of safety for 1.15

other loads

16 Applicable BSEN-40-3-3

Standard for pole

design
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Network Video Management System, Video Analytics and Failover Software

Network Video Management System, Video Analytics and

Failover Software

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Features a) The software shall operate on open architecture


(complying to ONVIF-S profile
Standards/specifications).

b) The software should have inbuilt facility to store


configuration of cameras, Software shall have 360
Cameras Licenses.

c) The software should be able to control all cameras


i.e. PTZ control, Iris control, auto/manual focus, and
colour balance of camera, Selection of presets, Video
tour selection etc.

d) The software shall be able to generate reports of


stored device configuration and shall be able to
provide alarm and alarm log.

(e) The software should have user access authority


configurable on per device or per device group basis.

(f) The administrator should be able to add, edit &


delete users with rights. It shall be possible to view
ability / rights of each user or the cameras which can
be viewed & controlled as per the permission
assigned by the administrator. The users should be
on a hierarchical basis as assigned by the
administrator. The higher priority person can take
control of cameras, which are already being
controlled by a lower priority user. There should be
minimum 3 hierarchical levels of security for
providing user level log in.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

(g) It should have recording modes viz. continuous,


manual, or programmed modes on date, time and
camera-wise. All modes should be disabled and
enabled using scheduled configuration. It should also
be possible to search and replay the recorded images
on date, time and camera-wise. It should provide
onscreen controls for remote operation of PTZ
cameras. It should have the facility for scheduled
recording. Different recording speeds (fps) and
resolution for each recording mode for each camera
should be possible.

(h) The settings shall be individually configurable for


each alarm and each camera pre-record duration.
This shall allow the Camera Server to capture video
prior to the alarm/event, as well as after the
alarm/event.

It shall be selectable from a list of values ranging


between 0 seconds and 2 minutes or more.

The software for clients should be working on a


browser based or client based system (All required
licences for the client software (60 numbers) shall be
provided for remote users.

The system must support video motion detection


algorithms (residing either in CCTV Cameras or
Video Management Server end).

The enabling of Video Motion Detection shall be


user-configurable: either in a continuous basis or in
scheduled manner for particular times, dates, days,
months etc.

The algorithm must be able to provide the minimum


functionalities of detect and track objects, learn the
scene, adapt to a changing

outdoor environment, ignore environmental changes


including rain, hail, wind, swaying trees and gradual
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

light changes.

The user shall be able to configure the parameters


for each camera:

(a) Detection Type: Continuous or scheduled

(b) Actions to Perform When Motion is detected:


Generate an alarm in the Security System & Start a
recording.

The Software shall support seamless integration


with all other software of the system. The software
should be ONVIF-S profile compliant and the API for
integration with 3rd party video management
systems shall also be available.

System shall be triplex i.e. it should provide facility of


Viewing, Recording & Replay simultaneously.

The System should ensure that once recorded, the


video cannot be altered; ensuring the audit trail is
intact for evidential purposes.

System must provide built-in facility of


watermarking or Digital certificate to ensure
tamperproof recording so that these can be used as
evidence at a later date, if so desired. The recording
shall support audit trail feature.

The offered system shall have facility to export the


desired portion of clipping (for a duration: from a
desired date/time to another desired date/time) on
CD or DVD. Viewing of this recording shall be
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

possible on standard PC using standard software like


windows media player / supporting format etc.

System should have feature to generate alert in case


of any tampering with the CCTV cameras.

System should have feature to generate alerts when


the data utilization in storage system gets near to its
full capacity.

The System should provide inter-operability of


hardware, OS, software, networking, printing,
database connectivity, reporting, and

communication protocols. System expansion should


be possible through off-the-shelf available hardware
like servers and PC/ Workstations.

Synchronized Failover directory feature (For 360


cameras) should be provided with the offered
systems to avoid the single point of failure. Also the
system should sustain all its current operations i.e.
Recording, playback and live video even in the event
of primary as well as failover directory failure.

This functionality can either be loaded on


dedicated server or any of the recording servers
or database servers.

The System must support integration with PA


system, Access Control System, Fire-Alarm Systems
etc. with open protocol like MODBUS, TCP/IP. The
SDK, License for the same shall be provided by
vendor.

The System should not require any renewal /


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

upgradation of any license (for Hardware /


Software) without any system upgradation after
successful commissioning of the system at site.

System shall have provision of integration with


GAIL’s Telecom / IT infrastructure for extending the
accessibility / monitoring of CCTV cameras to/from
other GAIL locations.

The System must have the capability to integrate


with other IP network for remote operation /
monitoring of the system. The system shall support
Remote Clients with following minimum
functionalities:

(a) Login from client software

(b) Remote view and search

(c) Remote configuraton

The system shall support web based clients


connecting to it via the Internet.

The System shall keep track of all configurations &


events in the form of log.

This will help in proper System administration &


management of redundancies etc.

The System shall support the following provisions


for system integration & customization:

(a) Simple API for integration with 3rd party Video


Management Systems

(b) Advanced meta data streaming API

(c) Seamless connection with Video Analytics


Enterprise server used for managing individual
Video Analytics Software instances and generating
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

combined reports.

The System should support automatic full system


restore after unexpected events like complete power
loss.

Live Video: The live output from cameras shall be


viewed on LED TVs connected to Client Machines.
These shall support Single camera view and Quad
view of up to sixteen cameras in 4X4 matrix. All the
cameras in the view shall provide simultaneous live
streams.

Also the software should support viewing in 2X2


matrix with software configurable manner;

Sequence viewing of camera preset positions;


Modifying settings for a camera;

Modifying recording settings for a camera;

Adding and deleting cameras;

Creating schedules for recordings and video motion

detection;

Monitoring of multiple alarms, Modifying Video


Analytics settings and tuning for: Video Motion
Detection. Users shall be able to select a camera from
a tree control listing the cameras available to the
user.

Single Camera: With this functionality, the user shall


be able to:

(a) View the live output from any selected camera;

(b) Pan, tilt, zoom and focus any PTZ camera using a
joystick / Software at the Client PC/Server.

(c) Manually record live video.


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Minimum Quad View or better: With this


functionality, the user shall be able to view in 2x2 or
4x4 view. A quad view consists of cameras viewed
simultaneously on a single display. The quad view
shall be divided into four quadrants. For each
quadrant the quad view shall have number of
cameras or be blank. Within each quadrant the quad
view shall be configured to cycle between any of the
cameras accessible to the user on a configurable time
basis. Any Camera can be assigned to any quad.

Sequence View: With this functionality, the user shall


be able to view cameras in sequence. A sequence
view consists of a single camera view, which can be
cycled on a time basis. Pan-tilt-zoom cameras, which

support preset positions, can have these presets


cycled on a time basis. In this way an operator can
view a variety of presets on a series of PTZ cameras.
Fixed cameras can also be included in the sequence
and cycled accordingly. There shall be no limit to the

number of cameras that can be assigned to a single


Sequence View. There shall also be no limit to the
number of available Sequence Views. Each salvo
should be made available for a specified length of
time.

Camera settings: Through this functionality the users


shall be able to configure all settings for all cameras
in the network. The configurable settings shall be
minimum:

(a) Camera Details (Name, Location, Description,


Camera ID, Frame-rate, Unicast/Multicast
transmission of video etc.);
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

(b) Camera Connection (Pan speed, Tilt Speed, Zoom


speed, Focus speed, Iris speed etc.);

(c) Camera PTZ Control;

(d) Security (Control Level, Control Reservation


Period etc.);

(e) Camera Deletion

7.1 Recording: Through this functionality the users


shall be able to record live video in following
methods:

a. User activated: With user-activated recording, the


user shall be able to record video streams with
various configurable parameters for any camera like:
Pre-Record Duration, Frame Rate, Record Duration,

Retention Period etc.

b. Event activated: With event-activated recording,


the system shall be able to automatically record
video streams from any camera on reporting of any
pre-defined event or alarm. In this, user can
configure various parameters like: Pre-Record
Duration, Post- Record Duration, Frame Rate,
Retention Period etc.

c. Scheduled: The system shall have the ability to


schedule recordings for each individual camera for
times in the future. For each scheduled recording the
user shall be able to configure the following:

i. Start time

ii. Stop time

iii. Frame rate for the recording

iv. Retention period before the recording will be


deleted
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

v. Recurrence (if this is to be a recurring schedule)

vi. Description

There shall be no limit on the number of schedules


that can be entered for the system.

There shall be no limit to the number of schedules


per camera.

d. Video motion detection activated: The system


must have the ability to record video streams based
on video motion detection algorithms; the motion
detection functionality can be achieved from the
Cameras or Servers on continuous or scheduled
manner.

Snapshot: The system shall provide every operator


(client) with the ability to record the current frame
of video. This snapshot of video shall be stored as a
bitmap file. The file name shall be automatically
generated by the software and include the camera
name, date and time of the recording.

Alarm Handling: The system shall support the


following alarm-handling features:

(a) Alarms categorization – logs, warnings and alerts

(b) Manual and auto alarm acknowledgement

(c) Alarms stacking / queuing

(d) User configurable alarm handlers

(e) Generation of Email / SMS for alarm reporting

(f) FTP upload (in Camera)

(g) Alarm video clip recording


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

(h) Alarm image recording

Search: The system shall provide a simple search for


all video recorded. The search shall be based on
minimum:

(a) Camera based search

(b) Time based search

(c) Event based search

It shall also include any cameras including those that


might have been deleted from the system but still
have video stored on a Camera Server or on archived
media. The time criterion shall be selected from a
calendar and time line control.

The software shall be able to generate reports with


images and videos, Charts and graphs etc.

The system should also support generation of


reports that can also be exported to XML / CSV / PDF
formats and it shall also be possible to generate
automatic periodic report.

Viewing Recordings: The system shall make available


recorded video to all clients, which have adequate
security. Each user shall only be able to view
recordings from cameras they have security access
to view. A display shall be provided to view
recordings from any Operator Station. From this
display, the operator can select the recording he/she

wishes to view, which shall be immediately shown in


an embedded video player. System should be capable
of providing facility of viewing, recording &
replaying simultaneously without compromising the
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

quality.

System and User Audit Trail: System shall have the


capability that all user actions on the Operator
Station be recorded in a log file along with the
Security System. System should ensure that once
recorded, the video cannot be altered, ensuring the
audit trail intact for evidential purpose. This log
must

also contain a history of the status of the system


components. It shall list the status of all cameras,
streamers, servers and other system components
including when they were disabled or failed. The log
of user and system actions shall be available in text

format and automatically included with any video


recordings that are exported.

Storing & Archiving: The system shall include an


online storage for maintaining minimum Video
stream recording from individual cameras on
respective Camera Server & subsequently archived
to SAN / NAS / RAID BACKUP DEVICE (Storage). The
Camera Server shall store 1 day’s recorded Video
stream from all the CCTV Cameras on continuous
basis for the PTZ Cameras and on continuous basis
for the Fixed cameras at any resolution up to its
maximum resolution as mentioned under Technical
Specifications @ 25 FPS frame rate and subsequently
shall be archived to SAN / NAS / RAID BACKUP
DEVICE (Storage). The SAN / NAS / RAID

BACKUP DEVICE (Storage) shall have capacity of


archiving minimum 30 days/31 days for ALL new
cameras at 1080 P resolution@ 25FPS or as per
storing resolution for existing cameras. System shall
have provision to automatically over write the new
information after the period in FIFO manner &
necessary script/algorithm must be available in the
application.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

2 Additional (a) Support for numerous third-party applications


and plug-ins to provide a broad range of integration
Functionalities
options including access control, analytics tools,
/
central monitoring, alarm handling etc.
Features: In
(b) Supports up to Six concurrent users and licensed
addition
to grow.
to above
(c) Bandwidth usage indicator
mentioned
(d) Independent layout settings for each Screen
functionalities,
the (e) Instant replay

following (f) Magnifying glass/Digital zoom

functionalities (g) Interactive digital PTZ


shall
(h) Video overlay text
also be
(i) USB/Network-based joystick support
supported
(j) Automated daily reports e-mailing
by the system:
(k) Video navigation - play, pause, up to 16X fast
forward and up to 16X rewind in multiple steps

(l) Automatic optimization option in server to lower


resource usage, after the settings are done.

(m) Diagnostics parameters display

(n) Watchdog to monitor system & application


health

3 Video Analytic 7.1 The system shall support video analytic software
for all fixed cameras and IP PTZ camera (in total 60
Features
cameras, User Selectable) for real-time processing of
live video streams and take consequent actions
based on the rules set in the system. As the Video
Analytic Software is resource hungry, selection of
CCTV Cameras for which Video Analytic Software is
required to be implemented, shall be planned before
designing the system hardware. The system shall
support activation of the video analytic software for
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

any or all installed CCTV Cameras. The system must


have the minimum features for:

(b) Intrusion detection


(c) Wrong direction movement detection
(d) Trip-wire
(e) Crowd detection
(f) Smoke/Fire Detection
(g) People & Object Counting
(h) Camera Tampering
(i) Loitering
(j) Unattended Object detection
(k) Object Removal detection
4 Integration The Software shall support seamless integration
with all other software of the system. The software
should be ONVIF-S profile compliant and the API for
integration with 3rd party video management
systems shall also be available.

The system shall be flexible and of open architecture


so that it should be possible to implement any
custom video analytics feature in all cameras (In case
of PTZ camera only when it is in fixed mode) as per
requirement during implementation of the system.

Along with the application software data base


servers shall also host the video analytic software.

5 Approved American Dynamics / Infinova / Vicon / Axis /


Make
Sony / Bosch /Pelco / Honeywell / DVTel / Mobotix
/ Mirasys/Siemens
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SPECIFICATION FOR SPLICING MACHINE FOR SINGLE AND MULTI MODE OFC
Instruction to Vendor
1.Vendor must mark in purchaser’s technical specification sheet point wise whether the point is
accepted or not in the relevant positions against each point (by marking ‘A’ for accepted or ‘N/A’
for not accepted) and return back the specification sheet duly signed along with the offer . If any
part is not acceptable or there is any deviation, complete description shall be given in a separate
sheet as ‘deviation list’, where the deviations shall be necessarily explained point wise.
2.Relevant complete technical literature has to be enclosed for every offered model.
3.All the specifications must be necessarily filled in. Any point left out is deemed as not accepted
without any reason thereof.
Vendor Acceptance/
S NO Description Specification
Comments
1 Make Vendor to specify

2 Model No. Vendor to specify

3 Splicing Method Core-Alignment


Single Fiber SMF, MMF, DSF,
4 Applicable to
NZDSF, EDF
5 Data Output (USB ) USB1.1
5 - 16mm (250μm), 10 or 16mm
6 Cleave Length
(900μm)

7 INPUT AC POWER 85 to 264VAC (50/60Hz),

8 DC Input: 11 to 17 VDC,

9 Battery: Li-ion

i) Precision Cleaver 01 no.


ii) Three in one fiber striper 01 no.
iii) Spare Electrodes – 01 pair
iv) Electrode Sharpener – 01 no.
10 Accessories v) AC/DC Charger Adaptor with
Cord – 01 no.
vi) Rechargeable Battery – 01 No.
vii) Protection Sleeve -100 nos.
viii) User manual & Hard Carry
Case – 01 no
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SPECIFICATION FOR OPTICAL TIME DOMAIN REFLECTOMETER (OTDR) MACHINE FOR


SINGLE AND MULTI MODE OFC

Instruction to Vendor
1.Vendor must mark in purchaser’s technical specification sheet point wise whether the point is
accepted or not in the relevant positions against each point (by marking ‘A’ for accepted or ‘N/A’
for not accepted) and return back the specification sheet duly signed along with the offer . If any
part is not acceptable or there is any deviation, complete description shall be given in a separate
sheet as ‘deviation list’, where the deviations shall be necessarily explained point wise.
2.Relevant complete technical literature has to be enclosed for
every offered model.
3.All the specifications must be necessarily filled in. Any point left out is deemed as not accepted
without any reason thereof.

Vendor Acceptance/
S NO Description Specification
Comments
1 Make Vendor to specify

2 Model No. Vendor to specify

OPTICAL TIME DOMAIN


3 Type
REFLECTOMETER
Measures return loss and total
Return loss return loss of a fiber cable or
4
measurement between two arbitrary points on
the trace.
Multi trace analysis, 2 way trace
5 Analysis functions analysis, differential trace analysis,
section analysis
1310/1550 NM,WITH 40/38 DB
6 Wavelength Range
DYNAMIC RANGE# OR Better
7 Display Color TFT LCD OR Equivalent
8 USB USB1.1 or Better
Temperature 0 to 45°C
9 Operating environment Humidity 85% RH or less (no
condensation)
Battery Operation time 6 hours or
more
10 Power Supply
Rated power voltage 100 to 240
VAC
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Rated supply frequency 50 to 60


Hz
11 Fiber type Single mode and Multi Mode
12 Distance range 500M to 10 km

Rechargeable Battery(ies), Charger,


13 Accessories Certificate, Software, Driver,
Carrying case, Manual

SPECIFICATION FOR LED CONTROLLER

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 LED Controller Controller compatible to integrate the


display of existing CCTV system, 19”
industrial Rack mount, Lockable front door
to protect drives, Processor : Xeon / i3 / i5 /
i7 / above, 4 GB DDR3 RAM, 500 GB HDD,
inbuilt Dual-port Gigabit Ethernet Controller,
RAID 0, 1, 5, 10 support, Output Resolution:
DVI: 1920x1200 RGB: 2048x1536, Video
Outputs: Minimum 2, Hardware & Software
Decoding of streaming media inputs, MJPEG,
MPEG-2 , MPEG-4, H.264, Custom formats,
High Definition Audio CODEC, Supported
Input type : 4K / SD video / HD video / DVI /
HDMI / RGBHV / VGA /Component video /
HD-SDI / Streaming video / Network / RSS,
(1 + 1) Redundant AC-DC high-efficiency
power supply, Display multiple source
windows in any size, Control functions:
Brightness / contrast / saturation / Hue /
Filtering/Crop / rotate feed / Ticker
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

IR ILLUMINATOR SOURCE

Sl. Description Minimum Specification Compliance

No. (Yes/No)

1 Technology IR LED

2 Power 48 W or better
Consumption

3 Environment Outdoor.

4 Operating (-10°C to +55°C)

Temperature

5 IR Range 100 Meter or better

Power Supply 12 / 24 V AC/DC

6 Cable Length 2.5 Meter or better

7 Average 5 years or better


Life(Lamp)

8 Angle with 35° x 10° or better


Diffuser

9 Approved Make Bosch / Pelco / Honeywell / Infinova / Axis /

Sony/Raytec Vario

HDPE PIPE/Conduit:

It shall be ISI marked.


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

ANNEXURE-A

NEW CAMERA REQUIREMENTS:

IP CAMERA:
Sr
Qt ZOO
N Location Fixed Location Type
y. M
o. Area
New Admn CISF Pass Section >=10
Inside Visitor Room 1 FIXED
1 Gate Room X
New Admn CISF Pass Section Outside Visitor Room- PTZ,D >=10
1
2 Gate Room Corridor OME X
New Admn >=10
Walkway Corridor Turnstile walkway 1 FIXED
3 Gate X
New Admn >=10
Walkway Corridor Turnstile walkway 1 FIXED
4 Gate X
New Admn PTZ,D >=30
Top of the Gate Top of the OP 2
5 Gate OME X
New Admn PTZ,D >=30
Top of HMTL Top of HMTL Pole 1
6 Gate OME X
New Admn PTZ,D >=30
Vehicle Parking 1
7 Gate Entrance of Parking OME X
New Pata >=10
Marketing Office Inside Driver Room 2 FIXED
8 Gate X
New Pata >=10
Marketing Office Inside Transporter Room 2 FIXED
9 Gate X
New Pata PTZ,D >=30
Marketing Office Top of the CISF OP 1
10 Gate OME X
New Pata Front side of wall of the PTZ,D >=30
Top of the Gate 1
11 Gate gate OME X
New Pata CISF Pass Section Outside Corridor of Pass PTZ,D >=10
1
12 Gate Room Section OME X
New Pata PTZ,D >=30
Top of HMTL Top of HMTL Pole 1
13 Gate OME X
New Pata >=10
Access Gates Turnstile walkway 2 FIXED
14 Gate X
Polymer Polymer Bhawan Front side of PB - Right side >=10
1 FIXED
15 Bhawan-Old Building of stare between GF & FF X
Front side of PB - Right
Polymer Polymer Bhawan >=10
side of stare between FF & 1 FIXED
Bhawan-Old Building X
16 SF
Polymer Polymer Bhawan Front side of PB - Right >=10
1 FIXED
17 Bhawan-Old Building side of stare between SF & X
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

TF
Polymer Polymer Bhawan Front side of PB - Left side >=10
1 FIXED
18 Bhawan-Old Building of stare between GF & FF X
Polymer Polymer Bhawan Front side of PB - Left side >=10
1 FIXED
19 Bhawan-Old Building of stare between FF & SF X
Polymer Polymer Bhawan Front side of PB - Left side >=10
1 FIXED
20 Bhawan-Old Building of stare between SF & TF X
Front side of PB - Left side
Polymer Polymer Bhawan PTZ,D >=30
Pillar of the PB Main 1
Bhawan-Old Building OME X
21 Entrance
Polymer Polymer Bhawan INSIDE of NEW PB-GF Roof >=10
1 FIXED
22 Bhawan-New Building Mounting Centre Entance X
Polymer Polymer Bhawan INSIDE of NEW PB-FF Roof >=10
1 FIXED
23 Bhawan-New Building Mounting Centre Entance X
Polymer Polymer Bhawan INSIDE of NEW PB-SF Roof >=10
1 FIXED
24 Bhawan-New Building Mounting Centre Entance X
Polymer Polymer Bhawan INSIDE of NEW PB-TF Roof >=10
1 FIXED
25 Bhawan-New Building Mounting Centre Entance X
Polymer Polymer Bhawan PTZ,D >=30
Front side of PB 1
26 Bhawan-New Building OME X
Polymer PTZ,D >=30
Car Parking Entry side of Car Parking 1
27 Bhawan OME X
Fire Station- PTZ,D >=30
F&S Building Front side of F&S Building 1
28 Old OME X
Central Inside Central Canteen- >=10
Central Canteen 1 FIXED
29 Canteen Inside near AC corner X
Central Inside Central Canteen- >=10
Central Canteen 1 FIXED
30 Canteen Inside near AC corner X
Inside Central Canteen-
Central PTZ,D >=10
Central Canteen Open Area Facing Entrance 1
Canteen OME X
31 Gate
INSIDE THE LAB PTZ,D >=10
QC LAB MAIN ENTRANCE 1
32 RECEPTION OME X
BEHIND OUTSIDE THE CYLENDER PTZ,D >=10
QC LAB 1
33 ENTRANCE STORE OME X
PROCESS PLANT-TOP PTZ,D >=30
QC LAB BEHIND SIDE 1
34 NORTH SIDE ON POLE OME X
Inside Scrap yard near PTZ,D >=30
Scrap Yard Scrap Yard 1
35 WWTP OME X
WWTP Effulent PTZ,D >=30
WWTP 1
36 treament plant OME X
FRONT OF NEW PTZ,D >=30
NEW SPHERE 1
37 SPHERE OME X
New PTZ,D >=30
New Incinerator Top of Incinerator Building 1
38 Incinerator OME X
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Top of SS-4B Transformer PTZ,D >=30


SS-4B SS-4B 1
39 side OME X
PTZ,D
OME,E >=30
Teal House Area Teal House Area 1
x X
40 NEW LLDPE proof
PTZ,D
Butene -1 Corridor OME,E >=30
Butene -1 Corridor area 1
area x X
41 NEW LLDPE proof
PTZ,D
Extruder Building OME,E >=30
Extruder Building area 1
area x X
42 NEW LLDPE proof
PTZ,D
Butene -1 Corridor OME,E >=30
TOP OF SS#18 1
area x X
43 NEW LLDPE proof
Near Filter
Near Filter Burning pit area PTZ,D >=30
LLDPE Burning pit area 1
(PTD end) OME X
44 (PTD end)
PTZ,D >=30
LLDPE De-inventory area De-inventory area 1
45 OME X
PTZ,D
OME,E >=30
1
Propane Infront of Bay No. x X
46 Gantry 10 Infront of Bay No. 10 proof
PTZ,D
OME,E >=30
1
Infront of Bay No. x X
47 C4 mix Gantry 14 Infront of Bay No. 14 proof
PTZ,D
OME,E >=30
1
x X
48 C4 mix Gantry Behind Bay No. 14 Behind Bay No. 14 proof
Loading
PTZ,D >=30
control room At top of Control 1
OME X
49 roof Room At top of Control Room
On Lamp post
PTZ,D >=30
near Control To monitor tanker To monitor tanker 1
OME X
50 Room movement movement
New O&M Store-CENTRE
PTZ,D >=10
C&P New O&M Store OF L1 & L3 NEW ISSUE 1
OME X
51 SECTION
52 C&P New O&M Store New O&M Store-DIVIDING 1 PTZ,D >=10
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

WALL END SIDE RACJ OME X


NO.137 MIDLE
New O&M Store-
PTZ,D >=10
C&P New O&M Store CHEMICAL STORE EAST 1
OME X
53 SIDE CENTER
New O&M Store-
PTZ,D >=10
C&P New O&M Store CHEMICAL STORE WEST 1
OME X
54 SIDE CENTER
New O&M Store-TOILET PTZ,D >=30
C&P New O&M Store 1
55 TOP OF WEST SIDE OME X
New Chemical PTZ,D >=30
C&P New Chemical Stores 1
56 Stores OME X
East side top (near
East side top (near B/L PTZ,D >=30
HDPE-1 & 2 B/L Flare Isolation 1
Flare Isolation OME X
57 valve
Corridor of area PTZ,D >=30
HDPE-1 & 2 Corridor of area 200 & 700 1
58 200 & 700 OME X
Loading bay No. 1 Loading bay No. 1 - 3 PTZ,D >=30
PTD 1
59 - 3 (WH-02) (WH-02) OME X
Loading bay No. 4 Loading bay No. 4 - 10 PTZ,D >=10
PTD 1
60 - 10 (WH-02) (WH-02) OME X
HDPE-2 Bagging PTZ,D >=10
PTD HDPE-2 Bagging area 1
61 area OME X
LLDPE-2 Bagging PTZ,D >=10
PTD LLDPE-2 Bagging area 2
62 area OME X
Inside the workshop-East
Central Inside the PTZ,D >=30
side workshop Motor store 1
Workshop workshop OME X
63 Instruction Board.
Central Inside the Inside the workshop- PTZ,D >=30
1
64 Workshop workshop MECHANICAL SHOP AREA OME X
Inside the workshop-
Central Inside the PTZ,D >=10
Entrance gate of Workshop 1
Workshop workshop OME X
65 Guard sitting Left side.
Central Outside the Outside the workshop- PTZ,D >=30
1
66 Workshop workshop Welding Section Area. OME X
Outside the workshop-East
Central Outside the PTZ,D >=30
side Workshop Facing C&P 1
Workshop workshop OME X
67 store /Back of Workshop.
Outside the workshop-On
Central Outside the PTZ,D >=30
Pole No.SS#5 P 489 LB - 1
Workshop workshop OME X
68 451/1
Dhanwantri PTZ,D >=10
GAIL GAON 1
69 Hospital Dhanwantri Hospital OME X
At the T junction facing PTZ,D >=30
GAIL GAON Bus Parking 1
70 Atta Chakki OME X
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Shopping Centre Open space of Shalimar PTZ,D >=30


GAIL GAON 1
71 Shalimar Complex OME X
PTZ,D >=30
GAIL GAON Phase-3 Gate Front side of gate 1
72 OME X
PTZ,D >=30
GAIL GAON Phase-3 Gate Back side of gate 1
73 OME X
IR,PT
>=30
GAIL GAON Watch Tower-2 Top of WT 1 Z,DOM
X
74 E
IR,PT
>=30
GAIL GAON Watch Tower-4 Top of WT 1 Z,DOM
X
75 E
PTZ,D >=30
GAIL GAON Mayur Vatika Pole Opp Mayur Vatika 1
76 OME X
PTZ,D >=30
GAIL GAON Civil Maint. Office Behind CM Office 1
77 OME X
CLUB BACK
PTZ,D >=30
GAIL GAON SCATING RING NEAR PREMCHAND KUNJ 1
OME X
78 AREA
PTZ,D >=30
GAIL GAON Ashiana GH Behind Ashiana Guest GH 1
79 OME X
PTZ,D >=10
GAIL GAON Ashiana GH Reception / Open Space 1
80 OME X
RIGHT SIDE OF
>=10
GAIL GAON Ashiana GH ENTRANCE-Between GF & 1 FIXED
X
81 FF Stares
RIGHT SIDE OF
>=10
GAIL GAON Ashiana GH ENTRANCE-Between FF & 1 FIXED
X
82 SF Stares
LEFT SIDE OF ENTRANCE- >=10
GAIL GAON Ashiana GH 1 FIXED
83 Between GF & FF Stares X
LEFT SIDE OF ENTRANCE- >=10
GAIL GAON Ashiana GH 1 FIXED
84 Between FF & SF Stares X
RIGHT SIDE ENTRANCE OF PTZ,D >=30
GAIL GAON Ashiana GH 1
85 OLD GUEST HOUSE OME X
PTZ,D >=10
GAIL GAON Ashiana NEW GH 1
86 BETWEEN VIP SUIT 1 & 2 OME X
RIGHT SIDE BETWEEN GF >=10
GAIL GAON Ashiana NEW GH 1 FIXED
87 & FF STARES X
PTZ,D >=10
GAIL GAON Ashiana NEW GH GAIL GAON 1
88 OME X
IR,PT
>=30
GAIL GAON Watch Tower-1 Top of Watch Tower-1 Z,DOM
X
89 1 E
90 GAIL GAON NIRALA KUNJ AT PROPOSED WATCH 1 IR,PT >=30
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

TOWER Z,DOM X
E
NEAR PETROL PTZ,D >=30
GAIL GAON CORNER OF PETROL PUMP 1
91 PUMP OME X
PTZ,D >=30
GAIL GAON Phase-3 Shopping Outside Shopping Area 1
92 OME X
TURN Junction
PTZ,D >=30
GAIL GAON LAJPAT KUNJ- FACING DAV WIKED GATE 1
OME X
93 CHILDERN PARK
T Junction
T Junction Gokhale- PTZ,D >=30
GAIL GAON Gokhale- 1
Chiplunkar Kunj OME X
94 Chiplunkar Kunj
PATHWAY OF NEAR NIRALA KUNJ PTZ,D >=30
GAIL GAON 1
95 CLUB BOARD OME X
PTZ,D >=30
GAIL GAON STP ENTRANCE ENTRANCE BOARD 1
96 OME X
PTZ,D >=10
GAIL GAON Himgiri Hostel Himgiri Hostel Reception 1
97 OME X
PTZ,D >=10
GAIL GAON Kohinoor Hostel Kohinoor Hostel Reception 1
98 OME X
New Ashiana New Ashiana Guest House PTZ,D >=10
GAIL GAON 1
99 Guest House Reception OME X
10 Reception of Old Reception of Old Ashiana PTZ,D >=10
GAIL GAON 1
0 Guest House Guest House OME X
10 Reception of Old Reception of Old Ashiana PTZ,D >=10
GAIL GAON 1
1 Guest House Guest House OME X
10 Lobby / Gallery - Estate PTZ,D >=10
GAIL GAON Shalimar Shopping 1
2 Office side OME X
10 Lobby / Gallery - Vegetable PTZ,D >=10
GAIL GAON Shalimar Shopping 1
3 shop side OME X
10 Lobby / Gallery - Beauty PTZ,D >=10
GAIL GAON Shalimar Shopping 1
4 Parlour shop side OME X
10 Lobby / Gallery - Kasturba PTZ,D >=10
GAIL GAON Shalimar Shopping 1
5 Kunj side OME X
10 PTZ,D >=10
GAIL GAON Phase-3 Shopping Lobby / Gallery - open area 1
6 OME X
10 PTZ,D >=10
GAIL GAON Phase-3 Shopping Lobby / Gallery - open area 1
7 OME X
10 Indradhanush Entrance of Indradhanush PTZ,D >=10
GAIL GAON 1
8 Club Club OME X
10 Indradhanush Entrance of Indradhanush PTZ,D >=10
GAIL GAON 1
9 Club Club OME X
11 Indradhanush Entrance of Indradhanush PTZ,D >=10
GAIL GAON 1
0 Club Club OME X
11 GAIL GAON NEAR SAINIK INFRONT OF S4B3/2 1 IR,PT >=30
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1 BARIK Z,DOM X
E
Ground Floor Gallery-East
>=10
11 GAIL GAON Auditorium side of stare between GF & 1 FIXED
X
2 FF
Ground Floor Gallery-East
>=10
11 GAIL GAON Auditorium side of stare between FF & 1 FIXED
X
3 SF
Ground Floor Gallery-East
>=10
11 GAIL GAON Auditorium side of stare between GF & 1 FIXED
X
4 FF
Ground Floor Gallery-East
>=10
11 GAIL GAON Auditorium side of stare between FF & 1 FIXED
X
5 SF
11 Ground Floor Gallery-Main PTZ,D >=10
GAIL GAON Auditorium 1
6 Entrance of Left side OME X
11 PTZ,D >=10
GAIL GAON VIP Parking VIP Parking 1
7 OME X
IR,PT
AT WATCH NEAR VEERSAVARKAR >=30
11 GAIL GAON 1 Z,DOM
TOWER KUNJ X
8 E
11 Gen set / Green PTZ,D >=30
GAIL GAON Gen set / Green Room side 1
9 Room side OME X
Main Entrance of Main Entrance of
PTZ,D >=30
12 GAIL GAON Auditorium facing Auditorium facing food 1
OME X
0 food court. court.
12 PTZ,D >=10
GCU 2 SS#31 Inside HTP SS#31 Inside HTP 1
1 OME X
12 PTZ,D >=10
GCU 2 SS#31 Inside LTP SS#31 Inside LTP 1
2 OME X
12 SS#31 outside Transformer PTZ,D >=30
GCU 2 SS#31 outside 1
3 side OME X
12 PTZ,D >=10
IOP 2 SS#32 Inside HTP SS#32 Inside HTP 1
4 OME X
12 PTZ,D >=10
IOP 2 SS#32 Inside LTP SS#32 Inside LTP 1
5 OME X
12 SS#32 outside Transformer PTZ,D >=30
IOP 2 SS#32 outside 1
6 side OME X
12 PTZ,D >=10
LLDPE 2 SS#35 Inside HTP SS#35 Inside HTP 1
7 OME X
12 PTZ,D >=10
LLDPE 2 SS#35 Inside LTP SS#35 Inside LTP 1
8 OME X
12 SS#35 outside Transformer PTZ,D >=30
LLDPE 2 SS#35 outside 1
9 side OME X
13 IOP 2 SS#33 Inside HTP SS#33 Inside HTP 1 PTZ,D >=10
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

0 OME X
13 SS#33 outside Transformer PTZ,D >=30
IOP 2 SS#33 outside 1
1 side OME X
13 PTZ,D >=10
GPU 2 SS#34 Inside HTP SS#34 Inside HTP 1
2 OME X
13 SS#34 outside Transformer PTZ,D >=30
GPU 2 SS#34 outside 1
3 side OME X
13 PTZ,D >=10
IOP 2 SS#36 Inside SS#36 Inside 1
4 OME X
13 SS#36 outside Transformer PTZ,D >=30
IOP 2 SS#36 outside 1
5 side OME X
13 PTZ,D >=10
IOP 2 SS#37 Inside SS#37 Inside 1
6 OME X
13 SS#37 outside Transformer PTZ,D >=30
IOP 2 SS#37 outside 1
7 side OME X
13 SS#38 outside Transformer PTZ,D >=30
IOP 2 SS#38 outside 1
8 side OME X
13 SS#4A outside Transformer PTZ,D >=30
IOP 1 SS#4A outside 1
9 side OME X
14 SS#4B outside Transformer PTZ,D >=30
IOP 1 SS#4B outside 1
0 side OME X
14 SS#5 outside Transformer PTZ,D >=30
IOP 1 SS#5 outside 1
1 side OME X
14 SS#8 outside Transformer PTZ,D >=30
LPG SS#8 outside 1
2 side OME X
14 SS#7 outside Transformer PTZ,D >=30
IOP 1 SS#7 outside 1
3 side OME X
14 DOWNSTREA PTZ,D >=30
SS#12 DG SS12# DG outside area 1
4 M OME X
14 PTZ,D >=30
HDPE 2 ss#18 DG SS#18 DG outside area 1
5 OME X
14 GAIL DAV PTZ,D >=10
Ground Floor Reception 1
6 SCHOOL OME X
14 GAIL DAV PTZ,D >=10
Ground Floor Near Conference Hall 1
7 SCHOOL OME X
14 GAIL DAV PTZ,D >=10
Ground Floor Near Chemistry Lab 1
8 SCHOOL OME X
14 GAIL DAV PTZ,D >=10
Ground Floor Near D S Room 1
9 SCHOOL OME X
15 GAIL DAV PTZ,D >=10
First Floor Wall Opposite to Library 1
0 SCHOOL OME X
15 GAIL DAV PTZ,D >=10
First Floor Near Computer Lab 1
1 SCHOOL OME X
15 GAIL DAV PTZ,D >=10
First Floor 1
2 SCHOOL OME X
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Near Class XI A
15 GAIL DAV PTZ,D >=10
Second Floor Near class IX A 1
3 SCHOOL OME X
15 GAIL DAV PTZ,D >=10
Second Floor Near class X B 1
4 SCHOOL OME X
15 GAIL DAV PTZ,D >=10
Second Floor Near class VII C 1
5 SCHOOL OME X
15 GAIL DAV PTZ,D >=10
Second Floor Near New Staff Room 1
6 SCHOOL OME X
15 GAIL DAV >=10
Second Floor Stair CASE OPENING 1 FIXED
7 SCHOOL X
15 GAIL DAV CONFERENCE PTZ,D >=10
Inside Conference Room 1
8 SCHOOL ROOM OME X
15 GAIL DAV PTZ,D >=10
INDOOR Inside Indoor Auditorium 1
9 SCHOOL OME X
16 GAIL DAV PTZ,D >=30
OUTDOOR Backside of Auditorium 1
0 SCHOOL OME X
16 GAIL DAV Front Side towards PTZ,D >=30
OUTDOOR 1
1 SCHOOL Maulana Kunj OME X
16 Behind new PTZ,D >=30
Near AAMS PCII Near AAMS PCII 1
2 fire station OME X
16 Near gas PTZ,D >=30
Near gas terminal Near gas terminal 1
3 terminal OME X
16 Road side of PTZ,D >=30
Near scrap yard Near scrap yard 2
4 Scrap Yard OME X
Cable Yard
Cable Yard near Cable Yard near old fire PTZ,D >=30
16 near old fire 1
old fire Station Station OME X
5 Station
Near weigh
Near weigh bridge Near weigh bridge loading PTZ,D >=30
16 bridge 1
loading C/R C/R OME X
6 loading C/R

EXISTING CAMERA:

CCTV CAMERAS INSTALLED AT GAIL PATA & GAIL GAON

S.N Fixed
o Area Location Location MAKE MODEL IP ADDRESS
ENTRANCE FROM SOUTH P - 338 CPLX-
GPU SIDE FOR DEMETHANISER RIGHT SIDE 301/PA DVR-
1 COL AND C2-C3 BACK ON CABLE Polixel L 172.16.8.111
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

CPLX-
NEAR CAUSTIC TOWER In Front
301/PA DVR -
END C2R & C3R
2 Polixel L 172.16.8.111
Cooling
Tower Side CPLX-
FURNACE AREA
GCU On Pipe 301/PA DVR-
3 Rack Polixel L 172.16.8.111
In Front
Cold CPLX-
NEAR QUENCH TOWER
Section 301/PA DVR-
4 Side On Str Polixel L 172.16.8.111
SOUTH SIDE OF LPG FOR CPLX-
LPG KOD OF PROP COMP AND Top of FLM 301/PA
5 CT-3 Polixel L 192.168.1.66
Turn of the
LOADIN EMPTY TANKER
LPG C/R to DVR-
G CHECKING AREA
6 Pata Gate Sparsh SP410# 172.16.8.13
Center of
HYDROGEN COMPRESSOR both
AREA Compresso DVR-
7 r Sparsh SP410# 172.16.8.21
IOPS
Top of the
BETWEEN H2 BULLET SB # 4
AND SPHERE AREA Towards DVR-
8 East Sparsh SP410# 172.16.8.21
NE SIDE
FACING TANK FIRM AND TOP OF
HDPE#1
LP PIT THE SS # DVR-
9 12 Sparsh SP410# 172.16.8.26
RIGHT SIDE CPLX-
FACING TANK FIRM AND
HDPE#2 OF PIPE 301/PA DVR-
LP PIT
10 RACK CW Polixel L 172.16.8.27
ADDITIVE/DCP BLDG TOP
SW SIDE
FOR CPLX-
LLDPE TOP OF
REACTOR/RFP/ADSORBE 301/PA DVR-
DCP HOUSE
11 R Polixel L 172.16.8.25
CENTER OF CPLX-
BAGGIN LOADING AREA HDPE#2
NEW AND 301/PA DVR-
G PWH
12 OLD BAY Polixel L 172.16.8.27
TOP OF CPLX-
TOWER ON 301/PA
13 WT -12 TOP OF TOWER POLE Polixel L 192.168.1.57
TOP OF CPLX-
TOWER ON 301/PA
14 WT -10 TOP OF TOWER POLE Polixel L 192.168.1.72
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

TOP OF CPLX-
TOWER ON 301/PA
15 WT - 2 TOP OF TOWER POLE Polixel L 192.168.1.64
TOP OF CPLX-
TOWER ON 301/PA
16 WT - 7 TOP OF TOWER POLE Polixel L 192.168.1.30
TOP OF CPLX-
TOWER ON 301/PA
17 WT - 3 TOP OF TOWER POLE Polixel L 192.168.1.73
TOP OF CPLX-
TOWER ON 301/PA
18 WT - 5 TOP OF TOWER POLE Polixel L 192.168.1.67
TOP OF CPLX-
TOWER ON 301/PA
19 WT - 13 TOP OF TOWER POLE Polixel L 192.168.1.70
TOP OF CPLX-
TOWER ON 301/PA
20 WT - 15 TOP OF TOWER POLE Polixel L 192.168.1.59
CPLX-
FLM # 20 301/PA
21 TOP Polixel L 192.168.1.61
NEW GPU (03)
CPLX-
New Main 301/PA
22 Gate Polixel L 192.168.1.22
Furnce Side
On Pipe CPLX-
Rack Near 301/PA
23 SB # 3 Polixel L 192.168.1.21
Between
Hot & Cold
Project CCTV

NEW GCU (03) Section


(Between CPLX-
New & Old 301/PA
24 GCU) Polixel L 192.168.1.56
CPLX-
301/PA
25 Behind C3R Polixel L 192.168.1.71
Near Com
Area CPLX-
(Behind 301/PA
26 Take 1) Polixel L 192.168.1.63
NEW LLDPE (03 )
Top Of
Bagging CPLX-
Raw Water 301/PA
27 Side Polixel L 192.168.1.69
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

CPLX-
Pipe Rack 301/PA
28 Of STG Side Polixel L 192.168.1.60
NEW BOILER (02)
CPLX-
Center of 301/PA
29 Both Boiler Polixel L 192.168.1.50
Top Of Fire
Pump CPLX-
House West 301/PA
30 RWTP/FWPH/F&S (01) Side Polixel L 192.168.1.28
CPLX-
FLM # 7 301/PA
31 HYDROCARBON TANK TOP Polixel L 192.168.1.55
BHIND SB -4 (02) CPLX-
FLM # 5 301/PA
32 TOP Polixel L 192.168.1.54
TOP OF SS CPLX-
# 38 East 301/PA
33 Side Polixel L 192.168.1.62
On pipe
NEW SPHERE AREA (2
Rack
NOS)
Between
Mounded CPLX-
Bulttes & 301/PA
34 WWTP Polixel L 192.168.1.58
CPLX-
Pole No. CP
301/PA
-7
35 Gandhi Kunj Polixel L 192.168.1.39
Top of CPLX-
Bachelor 301/PA
36 Hospital Hotel ES Polixel L 192.168.1.36
CPLX-
Main
Auditorium 301/PA
Parking
GAIL GAON

37 Polixel L 192.168.1.43
CPLX-
Pole No. -
301/PA
PS -7
38 Mandir Polixel L 192.168.1.37
Front of CPLX-
Entrance 301/PA
39 School WT East Side Polixel L 192.168.1.41
CPLX-
SW of Top
301/PA
Of Club
40 Club Polixel L 192.168.1.35
In front Top CPLX-
41 DAV Of School Polixel 301/PA 192.168.1.44
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

L
GAILGAON CPLX-
MAIN GATE 301/PA
42 GAILGAON MAIN GATE TOP Polixel L 192.168.1.47
GAILGAON CPLX-
MAIN GATE 301/PA
43 GAILGAON MAIN GATE POLE Polixel L 192.168.1.49
GAILGAON CPLX-
MAIN GATE 301/PA
44 GAILGAON MAIN GATE CISF SIDE Polixel L 192.168.1.45
GAILGAON CPLX-
MAIN GATE 301/PA
45 GAILGAON MAIN GATE ATM SIDE Polixel L 192.168.1.46
CPLX-
301/PA
46 Plant Main Gate Polixel L 192.168.1.24
47 Plant Main Gate - Admin BOSCH VG4-300 192.168.1.134
VG4-
48 Watch Tower # 8 BOSCH 500i 192.168.1.110
VG4-
49 Main Gate, Gailgoan BOSCH 500i 192.168.1.138
C3R Compressor ( LPG VG4-
50 plant ) BOSCH 500i 192.168.1.123
CPLX-
Near Ethylene Tank ( FLM 301/PA
51 #9) Polixel L 192.168.1.48
OLD BOSCH CAMERA

CPLX-
301/PA
52 Storage Area.(FLM#6) Polixel L 192.168.1.80
CPLX-
LPG loading Area Front 301/PA
53 side. Polixel L 192.168.1.26
CPLX-
301/PA
54 LPG loading Area Back side Polixel L 192.168.1.27
55 MFO BAY BOSCH VG4-300 192.168.1.124
VG4-
56 DAV School, Gailgoan BOSCH 500i 192.168.1.143
VG4-
57 LPG Gate In side BOSCH 500i 192.168.1.107
VG4-
58 Watch Tower # 1 BOSCH 500i 192.168.1.113
59 Main Store Sparsh SP410# 192.168.1.122
VG4-
60 ADMIN BULDING Top BOSCH 500i 192.168.1.117
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

VG4-
61 Watch Tower # 4 BOSCH 500i 192.168.1.142
CPLX-
301/PA
62 LPG Gate OUT side Polixel L 192.168.1.90
VG4-
63 Pata Gate In BOSCH 500i 192.168.1.132
VG4-
64 Watch Tower # 6 BOSCH 500i 192.168.1.112
HDPE –I (Flame
65 monitoring) BOSCH VG4-300 192.168.1.127
66 Bagging HDPE BOSCH VG4-300 192.168.1.111
67 Bagging LLDPE BOSCH VG4-300 192.168.1.126
Other Other
68 Loading HDPE Make Make 192.168.1.119
69 Loading LLDPE BOSCH VG4-300 192.168.1.121
70 LLDPE PTD BOSCH VG4-300 192.168.1.108
VG4-
71 Watch Tower # 9 BOSCH 500i 192.168.1.136
CPLX-
301/PA
72 Watch Tower # 11 Polixel L 192.168.1.133
73 Watch Tower # 14 BOSCH VG4-300 192.168.1.125
VG4-
74 Water Tank GCU BOSCH 500i 192.168.1.120
Admin Building#GF # DVR-
75 RIGHT SIDE Sparsh SP410# 172.16.8.113
Admin Building#FF# DVR-
76 RIGHT SIDE Sparsh SP410# 172.16.8.113
Admin Building#SF # DVR-
77 RIGHT SIDE Sparsh SP410# 172.16.8.113
Admin Building#TF # DVR-
SPARSH CAMERA

78 RIGHT SIDE Sparsh SP410# 172.16.8.113


Admin DVR-
79 Building#RECEPTION Sparsh SP410# 172.16.8.113
Admin Building#GF # LEFT DVR-
80 SIDE Sparsh SP410# 172.16.8.113
Admin Building#FF# LEFT DVR-
81 SIDE Sparsh SP410# 172.16.8.113
Admin Building#SF # LEFT DVR-
82 SIDE Sparsh SP410# 172.16.8.113
Admin Building#TF # LEFT DVR-
83 SIDE Sparsh SP410# 172.16.8.113
DVR-
SS#5
84 Sparsh SP410# 172.16.8.22
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Tech building#GF #FRONT DVR-


85 SIDE Sparsh SP410# 172.16.8.110
Tech building #GF #BACK DVR-
86 SIDE Sparsh SP410# 172.16.8.110
Tech building #FF #FRONT DVR-
87 SIDE Sparsh SP410# 172.16.8.110
Tech building #FF #BACK DVR-
88 SIDE Sparsh SP410# 172.16.8.110
DVR-
Inside of server room of IT
89 Sparsh SP410# 172.16.8.113
Outside of server room of DVR-
90 IT Sparsh SP410# 172.16.8.113
GCU# CONROL ROOM DVR-
91 BACK Sparsh SP410# 172.16.8.111
DVR-
HDPE#1 # Silo Building
92 Sparsh SP410# 172.16.8.26
DVR-
HDPE#2 # Silo Building
93 Sparsh SP410# 172.16.8.27
CPLX-
Bagging HDPE# 2 301/PA DVR-
94 Polixel L 172.16.8.27
DVR-
LLDPE # 200 Area
95 Sparsh SP410# 172.16.8.25
DVR-
LLDPE # Butene plant
96 Sparsh SP410# 172.16.8.25
DVR-
LLDPE # Battery limit Area
97 Sparsh SP410# 172.16.8.25
DVR-
LLDPE # Additive building
98 Sparsh SP410# 172.16.8.25
DVR-
Loading C/R
99 Sparsh SP410# 172.16.8.13
DVR-
LPG Pump House
100 Sparsh SP410# 172.16.8.13
DVR-
SS#1 Inside
101 Sparsh SP410# 172.16.8.23
DVR-
SS#1 Outside
102 Sparsh SP410# 172.16.8.23
DVR-
SS#3 Inside
103 Sparsh SP410# 172.16.8.21
DVR-
SS#3 Outside
104 Sparsh SP410# 172.16.8.21
DVR-
SS#4 Inside
105 Sparsh SP410# 172.16.8.28
DVR-
SS#7 Inside
106 Sparsh SP410# 172.16.8.24
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

DVR-
SS#11 Inside HTP
107 Sparsh SP410# 172.16.8.109
DVR-
SS#11 Inside LTP
108 Sparsh SP410# 172.16.8.109
DVR-
SS#12 Outside
109 Sparsh SP410# 172.16.8.112
DVR-
SS#12 Inside
110 Sparsh SP410# 172.16.8.112
DVR-
SS#18 Outside
111 Sparsh SP410# 172.16.8.20
DVR-
SS#18 Inside
112 Sparsh SP410# 172.16.8.20
DVR-
SS # 18 New LLDPE Project
113 Sparsh SP410# 172.16.8.20
inside C&P DVR-
inside C&P store
114 store Sparsh SP410# 172.16.8.22
inside
inside project building project DVR-
115 building Sparsh SP410# 172.16.8.22
Look DVR-
DAV School, Gailgoan (GF)
116 man 172.16.8.98
Look DVR-
DAV School, Gailgoan (FF)
117 man 172.16.8.98
Look DVR-
DAV

DAV School, Gailgoan (SF)


118 man 172.16.8.98
C-
DAV School, Gailgoan mount
(Entry Left Side) camer DVR-
119 a 172.16.8.98
CPLX-
301/PA
120 NEW Pata Gate IN Top of Pole Polixel L 192.168.1.23
Top of VG4-
121 NEW Pata Gate OUT Building BOSCH 500i 192.168.1.137
DVR-
Top of SP410# 172.16.8.11
122 Admin Building#Top Building Sparsh 3

Existing DVRs:

SL
No Location DVR Make DVR Model
Tech- Sparsh
1 Building 16-Ch HP8016DH1T
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Admin Sparsh Model-


2 Building 16-Ch HP8016D
Sparsh
3 Work Shop 16-Ch SD0816G
Sparsh Model-
4 GCU-I 16-Ch HP8016D
Sparsh
5 WWTP 16-Ch HP8016DH1T
Sparsh
6 SS#1 16-Ch HP8016DH1T
Sparsh
7 SS#4 16-Ch HP8016DH1T
Sparsh
8 SS#11 16-Ch HP8016DH1T
Sparsh
9 SS#12 16-Ch HP8016DH1T
Sparsh
10 HDPE-I 16-Ch HP8016DH1T

Sparsh
11 HDPE-II 16-Ch HP8016DH1T
Sparsh
12 LLDPE-I 16-Ch HP8016DH1T

Existing Clients:

Monitor Monitot CPU


SL No Area Make Model Make CPU Model
1 DC office LG 27EA63VB DELL D15M001
2 PTD Control room LG 27EA63VB DELL D15M001
3 ECC room LG DELL D15M001
4 CISF LG 27EA63VB DELL D15M001
5 SB#3 LG 27EA63VB DELL D15M001
6 OIC LG DELL D15M001
7 Gail Gaon LG 27EA63VB DELL D15M001
8 HOS LG 27EA63VB DELL D15M001
9 F/S LG 27EA63VB DELL D15M001
10 LPG Loading LG 27EA63VB DELL D15M001
11 IOP Control room LG 27EA63VB DELL D15M001
Q40G19N-608-
12 LPG Plant Dell 29ZB DELL D15M001
13 GCU-I LG 27EA63VB DELL D15M001
14 GCU-II Dell E2210c/135- HP hpc8200cmt
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

OE3L
15 Gail gaon Ecc room Hair HP HP 400G3
TOTAL: 18 NOS.

New Clients:

Sr.No. LOCATION QTY


1 HDPE-1 C/R 1
2 LLDPE-1 C/R 1
3 LLDPE-2 C/R 1
4 HDPE-2 C/R 1
5 DAV PRINCIPAL 1
6 PTD2 SIC 1
7 LAB HOD 1
ADMIN
8 BUILDING 2
9 SS#32 SIC 1
10 MARKETTING 1
11 GAILGAON SEC. 2
12 AC office 1
13 Operator Room 1
TOTAL 15
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SCHEMATIC DIAGRAM-1

* 6 cameras * 8 cameras

NEW PTD SWITCH CLIENT * 1 NEW ADMIN GATE SWITCH CLIENT * 1

* 10 cameras * 10 cameras
O O
LLDPE-2 C/R SWITCH CLIENT * 2 F F NEW PATA GATE SWITCH CLIENT * 1
C C
* 2 cameras * 7 cameras
REDUNDANT

IOPS C/RSWITCH CLIENT * 1 EXIST. OLD ADMIN BLDG. CLIENT * 1


REDUNDANT
* 5 cameras * 9 cameras

LLDPE-1 C/R SWITCH CLIENT * 2 NEW ADMIN BLDG. SWITCH CLIENT * 1


SB #3 SERVER ROOM
* 3 cameras * 6 cameras

GCU-2 C/R SWITCH EXISTING SB#3 SWITCH CLIENT * 1

* 11 cam OFC * 6 cam


OFC
WORKSHOP SWITCH WWTP SWITCH
OFC

* 6 cam * 6 cam

C&P STORE SWITCH LPG LOADING SWITCH


OFC
* 2 cam * 7 cam
* 15 DVR
LPG C/R SWITCH
RWTP C/R SWITCH
DC OFFICE REDUNDANT
SWITCH
LED
1 CLIENT CONTROLLER
WITH OP
CONSOLE
LED
OPERATOR SCREEN
ROOM * 8 no:s

SCHEMATIC DIAGRAM - PLANT AREA


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SCHEMATIC DIAGRAM-2

PLANT GAIL GAON


* 6 cam

CLUB BUILDING SWITCH


* 10 cameras

O SHOP. COMPLEX SWITCH CLIENT * 2 O * 8 cam


SHOPPING
F F
C
COMPLEX C
REDUNDANT
EXISTING AUDITORIUM SWITCH
SWITCH * 19 cameras
REDUNDANT * 9 cam
DAV SCHOOL SWITCH CLIENT * 1
O
F PHASE 3 SS#3 SWITCH
C
* 2 cameras
* 14 cam
SB #3 SERVER
MAIN GATE EXISTING SWITCH
GUESTHOUSE SWITCH

SCHEMATIC DIAGRAM - GAIL GAON


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

20M - C 1

20M - C 2
C - COPPER CABLE
F - OPTIC FIBERCABLE
70M - C 3
M - METERS

70M - C 4
CLIENT
200M-F SW1-1
AC OFFICE
90M - F 5-1
NEW ADMIN GATE
90M - F 5-2
8 CAMERAS
80M - F 6
1
140M - F 7
cam no:

80M - C 8-1

80M - C 8-2

100M - F 9-1

100M - F 9-2

100M - F 10
CLIENT
MARKETING 200M-F SW1-2
OFFICE
100M - F 11
NEW PATA GATE
120M - F 12
10 CAMERAS
100M - F 13

110M - F 14-1
2
110M - F 14-2
cam no:
600+1040=1640
CCTV NETWORK DRAWING-1
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

80M - C 15

80M - C 16
C - COPPER CABLE
F - OPTIC FIBERCABLE
100M - F 17
M - METERS

70M - C 18
CLIENT
80M-C SW1
ADM
80M - C 19
ADMIN BUILDING OLD
100M - F 20
7 CAMERAS
100M - F 21
3 cam no:

100M - F 22

85M - C 23

80M - C 24

80M - C 25

100M - F 26
CLIENT
ADM
80M-C SW1-4

190M - F 27
NEW ADMIN BLDG.
150M - F 29
9 CAMERAS
170M - F 30

160M - F 31
4 cam no:

300+870=1170

CCTV NETWORK DRAWIN-2


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

5 C - COPPER CABLE 300M-F 32


F - OPTIC FIBER CABLE
M - METERS
350M-F 33

400M-F 34

CLIENT
500M-F SWITCH
LAB HOD
700M-F 124

SB#3 800M-F 125

6 CAMERAS 800M-F 126


cam no:

6
800M-F 35

700M-F 36

1000M-F 37

SW1-6

1200M-F 138

700M-F 164A
WWTP
1200M-F 164B
6 CAMERAS
cam no:

3850+5600=9450
CCTV NETWORK DRAWING-3
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

CLIENT 1600M-F 40
HDPE-2
100M-F

1800M-F 41

1200M-F 42

1400M-F 43
CLIENT
LLDPE-2
100M-F SW1-7 700M - F 145

500M - F 127

7 600M - F 128

700M - F 129

C - COPPER CABLE LLDPE-2 1200M-F 134


F - OPTIC FIBERCABLE
M - METERS 10 CAMERAS 1400M-F 135
cam no:

1800M-F 44

1700M-F 45
CLIENT
HDPE-1
100M-F
1600M-F 57

SW1-8

1500M-F 58
CLIENT
LLDPE-1
100M-F 1400M-F 144

8
cam no:
LLDPE-1

5 CAMERAS

11300+8200=19500
CCTV NETWORK DRAWING-4
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

1500M-F 46

1400M-F 47
C - COPPER CABLE
F - OPTIC FIBERCABLE
1800M-F 48
M - METERS

200M-F 49

SW1-9

400M - F 50
LPG LOADING C/R
200M - F 166
6 CAMERAS
cam no:
9

100M - F 63

90M - F 64

100M - F 65

300M - F 66

400M - F 67

SW1-10 400M - F 141

300M - F 68
WORKSHOP
500M - F 132
11 CAMERAS
600M - F 133

500M - F 163
10
700M - F 165
cam no:
5500+3900=9400
CCTV NETWORK DRAWING-5
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

500M - F 59

1200M - 62-2
C - COPPER CABLE
F - OPTIC FIBERCABLE
1400M-F 62-1
M - METERS

700M - F 60-1
CLIENT PTD
200M-F SW1-11
2 SIC
1400M-F 61
PTD-NEW
cam no:
5 CAMERAS

11

700M - F 69

400M - F 70

350M - F 71

CLIENT 500M - F 77
SECURITY 500M - F
ESTATE OFFICE

600M - F 97

SW1-12 cam no:


CLIENT
SECURITY 500M - F 600M - F 98
HOSTEL

80M - C 102

80M - C 103
SHOPPING COMPLEX
80M - C 104
12 10 CAMERAS
80M - C 105

5400+4150=9550
CCTV NETWORK DRAWING-6
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

153 200M - F 1500M-F 76

154 250M - F 1200M-F 96

155 300M - F 1600M-F 118

156 400M - F 50M - C 146

157 400M - F 80M - C 147

SW1-13 cam no:

158 500M - F 110M - F 148

159 400M - F 100M - F 149

160 500M - F 100M - F 150

161 1200M-F 100M - F 151

80M - C 152

80M - C

GAIL GAON DAV


C - COPPER CABLE
SCHOOL CLIENT DAV
F - OPTIC FIBERCABLE
PRINCIPAL
M - METERS

19 CAMERAS

13

8860
CCTV NETWORK DRAWING-7
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

94 900M - F 500M-F 79

99 100M - C 80M - C 80

100 100M - F 80M - C 81

101 100M - F 100M - F 82

100M - F 83

SW1-14 cam no:

C - COPPER CABLE 110M - F 84


F - OPTIC FIBERCABLE
M - METERS
80M - C 85

60M - C 86
GUEST HOUSE
14 100M - F 87
14 CAMERAS
100M - F 88

300M - F 121

500M - F 122

700M - F 123

SW1-15 cam no:

GCU-II
15
3 CAMERAS

2210+1500=3710
CCTV NETWORK DRAWING-8
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

C - COPPER CABLE
1000M-F 136
F - OPTIC FIBERCABLE
M - METERS
1200M-F 137

cam no:
CLIENT
SS#32 SIC
1000M-F SW1-16

IOPS
16 2 CAMERAS

800M - F 38

1200M-F 39

500M - F 130

700M - F 131

500M - F 139

SW1-17 cam no:

700M - F 140
RWTP
700M - F 162
7 CAMERAS
17

3200+5100=8300
CCTV NETWORK DRAWING-9
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

C - COPPER CABLE
700M - F 142
F - OPTIC FIBERCABLE
M - METERS
700M - F 28

cam no:
LPG PLANT
SW1-18
18 2 CAMERAS

1500M-F 90

1000M-F 91

cam no:
19 MAIN GATE GAIL
GAON SW1
2 CAMERAS

150M - C 112

120M - C 113

170M - C 114

110M - F 115

SW1-20 cam no:

150M - F 116
AUDITORIUM
200M - F 117
8 CAMERAS
300M - F 120
20 220M - F 119

2500+1420=3920
CCTV NETWORK DRAWING-10
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

650M - F 72
C - COPPER CABLE 700M - F 73
F - OPTIC FIBERCABLE
M - METERS
2500M-F 74

1700M-F 75

700M-F 89
21
SW1-21 cam no:
650M - F 92
PHASE -III SUBSTATION
800M - F 106
10 CAMERAS

700M - F 107

650M - F 111

1800M-F 118

150M-F 108

200M-F 109

140M-F 110

SW1-22 cam no:


300M-F 78
CLUB BUILDING
6 CAMERAS 900M-F 93
22
700M-F 95

350M-F 51

300M-F 52
325M-F 53
SW1-23
320M-F 54
C&P STORE
23 6 CAMERAS 310M-F 55

270M-F 56
10850+2390+4265=17505
4F OFC Total:93005
CCTV NETWORK DRAWING-11
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

24
1500M-F RWTP

2000M-F LLDPE-2
C - COPPER CABLE 2000M-F LLDPE-1
F - OPTIC FIBER CABLE
M - METERS
SB#3 SWITCH

2500M-F WWTP

1500M-F W/SHOP

2000M-F PTD

MAIN GATE
25 2500M-F GUEST HOUSE
GAIL GAON

SHOPPING
26 550M-F CLUB
COMPLEX

27 WORKSHOP 700M-F C&P

500M-F AUDITORIUM

1000M-F PHASE-III SS#3

28

DAV

11500+5250=16750 6F OFC Total:16750

CCTV NETWORK DRAWING-12


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

DVR

C - COPPER CABLE
F - OPTIC FIBERCABLE
M - METERS

CLIENT
50M-C SW1-14
OPERATOR
LED
DC OFFICE SCREENS
08 NOS.

29

CCTV NETWORK DRAWING-13


GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

ANNEXURE-I

Details of Bill of Materials of offered Systems

Name of the Site:

Sr Name of Make/Mo Name OE Functi Hardw Software/Firm Qt Remar


N item/syst del of M on are ware version y ks (If
o. em hardw Par version any)
are t
Cod
e
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

ANNEXURE-II

No. Date:

GAIL (India) Limited,


Po.Pata
Auraiya
UP-206241
India.

Subject: LOGISTIC SUPPORT OF CCTV SYSTEM FOR GAIL PATA, UTTARPRADESH

Reference: e-Tender no…….

Dear Sir,

We, _____________________________________, the OEM of ___________(make/model of offered


equipment), hereby certify that we have gone through the tender requirement and the offer is for
the complete tender requirement in respect of our offered product(s). Further, we shall support
the following post sale services of our products / systems / equipments (in line with the tender
requirement), which are offered under this tender, through our authorized business partners M/s.
_________________________________ in India over a minimum period of 10 years from date of their supply
to GAIL:

1. Supply of Spares;
2. Repairing & Return of Faulty parts / modules;
3. Technical Support.

We confirm that we shall be bound by all commitments made hereby.

Yours faithfully,
Signature of Authorized Signatory

Date:
Name:
Place: Designation:
Seal:
Note: This ‘Certificate from OEM’ should be on the letterhead of the OEM/100% INDIAN
SUBSIDIARY OF OEM and should be signed by a person competent and having the power of
attorney to bind the OEM.
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

SECTION-VII
SCHEDULE OF RATES
GAIL/PA17/20073294/8000013185/SK [E-TENDER: 8000013185]

Preamble to Schedule of Rates (SOR)

SI Description : Remarks
No.
1 BID PRICES : The bidder shall e-quote Bid Prices on the
appropriate format for “Price Schedule” enclosed as
part of Bid Document.

2 BID CURRENCY: : BID CURRENCY:

i. Indian Bidders may submit bid in Indian


Rupees or in any foreign currency and receive
payment in such currency.

ii. Foreign bidders may submit bid in the home


currency of bidder’s country or US$/EURO.

iii. Currency once quoted will not be allowed to be


changed. GAIL shall not be compensating for
any exchange rate fluctuation

3 NOTE : For Evaluation And Comparison of Bids Refer


Section-II of Tender Document

Please refer SRM attachment for details

To be submitted by bidder as an SRM attachment

SCHEDULE OF RATES IN EXCEL FORMAT ATTACHED SEPARATELY


(Refer STEP 3 Notes & Attachments on E-tender Portal
https://etender.gail.co.in )

You might also like