You are on page 1of 10

गेल (इं डिया) डलडिटे ि

(भारत सरकार का उपक्रि)


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

SECTION-I

SCOPE OF WORK
[SOW]
&
SPECIAL CONDITIONS OF CONTRACT
[SCC]

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 1 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________

SUB: ANNUAL RATE CONTRACT FOR HIRING ENVIRONMENTAL SERVICES FOR


GAIL (INDIA) LTD, HAZIRA

SPECIAL CONDITIONS OF CONTRACT & SCOPE OF WORK

A. SPECIAL CONDITION OF CONTRACT

1. GENERAL INFORMATION

a) The Special Conditions of Contract (SCC) shall be read in conjunction with the General Conditions Contract
(GCC), Schedule of Rates (SOR), Scope of Work (SOW), and any other document forming part of the contract,
wherever the context so requires. The same is enclosed along with the Tender Documents.
b) Notwithstanding the sub-division of the document into these separate sections and volumes, every part of each shall
be deemed to be supplementary of every other part and shall be read with and into the contract so far as it may be
practicable to do so.
c) Where any portion of the general condition of the contract is repugnant to or at variance with any provisions of the
special condition of the contract, then unless a different intention appears, the provision(s) of the special condition
of the contract shall be deemed to override the provision(s) of general condition of contract only to extent that such
repugnancies of variations in the special condition of contract as are not possible of being reconciled with the
provisions of general condition of contract.
d) The intending bidders should be deemed to have visited the site and familiarized themselves thoroughly with the
site condition before submitting their bid. Non familiarity with the site condition will not be considered a reason
either for extra claim or for not carrying out work.

2. NAME OF WORK:
“Annual Rate Contract for Hiring Agency for providing Environmental Services at GAIL (India) Limited, Hazira

3. LOCATION OF SITE:
GAIL Hazira Compressor Station is located at Surat, Icchapur – Magdalla Road, about 20 KM away from
Surat Railway station in Gujarat State.

4. CONTRACT PERIOD:
The duration of the Contract is 36 months to be reckoned from the 15th day of the issue of LOA/FOA. Contract period
shall be for three years and can be terminated at any point of time without assigning reason, in case performance of work
is not found up to the expectation of Engineer in Charge.

5. ENGINEER – IN – CHARGE:
Mr. Sujoy Chatterjee, SM (F&S) shall be EIC for the job.

6. PAYMENT TERMS AND CONDITONS:


a) Anjani Portal E-Billing system: 100% payment shall be made for the completed portion of the works in the
monthly bill within 15 days of the certification of EIC. Bill has to be forwarded through E- Measurement Book,
Memorandum of Payment & Abstract of cost for which access shall be provided to the successful Bidder. Bill has
to be processed through E- Measurement & E-Billing system (Anjani & VIM).
b) All payment will be made by e-payment only from GAIL Hazira Office and same shall be released within 15 days
from the date of certification by EIC. The payment made shall be required to be acknowledged by proper money
receipt by the contractor.
c) GAIL shall be entitled to deduct income tax/work contract tax or any other applicable tax at source from the
payment made to the contractor against the running bills in accordance with the relevant Indian Income Tax Laws
or any other law as applicable from time to time. Necessary certificate of deduction of Income tax/Work contract
tax shall be furnished by GAIL to the contractor as per provision of the said act. The party is required to provide
PAN number etc. for the purpose of the compliance to the provisions of income tax and rules.

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 2 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________

7. MOBILISATION ADVANCE:
No mobilization advance will be paid to the contractor.

8. GENERAL CONDITIONS OF CONTRACT (GCC) :


The detailed GCC is attached with the tender.

9. ADVANCE PAYMENT:
No advance payment is permissible.

10. PRICE REDUCTION SCHEDULE:


Time is the essence of the contract, in case the contractor fails to complete the work within the stipulated period, then,
unless such failure is due to owner’s default, the contractor shall pay to the owner, by way of compensation for delay and
not as penalty, a sum at the rate of 1/2% (half percent) of the value of the contract for delay per week or part-thereof
subject to a maximum of 5% of the value of the contract. The parties agree that this is a genuine pre-estimate of the
loss/damage which will be suffered on account of delay/breach on the part of the contractor and the said amount will be
payable on demand without there being any proof of the actual loss or damages caused by such delay/breach. The
decision of the Engineer-In-charge in regard to applicability of compensation for delay shall be final and binding on the
contractor. Detail is as per clause no.2.22 of GCC.

11. SUPERVISION OF WORK:


Contractor or his authorized representative shall supervise the work, during the progress of the work and will be fully
responsible for proper execution work and safety of the workers.

12. SITE CLEANING:


The contractor shall take care for cleaning the working site from time to time for easy access to work site and also from
safety point of view. Working site should be always kept clean upped the entire satisfaction of EIC. Before handing over
any work to owner the contractor in addition to other formalities to be observed as detailed in document shall clear the
site to the satisfaction of EIC. In case the contractor fails to clean the site, GAIL shall have the right to clear the same at
the cost of the contractor including 30% supervision charges of GAIL.

13. ADHERENCE TO SAFETY REGULATIONS:


The contractor shall ensure that all safety instructions /regulations required to be observed at all times during the
execution of the job are followed by his supervisors and workers.

14. CARE OF WORK:


From the commencement to completion of the work, the contractor shall take full responsibility for the care for all works
including all temporary works and in case of damages, loss or injury, the total responsibility will lie upon the contractor.

15. COMPLIANCE OF INSTRUCTIONS:


Whenever the contractor fails to comply with the instructions of the Engineer-in-charge it shall be lawful for Engineer-
in-charge to have work done through other contractor or departmentally by giving 7 days’ notice to the contractor. In
case contractor fails to execute specified job in the time limit specified, GAIL reserves the right to execute such job
through other agency at the risk and cost of the contractor and excess amount incurred by GAIL will be recovered from
the payment of the contractor for such failure including 30% supervision charges of GAIL.

16. QUANTITIES
The quantities mentioned in the Schedule of Rates (SOR) may vary as per actual site conditions and shall be executed as
per the instructions of the Engineer-in-Charge. GAIL reserves the right to revise/amend/add any conditions/clauses and
other terms for speedy and timely execution of job by issuing the orders.

17. SCHEDULE OF RATES (SOR):

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 3 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
The schedule of rates (SOR) shall be read in conjunction with SCC, GCC, Scope of work, the quantities indicated in the
SOR for various items are only approximate/ indicative, and are subject to variation in both ways. The contractor shall
not seek any revision in the price quoted on account of any such variation in the quantity.
NOTE: Bidders are required to quote against all SOR items failing which submitted bid (commercial bid
containing price schedule) of the bidder shall not be considered for evaluation. Order shall be placed on the
overall lowest bidder (technically accepted) considering all SOR items.

18. EXTRA ITEMS:


In case any item is not covered in the tender SOR, then the payment for the same shall be made as per the following.
a) If the item is not covered in SOR but there is a similar item in SOR then rate will be derived from a similar item of
SOR.
b) If the item is not covered in SOR and rate cannot be derived from a similar item of SOR also then rate analysis will
be made on the basis of prevailing market rates plus 10% for contractor’s profit and overheads.

19. ABNORMALLY HIGH UNIT RATES (AHR ITEMS):


In items rate contract where the quoted rates for the items executed 50% of the owners/ estimated rates, such items will
be considered as abnormally high rates items and payment of AHR items beyond the SOR stipulated quantities shall be
made at the least of the following rates:
I. Rates as per SOR, quoted by the contractor.
II. Rate of the item, which shall be derived as follows:

II (A) Based on rates of machine and labor as available from the contract (Which includes contractor’s supervision,
profit, overheads and other expenses).
II(B) In case rates are not available in the contract, rates will be calculated based on prevailing market rates of machine,
material and labor plus 10% to cover contractor’s supervision profit, overheads & other expenses.

20. STATUTORY COMPLIANCE WITH LABOUR/INDUSTRIAL LAW:


It shall be the sole liability of the contractor (including the Contracting firm/company) to obtain and to abide by all
necessary licenses/permissions from the concerned authorities as provided under the various Labour Legislations
including labour license obtained as per the provisions of the Contractor Labour (Regulation & Abolition) Act, 1970.

21. LICENSING OF CONTRACTORS:


a) Chapter 1 and Section 1 (4) (b) of the Contract Labour (R&A) Act - 1970 provides that the Act shall be applicable
to every contractor who engages or engaged twenty or more persons on any day of the proceeding twelve months.
It is therefore advised that in case you desire to engage twenty or more workmen, this should be brought to the
notice of your Engineer-In-charge of Work Center who would in turn, issue necessary certificate in form V to the
effect that the applicant has been employed by you as a contractor in relation to his establishment and that he
undertakes to be bound by all the provisions of the Act and the rules made there under.
b) The Contractor shall discharge obligations as provided under various applicable statutory enactments including the
Employees Provident Fund & Miscellaneous provisions Act, 1952. The Employees State Insurance (ESI) Act
1948. The Inter-State Migrant Workmen (Regulation of Employment & Conditions of Service) Act, 1979, the
Minimum Wages Act, 1936, the Workmen’s Compensation Act, 1923 Building Construction Works and other
relevant Acts, Rules and Regulations enforced from time to time.
The Successful Bidder must have valid PF Code No. and Labour Licence as applicable, issued by the Competent
Authority.
The Successful Bidder has to comply with Insurance Provisions for the personnel deployed at the time of
commencement of work.
The successful Bidder must have PF/ ESIC Code before commencement of work.
c) The Contractor shall be responsible for required contributions towards PF, Pension, ESI, or any other statutory
payments to be made in respect of the contract and the personnel employed for rendering service to GAIL and
shall deposit these amounts on or before the prescribed dates. Every contract shall submit the proof of depositing
the employees’ and employer’s contributions. The contractor shall also be responsible to pay any
administrative/inspection charge thereof, wherever applicable, in respect of the personnel employed by him for the
work of GAIL.

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 4 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
d) The contractor shall regularly submit all relevant records/documents to GAIL representative for verification &
upon such satisfaction only; GAIL will allow reimbursement of the amounts paid to its employer.
e) The Contractor shall be solely responsible for 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 changes, dues, claims etc. arising out of the disputes relating to the dues and employment of personnel
deployed by him. Bills preferred by the successful bidder must carry the proof of Payment of Wages, Copy of the
PF/Insurance Challan, Copy of the Attendance Register and other registers, as per the prescribed format which are
as given below :-
Section 21(3) also provides “that it shall be the duty of the contractor to ensure the disbursement of wages in the
presence of the authorized representative of the Principal Employer”

The Rules 72 & 73 of the Contract Labour R&A) Central Rules - 1971 which provide the manner in which wage is
to be disbursed to the contract labour are reproduced below:

a) Muster Roll Form XVI


b) Register of Wages Form XVII
c) Wages/Muster Roll Form XVIII
d) Register of deduction Form XX
e) Register of Fines Form XXI
f) Register of Advance Form XXII
g) Register of Overtime Form XXIII

f) 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.
g) The contractor shall ensure regular and effective supervision and control of the personnel deployed by him and
gives suitable direction for under taking the contractual obligations.
h) No worker of contractor is allowed to consume alcohol or narcotics.
i) No person below 18 years of age will be deployed by the contractor.
j) The contractor will be required to submit an indemnity bond on a non-judicial stamp paper duly notarized
indemnifying GAIL against all consequences which may arise out of any case filed by any
worker/labors/vendors/sub-contractor/partners who may have been engaged by the contractor directly or indirectly
with or without consent of GAIL for above works, which may be pending before any court of law including non-
judicial authority, competent authority, labor court arbitrator, tribunal etc. At the time of completion of the said
contract on a prescribed pro forma given by GAIL.
k) In case of the contractor intends to engage any labor other than Gujarat appropriate permission should be sought
from the management and concerned Government authority for the same to initiate necessary action under the
interstate migrant Act.

22. CERTIFICATIONS & EXPERIENCE:


Contractor’s Laboratory shall be certified by GPCB/SPCB (State Pollution Control Board) / NABL/ MoEF and CC
accredited/recognized to provide wide range of services like testing of Air, Water, Soil, Oil, Solid Waste etc.
(Certificate of above shall be submitted with offer, non-submission of said certificate shall be dealt as disqualified.
). Experienced bidder (The bidder having experience of carrying out Environment & Water Monitoring in Govt. Dept./
PSUs/ Pvt. Companies in Petrochemical Plant/ Fertilizer Plant / Gas processing Plant / Power Plant / Oil & Gas
Platforms / Oil & Gas pipeline transmission system / Refinery Industries) may be preferred. Experience bidder may
submit the documents along with the bid such as Copy of Work Order(s) containing SOR, SOW, and SCC etc.
Completion certificate (s) in support of the submitted W.O. of having mention of work order no. / Value / Period
of job / Completed value etc. to be submitted.

B. SCOPE OF WORK:

The scope of work shall include but not limited to the following:

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 5 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
The environmental quality monitoring for Gas compressor station of GAIL (India) Limited, Hazira is to be carried out so
as to fulfill the statutory requirements of Gujarat Pollution Control Board as per consent order under the provision of
Water Act, 1974, Air Act 1981 and Environment Protection Act, 1986 and rules thereunder as well as other act and rules
as applicable on date.

Following are the broad areas for monitoring & work:


1. Stack Monitoring
2. Ambient Air Quality Monitoring
3. Water Analysis (Drinking Water & Service Water)
4. Noise Monitoring
5. Miscellaneous Services for submission of Yearly Statement & Returns, reply query from GPCB Notice, renewal
of Consent etc.

The detail scope of work is for each item mentioned in SOR section is described below:

1. STACK MONITORING

Stack Emission Monitoring is to be carried out as per the schedule of GAIL, subject to minimum two samples in every
month from the following location:

Number of stacks & Frequency


SN Stack Number of Sample Frequency
1 Gas Turbine Compressor
01*
GTC (GREP-Train- A & B) = 02 Nos
2 Gas Turbine Compressor
01*
GTC (A, B, C, D, E, F, G, H, I & J) = 10 Nos Two samples
3 Gas Turbine Generator in every month
01**
GTG (A & B) = 02 Nos
4 Diesel Engine Generator/ DEG (250 KVA, & 1.35 MW)
01**
= 02 Nos
5 Water bathed Gas Heater
01**
(Gas Heater =01 Nos)
6 Diesel Driven Fire Water Pump
01
* Two samples from stacks of running GTC Sr. No. 1 & 2.
** Two samples from stacks of GTG/DEG/Gas Heater Sr. No. 3, 4, 5 & 6 and quantities of samples may vary.

Parameters to be measured
SN Parameter Unit
1. Particulate Matter (PM) mg/Nm3
2. Sulphur Di Oxide (SO2) ppm, mg/Nm3
3. Oxides of Nitrogen (NOx) ppm, mg/Nm3
4. Carbon Mono Oxide (CO) mg/Nm3
5. Hydrocarbon (HC) mg/Nm3
6. O2* %
7. CO2* %
Note- The parameters may not be limited to the above mentioned and can be revised, if any, according to new
guidelines/direction is received by any statutory authority during the contract period. No extra payment shall
be made by GAIL in case any new parameters are imposed by any authority for measurements.
*O2 and CO2 in flue gas are to be measured in % and submitted as per format given below.

Standard to be followed: as per Latest MoEF, CPCB, GPCB and other statutory Guidelines (also as per “Stack
Monitoring – Material and Methodology for Isokinetic Sampling” published by CPCB. Also as per IS 11255, IS 5182.

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 6 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
The report shall also mention stack height, stack diameter, fuel consumption rate, type of fuel used, Stack Gas
Velocity Pressure, Stack temperature, Static pressure, Velocity of stack gas, Volumetric Flow Rate/ Discharge, Flow at
nozzle (LPM), Vacuum Pressure Drop. The report shall also mention the detail of methodology followed in analysis.

The following analysis of stack also to be given separately as per below format:
SN Parameter Unit
1. Sulphur Di Oxide (SO2) %
2. Oxides of Nitrogen (NOx) %
3. Carbon Mono Oxide (CO) %
4. Hydrocarbon (HC) %
5. O2 %
6. CO2 %
Note- The parameters may not be limited to the above mentioned and can be revised, if any, according to new
guidelines/direction is received by any statutory authority during the contract period. No extra payment shall
be made by GAIL in case any new parameters are imposed by any authority for measurements.

2. AMBIENT AIR MONITORING


Ambient air quality survey is to be carried out at a distance of 100 meters from the stack, in windward direction in the
following stations:

Location & Frequency of Ambient Air Monitoring


SN Location No of Sample Frequency
1. Main Gate 01
2. Near Helipad Area 01 Monthly
3. Near Control Room 01

Ambient air quality sampling is to be done and following parameters are to be measured:
SN Parameter Unit
1. SPM (Suspended Particulate matter) µg/m3
2. RSPM/PM10 (Respirable Suspended Particulate matter) µg/m3
3. Oxides of Sulphur (SOx) µg/m3
4. Oxides of Nitrogen (NOx) µg/m3
5. Carbon Mono Oxide (CO) µg/m3
6. Hydrocarbon (HC) µg/m3
7. PM 2.5 µg/m3
Note- The parameters may not be limited to the above mentioned and can be revised, if any, according to new
guidelines/direction is received by any statutory authority during the contract period. No extra payment shall
be made by GAIL in case any new parameters are imposed by any authority for measurements.

3. WATER ANALYSIS
Location & Frequency of water Analysis

SN Sample type/Location No of Sample Frequency


1. Drinking Water (Canteen, Control Room, 03 Monthly
C&P Store, Reservoir, after water treatment
plant, colony etc.)

Bacteriological analysis with opinion for portability for following parameters:


(i) Most Probable Number (MPN) of organism present per 100 ml of sample.
(ii) Number of faecal coli form
(iii) Total Bacterial Count (Colonies/ ml on N Agar at 37 deg C for 24 hours in standard plate count)

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 7 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
For water sample, chemical analysis is to be done for following parameters:
SN Parameter Unit
1. pH -
2. Color Hz Unit
3. Odour -
4. TDS mg/lit
5. Suspended Solids mg/lit
6. Total hardness mg/lit
7. Calcium as Ca mg/lit
8. Sulphate as SO4 mg/lit
9. Magnesium as Mg mg/lit
10. Chlorides as Cl mg/lit
11. Nitrate as NO3 mg/lit
12. Fluoride’s mg/lit
13. Alkalinity mg/lit
14. Free Chlorine mg/lit
Note- The parameters may not be limited to the above mentioned and can be revised, if any, according to new
guidelines/direction is received by any statutory authority during the contract period. No extra payment shall
be made by GAIL in case any new parameters are imposed by any authority for measurements.

The parameter shall be measured and tested in accordance with the relevant IS as prescribed by the statutory
authorities. All parameters as per latest IS: 10500 for drinking water. Service water are excluded from MPN, faecal
coliform and total bacterial count.

4. NOISE LEVEL MONITORING


The noise is to be monitored at 20 locations in the plant premises during day and night in a period of 24 hours. Noise
monitoring of 10 locations is to be done alternately at an interval of 02 months (i.e. frequency- total six times in a year
and no of samples- 60 in a year).

The results of noise level monitoring should contain the following details:
Date Time Leq(dBA) Avg. leq (Night)

Note: Leq- Equivalent Noise level in dBA

The noise level is to be measured by digital sound level meter having resolution of 0.1 dB. The instrument must have
been calibrated by a reputed agency and also it should have an internal calibration system. Calibration report to be
submitted to EIC.

Location & Frequency


SN Location Group -A No of Sample Frequency
1. Gas Turbine Compressor (Train A & B) 1 Once in a Four month
2. Gas Turbine Compressor (GTC A TO J) 1 Once in a Four month
3. Gas Turbine Generator (GTG A & B) 1 Once in a Four month
4. Diesel Engine Generator DG (250 KVA) 1 Once in a Four month
5. Gas After Coolers (Train A & B) 1 Once in a Four month
6. Gas After Coolers (GTG A & B) 1 Once in a Four month
7. Lube Oil Coolers (Train) 1 Once in a Four month
8. Control Room Building 1 Once in a Four month
9. MCR Building 1 Once in a Four month
10. HVAC, MCR/ Technical Building 1 Once in a Four month

Location Group B No of Sample Frequency

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 8 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
1. Diesel Engine Generator DG(1.35 MW) 1 Once in a Four month
2. Gas After Coolers (GTC A TO J) 1 Once in a Four month
3. Lube Oil Coolers ( GTG) 1 Once in a Four month
4. Instrument Air Compressor 1 Once in a Four month
5. Technical Building 1 Once in a Four month
6. HVAC, Control Room 1 Once in a Four month
7. Fire Water Pump House 1 Once in a Four month
8. HVAC , Technical Building 1 Once in a Four month
9. Meter Prover Shed 1 Once in a Four month
10. Helipad Area/ P/L shed 1 Once in a Four month

Note: Noise Monitoring of Group-A and Group-B is to be done alternately at the interval of 2 months.

5. Miscellaneous Services for submission of Yearly Statement /Returns/reply to query /notice from GPCB & Env.
Related Statutory regulations etc.

Reply to the Queries/Notices raised by GPCB & Env. Related Statutory regulations etc. against submitted data like
environment Statement, Form–3 or 4, Hazardous Waste and etc. on GPCB XGN portal or GPCB hard Copy at GAIL
Hazira or during site visit by GPCB officials.

Note: Invoice for Line Item No. 5 shall be raised on yearly basis. After completion of work.

C. SPECIFIC INSTRUCTION TO CARRYOUT JOB:


1. Ambient air quality, Stack monitoring, water Analysis, Noise monitoring schedule may be revised as per requirements
of GPCB/ Central Government authorities / GAIL.
2. All instruments, laboratory wares, consumables and chemicals and requisite manpower etc. are required for carrying
out ambient air monitoring, stack monitoring, water analysis and Noise Monitoring is to be deployed by the contractor
at his own cost. The lodging, boarding and the transportation of manpower and equipment shall be bear by the
contractor.
3. Power supply shall be made available to the contractor within 100 meters of the proposed locations. Necessary
cable/extension board and connections shall be arranged by contractor at his own cost.
4. Sampling & analysis method for all the parameters shall be as per the method stipulated by Gujarat Pollution Control
Board and / or Central Pollution Control Board.
5. Report must include sampling & analysis methodology followed for each type of activity/analysis.
6. Report must include also the permissible limit / standard values given by GPCB or other applicable standards.
7. The prospective Bidder must bear in mind that the GAIL Hazira is a Hydrocarbon industry and all work has to be
carried out under the Safety Work Permit System.
8. All required instruments / motors should be intrinsically safe / flameproof.
9. All Personal Protective Equipment’s like Cotton Clothes, Helmet, Safety Shoes, Gloves etc. and personal insurance are
Bidder’s responsibility and are compulsory.
10. The Bidder shall submit the Organization Chart and details of the team they propose to deploy at GAIL, Hazira along
with the bid document.
11. In case any other stipulations from regulatory authority (in form of additional parameters, forms, works, etc.) related to
the Environmental Monitoring are imposed during the execution of the work, the same shall be carried out by the party
without any additional charges.
12. The subject works shall be carried out by personnel who are experts in this field and as per guidelines. The party must
submit the Bio Data of the persons who will be associated with the study, either directly or indirectly. In addition, the
party must furnish the name of the persons who will visit the site and carry out the study.

13. Proof of calibration of the measuring instruments shall be submitted to EIC in the following format:
Parameter Instrument Method of calibration Frequency Last date of

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 9 of 10
गेल (इं डिया) डलडिटे ि
(भारत सरकार का उपक्रि)
GAIL (India) Limited
(A Government of India Undertaking)
___________________________________________________________________________________________________________________
Used Internal/External Calibration
14. In case of any dispute during work/job execution the decision of Engineer-In-Charge will be final binding on you.
15. Vendor/contractor has to arrange their own stationery and other items required to your team members to execute day
today activities for the work awarded to vendor contractor.
16. Each member of your team must wear PPEs in the factory premises during visit.
17. It will be your responsibility to arrange entry gate pass from Security however necessary coordination will be done by
engineer-in-charge or his representative
18. The monitoring team is required to discuss all observation with engineer-in-charge for collected samples.
Note
1. The Tenderer shall be deemed to have studied the drawings, specifications and details of work to be done with time
schedule and to have acquainted him of the condition prevailing at site.
2. Apart from above fees, no other fee/ payment towards expenses is payable by GAIL, whatsoever it may be. So Bidders
shall include all their expenses i.e. Transportation, Lodging & Boarding expenses etc. for their team members in the
SOR.
3. The Contract is for a period of three years..

REF. NO. GAIL/___/___/___/___ /______


SUB: ARC FOR HIRING ENVIRONMENTAL SERVICES FOR GAIL (INDIA) LTD, HAZIRA Page 10 of 10

You might also like