You are on page 1of 335

EPCM Consultancy Services for 500 KTA PDH-PP Project

ENQUIRY DOCUMENT - MR

(Document No : B378-000-YC-MR-2351-238-RFQ)

Page 1 of 335
Click on the Document Title to go to that section of the document

Table of Contents
Document Number Rev. Document Title Page
Number
B378-000-YC-MR- 0 ENQUIRY DOCUMENT - MR 3
2351-238-RFQ
B378-000-YC-MR- A Special Control Valves-Mixed 234
2351
B378-000-16-51- 0 VENDOR DATA REQUIREMENT 238
VDR-2351
B378-000-16-51-SIV- A SPECIAL INSTRUCTION TO VENDOR 241
2351
B378-000-YC-TQS- A TECHNICAL QUESTIONAIRE 250
2351
B378-000-16-51-ID- A DATASHEET INDEX WITH DATASHEETS 251
2351
B378-000-16-51- A Schematic for Control Valve with volume bottle 262
SK2351
B378-000-16-51-CF- A COMPLIANCE FORMAT 263
2351
6-52-0031 5 Standard specification for control valves. 265
6-81-2031 4 ITP for control valves. 290
6-78-0001 2 Specification For Quality Management System Requirements 297
From Bidders
6-78-0003 2 Specification for Documentation Requirement from Suppliers 304
B378-000-16-51-OD- 0 JOB SPECIFICATION FOR NON DESTRUCTIVE EXAMINATION 315
0016 REQUIREMENTS OF PIPING

Page 2 of 335
GAIL (INDIA) LIMITED
BIDDING DOCUMENT NO. DC/B378-000-YC-MR-2351/238
(OPEN DOMESTIC COMPETITIVE BIDDING)

BIDDING DOCUMENT

FOR

SPECIAL CONTROL VALVES-MIXED

FOR

SETTING UP 500 KTA PDH–PP UNIT AT USAR ALONG WITH PROPANE STORAGE AT URAN
AND ASSOCIATED PIPELINE

(Tender ID: 2023_GAIL_153808_1)

(COMMERCIAL & TECHNICAL)

Prepared & Issued by:

Page 3 of 335
SECTION-I

INVITATION FOR BID (IFB)

Page 4 of 335
------------------------------------------------------------------------------------------------------------------------------------------

SECTION-I
"INVITATION FOR BID (IFB)”

Ref No: DC/B378-000-YC-MR-2351/238 Date: 25-05-2023

To,

[PROSPECTIVE BIDDERS]

SUB: TENDER DOCUMENT FOR SPECIAL CONTROL VALVES-MIXED UNDER OPEN


DOMESTIC COMPETITIVE BIDDING BASIS
Dear Sir/Madam,

1.0 GAIL (India) Limited, [having Registered Office at ‘GAIL Bhawan’, 16, Bhikaiji Cama
Place, R.K. Puram, New Delhi, India CIN L40200DL1984GOI018976] the largest state-
owned natural gas processing and distribution company) and a Maharatna, invites bids from
bidders for the subject supply/job, in complete accordance with the following details and
enclosed Tender Documents.

2.0 The brief details of the tender are as under:

Bidder’s scope of work and supply shall comprise of Design, engineering,


manufacturing, procurement of materials and bought out components, assembly
at shop, testing, conducting inspection at manufacturer works, supply and site
support during warranty of butterfly type control valves, as per details below:
Item Size and
Item Description No. of Tags
No Rating

101-HV-11602 (Control Valve,


1. 64”/ 300# 1
Butterfly Type)
SCOPE OF
101-PV-11201 (Control Valve,
(A) SUPPLY 2. 42”/ 300# 1
/PROCUREMENT Butterfly Type)

101-TV-11112 (Control Valve,


3. 60”/ 300# 1
Butterfly Type)

Bidder can quote for one or more items and evaluation shall be carried out tag
wise.

For complete details, refer bid document.

Page 5 of 335
------------------------------------------------------------------------------------------------------------------------------------------
TENDER NO. & E-TENDER NO: 2023_GAIL_153808_1
(B)
DATE

TYPE OF SINGLE BID SYSTEM


(C) BIDDING
SYSTEM TWO BID SYSTEM

Supply:
CONTRACTUAL 10 (Ten) Months on FOT Dispatch Point Basis from the date of Fax of
(D)
DELIVERY DATE Acceptance (FOA). The date of LR shall be considered as date of delivery.

APPLICABLE

NOT APPLICABLE

EMD
Item No.
BID SECURITY /
EARNEST 1.0001 INR 5,58,000.00
(E) MONEY 1.0002 INR 4,18,600.00
DEPOSIT (EMD)
1.0003 INR 5,58,000.00

Note: Bidder(s) can quote for either one item or any combination of items.
In case bidder quotes for more than one item, bidder is required to submit
the EMD on cumulative basis for the items quoted.

(Refer clause no.16 of ITB & BDS for details)


DECLARATION MSEs, Start-Ups and CPSEs (to whom exemption is allowed as per extant
(E1) FOR BID guidelines in vogue) are required to submit Declaration for Bid Security
SECURITY as per proforma at Form F-2A.
From 25-05-2023 to 21-06-2023 (14:00 hrs IST) on following websites:
(i) GAIL’s Tender Website – www.gailtenders.in
(ii) Govt. CPP Portal - https://eprocure.gov.in
AVAILABILITY
(iii) Govt. e-Procurement System of National Informatics Center
OF TENDER
(F) (GePNIC) portal [e-tender portal]
DOCUMENT ON
https://etenders.gov.in/eprocure/app
WEBSITE(S)
[in case of e-Tendering]
(iv) Government E-Market (Gem) Portal
(v) EIL Tender portal - https://tenders.eil.co.in/newtenders/
DATE, TIME & Date : 01-06-2023
Time : 1000 HRS (IST)
(G) VENUE OF PRE-
BID MEETING Venue : Through Webex below link :

Page 6 of 335
------------------------------------------------------------------------------------------------------------------------------------------
https://eil1.webex.com/eil1/j.php?MTID=md543961ff4f9f988fcb551665eac45
28
Meeting number: 2657 882 9261
Password: kxTjfmj9g53

BID DUE DATE


Date : 21-06-2023
(H) AND TIME (ON Time : 1400 Hrs, IST
OR BEFORE)
DATE, & TIME
Date : 22-06-2023
(I) OF UN-PRICED Time : 1400 Hrs, IST
BID OPENING
CONTACT Name : Mr. CHINMOY KAPURIA/ Mr. D.CHATTERJEE
DETAILS OF Designation: CGM (SCM-C&P) / GM (SCM-C&P)
(J) TENDER Phone No. & Extn :0124-289-1281 / 1339/ 1351
DEALING email:c.kapuria@eil.co.in/d.chatterjee@eil.co.in/rahul.jain@eil.co.in
OFFICER /jaydeep.jesur@eil.co.in
DEALING GAIL’S
(K) OFFICE GAIL Bhawan, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi-110066
ADDRESS
In case the days specified above happens to be a holiday in GAIL, the next working day shall be
implied.
3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB (Section-III). The IFB is
an integral and inseparable part of the Tender Document.
4.0 Bid must be submitted only on https://etenders.gov.in/eprocure/app. Further, The following
documents in addition to uploading in the bid on GAIL’s e-Portal 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-Portal by the bidder along with e-bid within the Bid Due Date &
Time, to the address mentioned in Bidding Data Sheet (BDS) [Annexure-IV to Section-III]:-
i) EMD/Bid Security / Declaration for Bid Security (as applicable)
ii) Power of Attorney
iii) Integrity Pact
iv) Line of credit (if applicable)
5.0 Bidder(s) are advised to submit their bid strictly as per terms and conditions of the Tender
Documents and not to stipulate any deviations/exceptions.
6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against this Tender
Document, may download the complete Tender Document along with its amendment(s) if any
from websites as mentioned at 2.0 (F) of IFB and submit their Bid complete in all respect as per
terms & conditions of Tender Document on or before the Bid Due Date & Time.
7.0 Bid(s) received from bidders to whom tender/information regarding this Tender Document has
been issued as well as offers received from the bidder(s) by downloading Tender Document from
above mentioned website(s) shall be taken into consideration for evaluation & award provided
that the Bid is found responsive subject to provisions contained in Clause No. 2 of ITB (Section-
III).

Page 7 of 335
------------------------------------------------------------------------------------------------------------------------------------------
The Tender Document calls for offers on single point “Sole Bidder” responsibility basis (except
where Consortium bid is allowed pursuant to clause no. 3.0 of ITB) and in total compliance of
Scope of Supply /Specification(s) as specified in Tender Document.

8.0 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.
9.0 All the bidders including those who are not willing to submit their bid, are required to submit F-
6 (Acknowledgement cum Consent letter) duly filled within 7 days from the date of receipt of
tender information.

10.0 Registration of supplier on Government e-Marketplace (GeM):

Government of India has introduced an online procurement portal – ‘Government e-Marketplace


(GeM)’ with the aim to transform the way in which public procurement of goods and services is
done by the Government Ministries/Departments, PSUs, autonomous bodies etc. GeM aims to
11.0
enhance transparency, efficiency and speed in public procurement.
GAIL (India) Ltd. is already registered on GeM as Buyer and have started procurement through
GeM.
(i) Sellers providing Goods and Services are required to register on GeM and obtain a unique
GeM Seller ID, and provide the Seller ID in bid or before placement of Purchase order/
Letter of Acceptance.
(ii) Seller ID is to be incorporated in every Purchase Order/ Letter of Acceptance issued by
GAIL.
12.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the Tender
Document.

13.0 The complete PO/LOA along with all annexures including tender document shall be shared through
order/contract transmittal system after intimation through email. Supplier/Contractor is requested to
visit https://gailonline.com/home.html and click on link order/contract transmittal system (It can be
found under Vendor Zone (Portal for Suppliers))
or https://gailebank.gail.co.in/ GOGA_AUDIT/frmUserLogin.aspx.

This is not an Order.


For & on behalf of
GAIL (India) Limited

(Authorized Signatory)
Name : Mr. CHINMOY KAPURIA
Designation : CGM (SCM-C&P)

Engineers India Limited


Gurugram (Haryana)
E-mail ID : c.kapuria@eil.co.in
Contact No. : 0124-289-1281

Page 8 of 335
------------------------------------------------------------------------------------------------------------------------------------------

CUT-OUT SLIP

DO NOT OPEN - THIS IS A QUOTATION

Bid Document No. : DC/B378-000-YC-MR-2351/238

Description : SPECIAL CONTROL VALVES-MIXED

Bid Due Date& Time : As per IFB.

From: To:

…………………………………… CGM (SCM-C&P),

…………………………………… Engineers India Limited, Tower-1,

1st Floor,Sector-16, Gurugram

Haryana – 122001

Attn: Mr. Chinmoy Kapuria

Tel : +91(0)-124-2891281/1339/1374

(To be pasted on the envelope containing Physical documents)

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

Page 9 of 335
------------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION
CRITERIA & EVALUATION
METHODOLOGY

Page 10 of 335
------------------------------------------------------------------------------------------------------------------------------------------

SECTION-II

BID EVALUATION CRITERIA (BEC) & EVALUATION METHODOLOGY

A. Technical Criteria

1.0 Deleted

2.0 BIDDER QUALIFICATION CRITERIA:

2.1 Bidder shall be manufacturer of Control Valves- Butterfly type.

2.2 For item No 1, 2 & 3 of MR, bidder shall have executed design, engineering, manufacturing, assembly,
testing at factory and supplied at least one (1) number of offered model/ series of butterfly type control
valve with minimum size of 20” and rating 300#, in any Hydrocarbon industry like refinery, petrochemical,
Onshore gas processing, Offshore, fertilizer or power plant in the last seven (7) years and the same should
have completed a period of minimum six (6) months after commissioning:

2.3 Bids are also acceptable from bidder, who does not meet the criteria as per clause 2.1 above, but submits
the bid on the basis of experience of Foreign based another company (Supporting Company)*, then the
bidder can still be qualified provided:

(i) The supporting company, on its own meet the criteria specified in Clause 2.1 and 2.2 above should
not rely on any other company or through any other arrangement like Technical Collaboration
Agreement.

(ii) As a minimum, the bidder and their Supporting Company shall furnish a Responsibility Scope/
Activity matrix for the job, along with the bid.

* “Supporting Company” as defined in Clause G of Section -II below.

Note: The Supporting Company shall not be on EIL/ GAIL holiday list during bidding (as on final bid due
date).

2.4 A job executed by a bidder for its own plant/ projects shall not be considered as experience for the purpose
of meeting the Bidders Qualification Criteria (BQC) of the enquiry document. However, jobs executed for
Subsidiary/ Fellow subsidiary/ Holding company shall be considered as experience for the purpose of
meeting BQC, subject to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder
towards payments 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.

Page 11 of 335
------------------------------------------------------------------------------------------------------------------------------------------
2.5 Bidders who are quoting on the basis of experience of supporting company, as per clause 2.3 above, shall
furnish authority certificate from the supporting company confirming the following:

a) The supporting company assumes complete responsibility for their involvement with the bidder in all
phases of work.
b) The Valves offered by the bidder shall be fully backed by the guarantee of the supporting company.

2.6 The above clauses shall be read in conjunction.

Note-1: The seven (7) years and six (6) months after commissioning mentioned in clauses 2.2 above shall
be reckoned from the final bid due date.

B. Financial Criteria

1.1 The Average annual financial turnover during immediate preceding 3 financial years as per the
audited annual financial statement of the bidder shall be as under.
Table (a)
Item No. Average Annual Turnover during immediate preceding 3 financial
years

1.0001 INR 1,64,58,400.00


1.0002 INR 1,23,48,200.00
1.0003 INR 1,64,58,400.00

1.2 Net Worth:


Net Worth of the Bidder should be positive as per the audited annual financial statement of immediate
preceding financial year. Net worth shall be calculated as per format (F-10) given in tender.
1.3 Working Capital:
The minimum working capital of the bidder as per the audited annual financial statement of immediate
preceding financial year shall be as under.
Table (b)
Item No. Working Capital in immediate preceding financial year

1.0001 INR 32,91,700.00


1.0002 INR 24,69,700.00
1.0003 INR 32,91,700.00

Remarks:
(a) Bidder can quote for any or all item (s) of MR.
(b) In case the bidder intends to qualify for any of the item of MR, bidder shall cumulatively meet the
minimum values mentioned in table (a) & table (b) above for respective item (s) of MR for which
bidder intends to qualify.

Page 12 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(c) In case bidder meets the financial criteria individually for the quoted item of MR but does not meet the
same on cumulative basis and such bidder is lowest (L-1) for more than one item of MR, then the award
shall be finalized on least cost combination basis to OWNER.

Notes:
(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 working capital amount mentioned herein above. The line of credit letter from
bank to be submitted strictly as per format at F-9.

(ii) Declaration Letter/Certificate for line of credit due to short fall of working capital shall be from single
bank only. Letters from multiple banks shall not be applicable. However, banking syndicate will also
be acceptable wherein group of banks can jointly provide line of credit to the bidder.

The bank shall be required to issue the letter for declaration /certificate of line of credit on their letter
head along with the contact details of the issuing authority like email id, contact number etc. The
format for Certificate from Bank for Line of Credit is provided as per format at F-9.

The Original document for “Line of Credit” should be submitted along with other physical
documents required as per tender conditions or in response to commercial query, failing which bid
shall be rejected.

(iii) Average Annual Turnover: Preceding 3 financial years mentioned in aforesaid BEC refer to
immediate 3 preceding financial years wherever the closing date of the bid is after 30th Sept. of the
relevant financial year. In case the tenders having the bid closing date up to 30th September of the
relevant financial year and audited financial results of the immediate 3 preceding financial years are
not available, the audited financial results of the 3 years immediately prior to that will be considered.

In case the date of constitution/incorporation of the bidder is less than 3 years old, the average turnover
in respect of the completed financial years after the date of constitution/ incorporation shall be taken
into account for minimum Average Annual Financial Turnover criteria.

(iv) Net Worth/Working Capital: Immediate preceding financial year mentioned in aforesaid BEC refer
to audited financial results for the immediate preceding financial year wherever the bid due date is
after 30th Sept. of the relevant financial year. In case the tenders having the bid due date 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.

Bidder is to submit Audited Financial Statement of immediate preceding financial years (as mentioned
above) along with format F-10 accordingly for Networth/ Working Capital.

C. Only documents (Purchase Order, Completion certificate, Execution Certificate etc.) which have
been referred/ specified in the bid shall be considered in reply to queries during evaluation of Bids.
After submission of bid, only related shortfall documents will be asked for in TQ/CQ and considered
for evaluation. For example, if the bidder has submitted a contract without its completion/
performance certificate, the certificate will be asked for and considered. However, no new reference/
PO/WO/LOA is to be submitted by bidder in response to TQ/CQ so as to qualify and such documents
will not be considered by GAIL for evaluation of Bid.

10

Page 13 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Any shortfall information / documents on the Audited Annual Report / Financial Statement of the
Bidder and/or line of credit for working capital issued on or before the final bid due date can only
be sought against Commercial queries (CQs). Any information/ documents issued post final bid due
date shall not be considered for evaluation.

D. 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), AS AMENDMED
FROM TIME TO TIME

Not Applicable

E. DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC

(i) Technical Criteria of BEC:

Bidder shall duly complete the Experience Record Pro-forma (ERP) enclosed with the RFQ and
submit along with all necessary documents as required to amply prove that bidder and the offered
Valves meet the Bid Qualification Criteria (BQC) as per Clause No. A. 2.0 of this document for
technical acceptance.

(ii) Financial Criteria of BEC:

BEC Description Documents required for qualification


Clause No.

B(1.1) Annual Bidder(s) shall submit copy of Audited Annual Financial Statement [including
Turn-over Auditor‘s Report, Balance Sheets, Profit and Loss Accounts statements, Notes &
schedules etc.] of three (3) preceding Financial Year(s) along with un-price
bid. Bidders to submit Format-F-10 accordingly.
B (1.2) Net Worth Bidder(s) shall submit copy of Audited Annual Financial Statement [including
Auditor‘s Report, Balance Sheets, Profit and Loss Accounts statements, Notes &
schedules etc.] of immediate preceding Financial Year along with un-priced bid.
B (1.3) Working Bidder(s) shall submit copy of Audited Annual Financial Statement [including
Capital Auditor‘s Report, Balance Sheets, Profit and Loss Accounts statements, Notes &
schedules etc.] for the immediate preceding Financial Year along with un-price
bid.
If the bidder‘s working capital is negative or inadequate, the bidder shall submit
a letter from the bidder‘s bank having net worth not less than Rs.100 Crores,
confirming the availability of line of credit for working capital amount mentioned
in Sr. No. B (1.3) above.
The line of credit letter from bank to be submitted strictly as per format at F-9.

Bidder shall furnish the duly filled and signed Check list for submission of documents for qualification for

11

Page 14 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Bid Evaluation Criteria (BEC) as per format F-8 (B).

F. AUTHENTICATION OF DOCUMENTS TO BE SUBMITTED IN SUPPORT OF BEC:

(i) Technical Criteria of BEC:

All documents in support of Technical Criteria of BEC to be furnished by the Bidder shall
necessarily be duly certified/ attested by Chartered Engineer and Notary Public with legible stamp.

(ii) Financial Criteria of BEC:

Bidder shall submit “Details of financial capability of Bidder” in prescribed format (F-10) duly
signed and stamped by a chartered accountant / Certified Public Accountant (CPA).

Further, copy of audited annual financial statements submitted in bid shall be duly certified/
attested by Notary Public with legible stamp.

G. Eligibility criteria in case bid is submitted on the basis of technical experience of FOREIGN
BASED ANOTHER COMPANY (SUPPORTING COMPANY) which holds more than fifty
percent of the paid up share capital of the bidder company or vice versa:

Offers of those bidders (not under consortium arrangement) who themselves do not meet the
technical experience criteria as stipulated in the BEC and are quoting based on the experience of
Foreign based another company (Supporting Company) can also be considered. In such case the
supporting company should hold more than fifty percent of the paid up share capital of the bidding
company or vice versa.

However, the supporting company should on its own meet the technical experience as stipulated
in the BEC and should not rely on any other company or through any other arrangement like
Technical collaboration agreement.

In that case as the bidding company is dependent upon the technical experience of another
company with a view to ensure commitment and involvement of the companies involved for
successful execution of the contract, the participating bidder should enclose the following
Agreements/ Guarantees/ Undertakings along with the techno-commercial bid:

(i) An Agreement (as per format enclosed at Appendix- A1 to Section-II) between the bidder
and the supporting company.

(ii) Guarantee (as per format enclosed at Appendix- A2 to Section-II) by the supporting
company to GAIL for fulfilling the obligation under the Agreement along with certificate
issued by Company Secretary as per Appendix- A2A to Section II.

(iii) Undertaking by Supporting Company to provide a Performance Bank Guarantee (as per
format and instructions enclosed at Appendix- A3 to Section-II), equivalent to 50% of the
value of the PBG which is to be submitted by the bidding company, in case of being the
successful bidder.

12

Page 15 of 335
------------------------------------------------------------------------------------------------------------------------------------------
In cases where foreign based supporting company does not have Permanent Establishment
in India as per Indian Income Tax Act, the bidding company can furnish Performance Bank
Guarantee for an amount which is sum of PBG amount to be submitted by the bidder and
additional PBG amount required to be submitted by the supporting company subject to the
condition that supporting company have 100% paid up equity share capital of the bidder
either directly or through intermediate subsidiaries or vice versa.
In such case bidding company shall furnish an undertaking that their foreign based
supporting company is not having any Permanent Establishment in India in terms of
Income Tax Act of India.

(iv) Undertaking from the supporting company to the effect that in addition to invoking the
PBG submitted by the bidding company, the PBG provided by supporting company shall
be invoked by GAIL due to non-performance of the bidding company.

Notes:
1. In case Supporting Company fails to submit Bank Guarantee as per (iii) above,
EMD/SD submitted by the bidder shall be forfeited.
2. The Financial BEC of tender is to be met by bidder on their own.
3. The Supporting Company shall meet conditions of ‘Eligible Bidder’, as per clause
no.2.0 of Section-III (ITB).
4. The clause related to “Procurement from a bidder which shares a land border with India”
as below shall be applicable to above supporting company also.

H. Apart from above, Bidder must submit all other relevant documents/ information as
specified in the Scope of Work/SCC for Technical Evaluation of bid or specified elsewhere
in the Tender Document, towards proof of its responsiveness.

I. PROCUREMENT FROM A BIDDER WHICH SHARES A LAND BORDER WITH INDIA

1. OM no. 7/10/2021-PPD(1) dated 23.02.2023, Department of Expenditure, Ministry of Finance,


Govt. of India refers. The same are available at website https://doe.gov.in/procurement-policy-
divisions.

2. Any bidder from a country which shares a land border with India will be eligible to bid in this
tender only if the bidder is registered with the Competent Authority. For details of competent
authority refer to Annexure I of Order (Public Procurement no. 4) dated 23.02.2023.

Further, any bidder (including bidder from India) having specified Transfer of Technology
(ToT) arrangement with an entity from a country which shares a land border with India, shall also
require to be registered with the same competent authority.

Further the above will not apply to bidders from those countries (even if sharing a land border
with India) to which the Government of India has extended lines of creditor in which the
Government of India is engaged in development projects. Updated lists of countries to which lines

13

Page 16 of 335
------------------------------------------------------------------------------------------------------------------------------------------
of credit have been extended or in which development projects are undertaken are given in the
website of the Ministry of External Affairs, Govt. of India

3. "Bidder" (including the term 'tenderer', 'consultant' 'vendor' or 'service provider' in certain
contexts) for purpose of this provision means any person or firm or company, including any
member of a consortium or joint venture (that is an association of several persons, or firms or
companies), every artificial juridical person not falling in any of the descriptions of bidders stated
hereinbefore, including any agency, branch or office controlled by such person, participating in a
procurement process.

4. "Bidder from a country which shares a land border with India" for the purpose of this:

a. An entity incorporated, established or registered in such a country; or


b. A subsidiary of an entity incorporated, established or registered in such a country; or
c. An entity substantially controlled through entities incorporated, established or registered
in such a country; or
d. An entity whose beneficial owner is situated in such a country; or
e. An Indian (or other) agent of such an entity; or
f. A natural person who is a citizen of such a country; or
g. A consortium or joint venture where any member of the consortium or joint venture falls
under any of the above

5. "Beneficial owner" for the purpose of above (4) will be as under:

i. In case of a company or Limited Liability Partnership, the beneficial owner is the natural
person(s), who, whether acting alone or together, or through one or more juridical
person(s), has a controlling ownership interest or who exercises control through other
means.
Explanation—

a) "Controlling ownership interest" means ownership of, or entitlement to, more than
twenty-five per cent of shares or capital or profits of the company;
b) "Control" shall include the right to appoint the majority of the directors or to control
the management or policy decisions, including by virtue of their shareholding or
management rights or shareholders agreements or voting agreements;

ii) In case of a partnership firm, the beneficial owner is the natural person(s) who, whether
acting alone or together, or through one or more juridical person, has ownership of
entitlement to more than fifteen percent of capital or profits of the partnership;

iii) In case of an unincorporated association or body of individuals, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more juridical
person, has ownership of or entitlement to more than fifteen percent of the property or
capital or profits of such association or body of individuals;

iv) Where no natural person is identified under (i) or (ii) or (iii) above, the beneficial owner
is the relevant natural person who holds the position of senior managing official;

14

Page 17 of 335
------------------------------------------------------------------------------------------------------------------------------------------

v) In case of a trust, the identification of beneficial owner(s) shall include identification of


the author of the trust, the trustee, the beneficiaries with fifteen percent or more interest in
the trust and any other natural person exercising ultimate effective control over the trust
through a chain of control or ownership.

6. "Agent" for the purpose of this Order is a person employed to do any act for another, or to
represent another in dealings with third persons

Note :

(i) A person who procures and supplies finished goods from an entity from a country which
shares a land border with India will, regardless of the nature of his legal or commercial
relationship with the producer of the goods, be deemed to be an Agent for the purpose of
this Order.

(ii) However, a bidder who only procures raw material, components etc. from an entity from
a country which shares a land border with India and then manufactures or converts them
into other goods will not be treated as an Agent.]

7. ''Transfer of Technology" means dissemination and transfer of all forms of commercially usable
knowledge such as transfer of know-how, skills, technical expertise, designs, processes and
procedures, trade secrets, which enables the acquirer of such technology to perform activities using
the transferred technology independently. (Matters of interpretation of this term shall be referred
to the Registration Committee constituted by the Department for Promotion of Industry and
Internal Trade, and the interpretation of the Committee shall be final.)

8. "Specified Transfer of Technology" means a transfer of technology in the sectors and/ or


technologies, specified at Schedule-I, II & 3 of this order.

9. SUBMISSION OF CERTIFICATE IN BIDS:

Bidder shall submit a certificate in this regard as Form-I-A.

For cases falling under the category of Transfer of Technology, Bidder shall submit a certificate
in this regard as Form-I-B.

If such certificate given by a bidder whose bid is accepted is found to be false, this would be a
ground for immediate rejection of the bid/termination and further action as per “Procedure for
Action in case of Corrupt/ Fraudulent/ Collusive / Coercive Practices” of tender document.

10. The registration, wherever applicable, should be valid at the time of submission of
bids and at the time of acceptance of bids. In respect of supply otherwise than by tender,
registration should be valid at the time of placement of order. If the bidder

15

Page 18 of 335
------------------------------------------------------------------------------------------------------------------------------------------
was validly registered at the time of acceptance / placement of order, registration
shall not be a relevant consideration during contract execution.

11. PROVISION TO BE IN WORKS CONTRACTS, INCLUDING TURNKEY


CONTRACTS:

The successful bidder shall not be allowed to sub-contract works to any contractor from a country
which shares a land border with India unless such contractor is registered with the Competent
Authority. The definition of "contractor from a country which shares a land border with India"
shall be as in Para 4 herein above. A Certificate to this regard is to be submitted by bidder is placed
at Form-II.

[Note: Procurement of raw material, components, etc. does not constitute sub­ contracting]

J. EVALUATION METHODOLOGY:

(1) Evaluation and Award shall be on item-wise lowest cost to GAIL.


(2) The evaluated price of bidders shall include the following:

i) Ex-works price quoted by the bidder (including packing, forwarding, and GST on
components and raw materials but excluding Inland Transportation to Delivery Location)
including cost of Inspection by Third Party Agency etc.
ii) Inland transportation up to Delivery location and other costs incidental to delivery of
goods
iii) Mandatory spares including its freight charges
iv) Per diem Supervision charges
v) Price of advance diagnostic software (refer note (v) below)
vi) GST (CGST & SGST/UTGST or IGST) on the sl. no. (i), (ii), (iii), (iv) and (v) above
vii) Less input credit of GST

Notes:

(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, Bids will be evaluated as per quoted
prices without loading of GST (CGST & SGST/UTGST or IGST), if not quoted.
(iii) In case any cess on GST is applicable, same shall also be loaded for evaluation [presently not
applicable].
(iv) Indian Bidders to consider Input Tax credit of IGST (in case of import of raw
materials/components) in their quoted prices.

16

Page 19 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(v) Bidder shall provide a separate quote in BoQ1 for Advance diagnostic software (as per
requirements specified in MR) with 1 License to diagnose 10 Nos. of positioners/ control
valves from the DCS platform for the offered make of positioners. This price will be divided
on a pro rata basis and added to the Item price of each offered tag for evaluation. Bidder shall
note that this price shall NOT be included in the base price of the control valve tag.
(vi) Prices of 2 years operation and Maintenance spares shall not be considered for evaluation
purpose.
(vii) 1 Man day for each tag shall be considered for the purpose of evaluation for supervision
at site.

17

Page 20 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Annexure-I to Section-II

Format for Undertaking from TPIA


(on TPIA letter head duly stamped & signed)
Ref.: Date :

To,

GAIL (India) Ltd.


………………….
………………..
……………

Dear Sir,

Subject: Verification and certification of documents pertaining to Technical Bid Evaluation


Criteria (BEC)

Ref : Tender no. ………………….. for …………………………….

M/s. …………………………….having Registered office


at………………………………………….intend to participate in above referred tender of
GAIL (India) Ltd. having registered office at GAIL Bhawan, 16 Bhikha ji Cama Place, New
Delhi.

The tender conditions stipulates that the BIDDER shall submit Documents pertaining to Technical
Bid Evaluation Criteria (BEC) duly verified and certified by designated independent Third Party
Inspection Agency.

In this regard, this is to certify that copies of documents pertaining to Technical Bid Evaluation
Criteria (BEC) submitted to us by the bidder have been verified and certified by us with the originals
and found to be genuine. We have signed and stamped on the copies of all the verified and certified
documents.

(Signature of a person duly authorized to Sign on behalf


of the TPIA)
(Seal of the Company)
Name: …………………………..
Contact No…………………

18

Page 21 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Form-I-A to Section-II
UNDERTAKING ON LETTERHEAD

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder which shares a land
border with India, we certify that, bidder M/s____________ (Name of Bidder) is :

(i) Not from such a country [ ]

(ii) If from such a country, has been registered [ ]


with the Competent Authority.
(Evidence of valid registration by the
Competent Authority shall be attached)

(Bidder is to tick appropriate option () above).

We hereby certify that bidder M/s____________ (Name of Bidder) fulfills all requirements in
this regard and is eligible to be considered against the tender.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

19

Page 22 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Form-I-B to Section-II
UNDERTAKING ON LETTERHEAD
(Applicable in case of Transfer of Technology cases only)

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder having Transfer of
Technology (ToT) arrangement which shares a land border with India, we certify that, bidder
M/s____________ (Name of Bidder) is :

(i) Does not have ToT with such a country [ ]

(ii) If having ToT from such a country, has been registered [ ]


with the Competent Authority.
(Evidence of valid registration by the
Competent Authority shall be attached)

(Bidder is to tick appropriate option ( ) above).

We hereby certify that bidder M/s____________ (Name of Bidder) fulfills all requirements in
this regard and is eligible to be considered against the tender.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

20

Page 23 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Form-II to Section-II

CERTIFICATE FOR TENDERS FOR WORKS INVOLVING POSSIBILITY OF SUB-


CONTRACTING

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

We have read the clause regarding Provisions for Procurement from a Bidder of a country which
shares a land border with India and on sub-contracting to contractors from such countries; we certify
that, bidder M/s____________ (Name of Bidder) is:

(i) not from such a country [ ]

(ii) if from such a country, has been registered [ ]


with the Competent Authority.
(Evidence of valid registration by the
Competent Authority shall be attached)

(Bidder is to tick appropriate option () above).

We further certify that bidderM/s____________ (Name of Bidder)will not sub-contract any work
to a contractor from such countries unless such contractor is registered with the Competent
Authority.

We hereby certify that bidder M/s____________ (Name of Bidder) fulfills all requirements in this
regard and is eligible to be considered.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

21

Page 24 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Appendix-A1 to Section-II

FORMAT OF AGREEMENT TO BE EXECUTED BETWEEN BIDDER AND THEIR FOREIGN


BASED SUPPORTING COMPANY ON INDIAN STAMP PAPER OF REQUISITE VALUE
DULY NOTARIZED.

This agreement made this ___ day of ____ month ____ year by and between M/s.
____________________ (Fill in Bidder’s full name, constitution and registered office address)
___________ hereinafter referred to as bidder on the first part and M/s. ___________ (Fill in full name,
constitution and registered office address company which hold more than fifty percent of the paid up
share capital of the bidding company or vice versa) hereinafter referred to as “Supporting Company” of
the second part.

Whereas

M/s. GAIL (India) Limited (hereinafter referred to as GAIL) has invited offers vide their tender No.
_____________ for _______________and M/s. __________________ (Bidder) intends to bid against
the said tender and desires to have technical support of M/s. ________________ [Supporting Company]

And whereas Supporting Company represents that they have gone through and understood the
requirements of the subject tender and are capable and committed to provide the services as required by
the bidder for successful execution of the contract, if awarded to the bidder.

Now, it is hereby agreed to by and between the parties as follows:

a) M/s.____________ (Bidder) will submit an offer to GAIL for the full scope of work as
envisaged in the tender document as a main bidder and liaise GAIL directly for any clarifications
etc. in this context.

b) M/s. _________[Supporting Company] undertakes to provide technical support and


expertise, expert manpower and project management including financial support, if so required,
to the bidder to discharge its obligations as per the Scope of Work of the tender / Contract for
which offer has been made by the bidder and accepted the GAIL.

c) The Bidder/ Supporting Company holds more than 50% paid up equity capital of the
Supporting Company/ Bidder.
d) This agreement will remain valid till validity of bidder's offer to GAIL including extension
if any and till satisfactory performance of the contract, the same is awarded by GAIL to the bidder.

e) Supporting Company undertakes that this agreement shall remain enforceable even if their
stake in Bidder is diminished during the execution of works under the contract between the Bidder
and GAIL.

22

Page 25 of 335
------------------------------------------------------------------------------------------------------------------------------------------
f) The bidder shall have the overall responsibility of satisfactory execution of the contract
awarded by GAIL, however without prejudice to any rights that GAIL might have against the
Supporting Company

g) It is further agreed that, if contract pursuant to Supporting Company shall be jointly and
severely responsible to GAIL for the performance of works during contract period and for the
satisfactory execution of the contract, and for all the consequences for non-performance thereof.

In witness whereof the parties hereto have executed this agreement on the date mentioned above.

For and on behalf of For and on behalf of


(Bidder) (Supporting Company)
M/s. M/s.

Witness: Witness:
1) 1)
2) 2)

23

Page 26 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Appendix-A2 to Section-II

GUARANTEE BY THE FOREIGN BASED SUPPORTING COMPANY/ GUARANTOR

THIS DEED OF GUARANTEE executed at ……….. this …….. day of ……… by M/s
………………………… (mention complete name) a company duly established and existing under the
laws of …………………. (insert country), having its Registered Office at
……………………………………… hereinafter called “the Guarantor and/ or the Supporting Company”
which expression shall, unless excluded by or repugnant to the subject or context thereof, be deemed to
include its successors and permitted assignees.

FOR

M/s ………………………… (bidder) a company duly established and existing under the laws of
…………………. (insert country), having its Registered Office at ………………………………………
hereinafter called the “Bidder” which expression shall, unless excluded by or repugnant to the subject or
context thereof, be deemed to include its successors and permitted assignees.

TOWARDS

M/s GAIL(India) Limited, a company duly registered under the law of India having its Registered Office
at 16, Bhikaiji Cama Place, R. K. Puram, New Delhi-110066, India, and having Purchase center at
…………… hereinafter called “GAIL” which expression shall unless excluded by or repugnant to the
context thereof, be deemed to include its successor and assignees

WHEREAS GAIL has invited tender number ………………… for …….. on ………….., and the bidder
has submitted it bid number…………… in response to the above mentioned tender invited by GAIL.

AND WHEREAS the bidder/ Guarantor Company holds more than 50% paid up equity capital of the
Supporting Company/ Bidder .

AND WHEREAS one of the condition for acceptance of Bidder’s bid against said tender is that in case
the bidder is seeking to qualify upon the technical credentials of its Guarantor Company, then the bidder
shall arrange a guarantee from its Guarantor Company guaranteeing due and satisfactory performance
of the work covered under the said tender including any change therein as may be deemed appropriate
by the GAIL at any stage.

The Guarantor represents that they have gone through and understood the requirement of the above said
tender and are capable of and committed to provide technical and such other supports as may be required
by the Bidder for successful execution of the same.

The Bidder and the Guarantor have entered into an agreement dated ……… as per which the Guarantor
shall be providing technical, financial and such other supports as may be necessary for performance of
the work under the tender, if the contract is awarded to the Bidder.

24

Page 27 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Accordingly, at the request of the Bidder and in consideration of and as a requirement for the GAIL to
enter into agreement(s) with the Bidder, the Guarantor hereby guarantees and undertakes that upon award
of Contract to Bidder against bid number ……………, made by the Bidder under tender
number………………:
1. The Guarantor unconditionally agrees that in case of non-performance by the Bidder of
any of its obligations in any respect, the Guarantor shall, immediately on receipt of notice
of demand by the GAIL , take up the job without any demur or objection, in continuation
and without loss of time and without any cost to the GAIL and duly perform the obligations
of the Bidder to the satisfaction of the GAIL.
2. The Guarantor agrees that the Guarantee contained herein shall remain valid till the
satisfactory execution and completion of the work (including discharge of the warranty
obligations) awarded to the Bidder.
3. The Guarantor shall be jointly and severally responsible to GAIL for satisfactory
performance of works during contract period and for the satisfactory execution of the
contract, and for all consequences for non-performance thereof.
4. The liability of the Guarantor, under the Guarantee, is limited of the Bidder for non-
performance under the contract entered between GAIL and the Bidder. This will, however,
be in addition to the forfeiture of the Performance and Advance Guarantees furnished by
the Bidder.
5. The Guarantor agrees to execute a Corporate Guarantee in favour of GAIL, guaranteeing
the performance of obligations by the Bidder, in case the Contract is awarded to the Bidder
by GAIL.
6. The Guarantor represents that this Guarantee has been issued after due observance of the
appropriate laws in force in India. The Guarantor hereby undertakes that the Guarantor
shall obtain and maintain in full force and effect all the governmental and other approvals
and consents that are necessary and do all other acts and things necessary or desirable in
connection therewith or for the due performance of the Guarantor’s obligations towards
GAIL.
7. Any dispute arising out of or in connection with this contract, including any question
regarding its existence, validity or termination, shall be referred to and finally resolved by
arbitration. It is further agreed that Claims by and against the Guarantor, the Bidder and
GAIL under the different contract to be entered pursuant to their relationship can be
brought under a single reference and there shall be no bar on the consolidation of such
proceedings before the same arbitral tribunal. The governing law shall be the laws of India
and seat of arbitration shall be New Delhi, India. The language of arbitration shall be
English.
8. The Guarantor hereby declares and represents that this Guarantee has been given without
any undue influence or coercion, and that the Guarantor has fully understood the
implications of the same.
9. In case of award of contract to the bidder, the Guarantor shall provide Performance Bank
Security to GAIL, equivalent to 50% of the value of Performance Bank Security to be
submitted by the bidding company, in the prescribed format within 15 days from the date
of Fax of Acceptance, as guarantee for performance by the bidder/contractor. The
Guarantor hereby expressly agrees that if in the opinion of GAIL, the Bidder / Contractor
has failed to perform its obligations under the contract in any manner, GAIL shall have
unfettered right to invoke the said Bank guarantee. The guarantor hereby agrees that
decision of GAIL about performance of the bidder / contractor shall be final and shall not

25

Page 28 of 335
------------------------------------------------------------------------------------------------------------------------------------------
be questioned by the Guarantor. Guarantor shall have no objection to invocation of the
Performance Bank Guarantee submitted by the Guarantor
OR
(applicable, subject to meeting the conditions stipulated in BEC in respect of additional
Performance Bank Security)
In case of award of contract to the bidder, the bidder on behalf of the Guarantor shall
provide additional Performance Bank Security to GAIL, equivalent to 50% of the value of
Performance bank Security to be submitted by the bidding company, in the prescribed
format within 15 days from the date of Fax of Acceptance, as guarantee for performance
by the bidder/contractor. The Guarantor hereby expressly agrees that if in the opinion of
GAIL, the Bidder / Contractor has failed to perform its obligations under the contract in
any manner, GAIL shall have unfettered right to invoke the said Bank guarantee. The
Guarantor hereby agrees that decision of GAIL about performance of the bidder /
contractor shall be final and shall not be questioned by the Guarantor. Guarantor shall have
no objection to invocation of the Performance Bank Security submitted by the Bidder on
behalf The Guarantor represents and confirms that the Guarantor has the legal capacity,
power and authority to issue this Guarantee and that giving of this Guarantee and the
performance and observations of the obligations hereunder do not contravene any existing
laws.

(Strike through the clause whichever is not applicable)

10. The Guarantor represents and confirms that the Guarantor has the legal capacity, power
and authority to issue this Guarantee and that giving of this Guarantee and the performance
and observations of the obligations hereunder do not contravene any existing laws.

For & on behalf of (Supporting Company)


M/s __________________________

Signature__________________
Name_____________________
Designation ________________
official seal_________________
Witness:
1.Signature________________
Full Name _________________
Address___________________

2.Signature________________
Full Name _________________
Address___________________

INSTRUCTIONS FOR FURNISHING GUARANTEE


1. The official(s) executing the guarantee should affix full signature(s) on each page.

26

Page 29 of 335
------------------------------------------------------------------------------------------------------------------------------------------
2. Resolution passed by Board of Directors of the guarantor company authorizing the signatory(ies)
to execute the guarantee, duly certified by Company Secretary should be furnished along with
Guarantee.

Appendix-A2A to Section-II

CERTIFICATE ISSUED BY COMPANY SECRETARY OF THE GUARANTOR COMPANY

“Obligations contained in deed of guarantee No. ______ furnished against tender No. ______ are
enforceable against the Guarantor Company and the same do not, in any way, contravene any law
of the country of which the Guarantor Company is the subject.”

The above certificate should be enclosed alongwith the Guarantee.

27

Page 30 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Appendix-A3 to Section-II
PROFORMA OF "BANK GUARANTEE" TOWARDS PERFORMANCE SECURITY BY
FOREIGN BASED SUPPORTING COMPANY OF THE BIDDING COMPANY
CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
To,
To, Bank Guarantee No.
M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to (Expiry date)
Claim period up to (indicate date of
expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
No.
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______ (herein after called CONTRACT/ ORDER) 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).
Further, M/s _____________ (Name of the Supporting company) having its registered/head office at
______________________ based on whose experience/technical strength, the CONTRACTOR/SUPPLIER
has qualified for award of contract (hereinafter referred to as the 'SUPPORTING COMPANY') which
expression shall, unless repugnant to the context or meaning thereof include all its successors, administrators,
executors and assignees) has agreed to provide complete technical and other support to the
CONTRACTOR/SUPPLIER for successful completion of the contract/order as mentioned above, entered
between GAIL and the CONTRACTOR/SUPPLIER and GAIL having agreed that the 'SUPPORTING
COMPANY' shall furnish to GAIL a performance guarantee for Indian Rupees/US$ .............. towards
providing complete financial and other support to the CONTRACTOR/SUPPLIER for successful
completion of the contract/order as mentioned above,
The said M/s.______________________________________________ (Supporting Company) 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 (name of the bank) ______________________________ registered under the laws of _______
having head/registered office at __________________________

28

Page 31 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(hereinafter referred to as "the Bank", which expression shall, unless repugnant to the context or
meaning thereof, include all its successors, administrators, executors and permitted assignees) do
hereby guarantee and undertake to pay immediately on first demand in writing any/all moneys to the
extent of Indian Rs./US$ (in figures) __________ (Indian Rupees/US Dollars (in
words)_____________________________) without any demur, reservation, contest or protest
and/or without any reference to the 'SUPPORTING COMPANY'. Any such demand made by GAIL
on the Bank by serving a written notice shall be conclusive and binding, without any proof, on the
bank as regards the amount due and payable, notwithstanding any dispute(s) pending before any
Court, Tribunal, Arbitrator or any other authority and/or any other matter or thing whatsoever, as
liability under these presents being absolute and unequivocal. We agree that the guarantee herein
contained shall be irrevocable and shall continue to be enforceable until it is discharged by GAIL in
writing. This guarantee shall not be determined, discharged or affected by the liquidation, winding
up, dissolution or insolvency of the 'SUPPORTING COMPANY' and shall remain valid, binding and
operative against the bank.
2. The Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against the
Bank as a principal debtor, in the first instance, without proceeding against the 'SUPPORTING
COMPANY' and notwithstanding any security or other guarantee that GAIL may have in relation to
the 'SUPPORTING COMPANY’s liabilities.
3. The Bank further agrees that GAIL shall have the fullest liberty without our consent and without
affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said
CONTRACT/ORDER or to extend time of performance by the said CONTRACTOR/SUPPLIER
from time to time or to postpone for any time or from time to time exercise of any of the powers
vested in GAIL against the said CONTRACTOR/SUPPLIER and to forbear or enforce any of the
terms and conditions relating to the said agreement and we shall not be relieved from our liability by
reason of any such variation, or extension being granted to the said CONTRACTOR/SUPPLIER or
for any forbearance, act or omission on the part of GAIL or any indulgence by GAIL to the said
CONTRACTOR(s) or any such matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
4. The Bank further agrees that the Guarantee herein contained shall remain in full force during the
period that is taken for the performance of the CONTRACT/ORDER and all dues of GAIL under or
by virtue of this CONTRACT/ORDER have been fully paid and its claim satisfied or discharged or
till GAIL discharges this guarantee in writing, whichever is earlier.
5. This Guarantee shall not be discharged by any change in our constitution, in the constitution of GAIL
or that of the 'SUPPORTING COMPANY'.
6. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the
country of issue.
7. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian
Laws and subject to the exclusive jurisdiction of Indian Courts of the place from where the purchase
CONTRACT/ORDER has been placed.
8. Notwithstanding anything contained hereinabove, our liability under this Guarantee is limited to
Indian Rs./US$ (in figures) _________________ (Indian Rupees/US Dollars (in words)
________________ only) and our guarantee shall remain in force until (indicate the date of expiry
of bank guarantee) _________.
9. 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.
10. 11.
Notwithstanding anything contained herein:

29

Page 32 of 335
------------------------------------------------------------------------------------------------------------------------------------------
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . . . . . . . .
. . . (currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this date should be expiry date of defect
liability period of the Contract) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless a written
12.

claim or demand is issued to the Bank on or before the midnight of ………………….(indicate date
of expiry of claim period which includes minimum three months from the expiry of this Bank
Guarantee) and if extended, the date of expiry of the last extension of this Guarantee. If a claim has
been received by us within the said date, all the rights of GAIL under this Guarantee shall be valid
and shall not cease until we have satisfied that claim.

Details of next Higher Authority of the Officials who have issued the Bank Guarantee:
Name …………………………….
Designation …………………..

Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the Bank
E-mail :
Telephone/Mobile No. :
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. 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 as per format appended below.
3. The Bank Guarantee shall be from any Indian scheduled bank (excluding Co-operative banks and
Regional Rural 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.
4. In case BG is issued directly by a bank outside India (if allowed), it should be executed on Letter
Head of the Bank and should be advised and made payable through their Indian
Branch/Corresponding Bank in India

MATTER TO BE MENTIONED IN COVERING LETTER TO BE SUBMITTED BY VENDOR ALONG WITH BANK GUARANTEE
1
BANK GUARANTEE NO :

2 VENDOR NAME / VENDOR CODE : NAME

30

Page 33 of 335
------------------------------------------------------------------------------------------------------------------------------------------
VENDOR CODE

3 BANK GUARANTEE AMOUNT :

4 PURCHASE ORDER/ LOA NO :

5 NATURE OF BANK GUARANTEE :


(Please Tick ( √ ) Whichever is
Applicable PERFORMANCE SECURITY
BANK GUARANTEE DEPOSIT EMD ADVANCE

(A) EMAIL ID :
BG ISSUED BANK DETAILS
(B) ADDRESS :
(C) PHONE NO :

31

Page 34 of 335
------------------------------------------------------------------------------------------------------------------------------------------

SECTION-III

INSTRUCTIONS TO
BIDDERS
(TO BE READ IN CONJUNCTION WITH
BIDDING DATA SHEET (BDS)

32

Page 35 of 335
------------------------------------------------------------------------------------------------------------------------------------------
SECTION-III

INSTRUCTION TO BIDDERS

INDEX
[A] GENERAL:
1. SCOPE OF BID
2. ELIGIBLE BIDDERS
3. BID FROM CONSORTIUM
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 GST (CGST & SGST/ UTGST or IGST)
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSITE (EMD) / BID SECURITY
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. E-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

Page 36 of 335
------------------------------------------------------------------------------------------------------------------------------------------
33. QUANTITY VARIATION
34. PURCHASE PREFERENCE

[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 INSTRUCTIONS
42. VENDOR PERFORMANCE EVALUATION
43. MENTIONING OF PAN NO. IN INVOICE/BILL
44. DISPUTE RESOLUTION MECHANISM
45. DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/
ORGANIZATIONS
46. REPEAT ORDER
47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS
48. PROVISION FOR STARTUPS
49. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT
NOTE TOWARDS PRS
50. UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING
CHARTERED ACCOUNTANTS
51. PROVISION W.R.T. TDS ON PURCHASE OF GOODS UNDER SECTION 194Q
OF INCOME TAX ACT
52. DOCUMENTS FOR PAYMENT
53. ORDER TRANSMITTAL SYSTEM
[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: POLICY TO PROVIDE PURCHASE PREFERENCE AS PER
PUBLIC PROCUREMENT (PREFERENCE TO MAKE IN INDIA), ORDER 2017

34

Page 37 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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 For Bid (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”) 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’ & ‘proposal’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day' means
'Calendar Day' and 'Singular' also means 'Plural'.
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 due date of submission of bid.
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 / downloaded from, then Bid submitted by
such Bidder shall not be considered for opening/ evaluation/ award.
In case there is any change in status of the declaration prior to award of Contract, the same has to
be promptly informed to GAIL by the Bidder.
It shall be the sole responsibility of the bidder to inform about their status regarding para 1 of
clause 2.2 herein above 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 39 of ITB.
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 the works/services 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
unless it is the sole Licensor/Licensor nominated agent/ vendor.

35

Page 38 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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:
Power of Attorney (POA) to be issued by the bidder in favour of the authorised employee(s), in
respect of the particular tender, for purpose of signing the documents including bid, all subsequent
communications, agreements, documents etc. pertaining to the tender and act and take any and all
decision on behalf of the bidder. Any consequence resulting due to such signing shall be binding
on the Bidder.
The Power of Attorney shall be issued as per the constitution of the bidder as below:
a) In case of Proprietorship: by Proprietor
b) In case of Partnership: by all Partners or Managing Partner
c) In case of Limited Liability Partnership: by any bidder’s employee authorized in terms
of Deed of LLP
d) In case of Public / Limited Company: PoA in favour of authorized employee(s) by Board
of Directors through Board Resolution or by the designated officer authorized by Board to
do so. Such Board Resolution should be duly countersigned by Company Secretary / MD
/ CMD / CEO.
The Power of Attorney should be valid till award of contract / order to successful bidder.
2.7 In case of change of constitution of bidder after submission of bid, the same shall be informed by
the bidder to GAIL promptly. Failure to same shall be considered as misrepresentation by the
bidder.
3 BID FROM "CONSORTIUM" – NOT APPLICABLE

4 ONE BID PER BIDDER

4.1 A Bidder shall submit only 'one [01] Bid' in the same Bidding Process either as single entity or as
a member of any consortium (wherever consortium bid is allowed). A Bidder who submits or
participates in more than 'one [01] Bid' will cause all the proposals in which the Bidder has
participated to be disqualified.
4.2 A bidder shall not have conflict of interest with other bidders. Such conflict of interest can lead
to anti-competitive practices. The bidder found to have a conflict of interest shall be disqualified.
A bidder shall be considered to have a conflict of interest with one or more bidders in this bidding
process, if:
a) they have controlling partner (s) in common; or
b) they receive or have received any direct or indirect subsidy/ financial stake from any of
them; or
c) they have the same legal representative/authorized signatory/agent for purposes of this bid;
or
d) they have relationship with each other, directly or through common third parties, that puts
them in a position to have access to information about or influence on the bid of another
Bidder; or
e) Bidder participates in more than one bid in bidding process. Participation by a Bidder in
more than one Bid will result in the disqualification of all bids in which the parties are
involved. However, this does not limit the inclusion of the components/ sub-assembly/
Assemblies from one bidding manufacturer in more than one bid.

36

Page 39 of 335
------------------------------------------------------------------------------------------------------------------------------------------
f) a Bidder or any of its affiliates participated as a consultant in the preparation of the design
or technical specifications of the contract that is the subject of the Bid;
g) In case of a holding company having more than one independently manufacturing units, or
more than one unit having common business ownership/management, only one unit should
quote. Similar restrictions would apply to closely related sister companies. Bidders must
proactively declare such sister/ common business/ management units in same/ similar line
of business.
Bidders are required to submit a confirmation for no conflict of interest with other bidders. Failure
to comply this clause during tendering process will disqualify all such bidders from process of
evaluation of bids.
4.3 Alternative Bids shall not be considered.
4.4 The provisions mentioned at sl. no. 4.1 and 4.2 shall not be applicable wherein bidders are quoting
for different Items / Sections / Parts / Groups/ SOR items of the same tender which specifies
evaluation on Items / Sections / Parts / Groups/ SOR items basis.

5 COST OF BIDDING
5.1 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,
authentication 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. The costs of visiting the site shall be borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the Purchaser to enter
upon its 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 "ITB: Clause- 8
& 9":
 Section-I : Invitation for Bid [IFB]*
 Section-II : Bid Evaluation Criteria [BEC] & Evaluation Methodology
 Section-III : Instructions to Bidders [ITB], Annexures & Forms & Format **
 Section-IV : General Conditions of Contract [GCC]-Goods***
 Section-V : Special Conditions of Contract [SCC]

37

Page 40 of 335
------------------------------------------------------------------------------------------------------------------------------------------
 Section-VI : Technical Specifications , Drawing (wherever applicable) and scope for
incidental services (wherever applicable)
 Section-VII : Price Schedule/ Schedule of Rates
*Request for Quotation’, wherever applicable, shall also form part of the Bidding Document.
** The subject tender is based on standard formats and applicability of some specific clauses may be
seen in Annexure-IV to Section-III i.e. BDS (Bidding Data Sheet)
*** General Conditions of Contract – Goods (Rev.1) is available on GAIL’s Tender website
(http://gailtenders.in/Gailtenders/gccs.asp). Further, Hindi version of GCC is available on GAIL’s
tender website (www.gailtenders.in) for reference. However, in case of any discrepancy in English &
its Hindi translation, for interpretation and legal aspects, the English version shall prevail.
7.2 The Bidder is expected to examine all instructions, forms, terms & conditions of the Tender
Document. The RFQ & IFB 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) of the Tender Document may notify GAIL in
writing or by email in the format “F-11” 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 closing date in cases where pre-bid meeting is not scheduled. 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 of the query, but without identifying the source of the query will be uploaded on
Websites as mentioned at clause no. 2.0 (F) of IFB.
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 (F) of IFB. Bidders have to take into
account all such addendum/ corrigendum before submitting their Bid.
9.3 The Purchaser, if consider necessary, may extend the bid due date 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:
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 in a language other

38

Page 41 of 335
------------------------------------------------------------------------------------------------------------------------------------------
than English, the same should be accompanied by an English translation duly authenticated by
the Indian Chamber of Commerce, in which case, for the purpose of interpretation of the Bid, the
English translation shall govern.

11. DOCUMENTS COMPRISING THE BID

11.1 Bidders are requested to refer instructions for participating in e-Tendering (Annexure-III to
Section III), Bidder’s Manual Kit and FAQs available in e-portal and bids submitted manually
shall be rejected. All pages of the Bid must be digitally signed by the "authorized signatory" of
the Bidder holding Power of Attorney. The Bid must be submitted on e-tender portal
(https://etenders.gov.in/eprocure/app) as follows:-:
11.1.1 PART-I: "TECHNO-COMMERCIAL / UN-PRICED BID"
Comprising all the below mentioned documents should be uploaded in the private area earmarked
(Tender Document) in the GAIL’s e- portal:
(a) 'Covering Letter' on Bidder's 'Letter head' clearly specifying the enclosed contents with
index.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) Copy of Price Schedule/ Schedule of Rate (SOR) with prices blanked out but mentioning
“Quoted” / “Not Quoted” (as applicable) written against each item, in support of having
submitted prices in the Priced Bid/SOR strictly in the format provided in the Tender
Document.
(d) 'Letter of Authority’ on the Letter Head, as per 'Form F-3'
(e) 'Agreed Terms and Conditions', as per 'Form F-5’
(f) Duly certified / attested documents in accordance with the "Bid Evaluation Criteria
[BEC]", Section II of Tender Document.
(g) Copy of Power of Attorney in favour of the authorized signatory of the Bid, as per clause
no.2.6 of ITB.
(h) Any other information/details required as per Tender Document
(i) Copy of EMD / Declaration for Bid Security, as per Clause 16 of ITB
(j) Copy of Integrity Pact as per Form F-13
(k) Undertaking as per Form-1 to Annexure-V to Section-III by MSE bidders and Class I
Bidders seeking preference under policy to provide purchase preference as per public
procurement (preference to make in India), Order 2017 (PPP-MII), if applicable.
(l) Undertaking as per Form-2 to Annexure-V to Section-III and Certification from the
statutory auditor or cost auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect of other than
companies) as per Form-3 to Annexure-V to Section-III (Applicable for all bidders
including MSEs bidder irrespective of seeking purchase preference or not).
(m) Undertaking as per Form-I to Section-II regarding Provisions for Procurement from a
Bidder which shares a land border with India
(n) All other forms and Formats including Annexures.
(o) Tender Document, its Corrigendum/Amendment/Clarification(s) digitally signed by the
Authorized Signatory holding POA.
(p) Additional document specified in BDS, SCC, Scope of Supply or mentioned elsewhere in
the Tender Document.

39

Page 42 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Further, Bidders must submit the original "Bid Security / EMD”, Power of Attorney, Integrity
Pact 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 Bid Due Date.
Bidders are required to submit the EMD in original by Bid Due Date and Time 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
Bid Due Date and Time, 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 Bid Due Date, 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.

11.1.2 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 as per instructions mentioned
hereunder and to be digitally signed and uploaded in Financial Bid in the e-tender Portal. 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 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 of bids invited under Single Bid System (clause no. 2.0(C) of IFB refers), all the documents
as specified at Clause 11.1.1 & 11.1.2 of ITB can be submitted in single envelope /folder, as per
instructions of Tender Document.
12 BID PRICES
12.1 Bidders shall indicate the following in the Price Schedule/SOR format:-

40

Page 43 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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) Inland transportation upto Delivery Location and other costs incidental to delivery.
The material is required to be delivered through a registered common carrier as per section
3 of Carriage by the Road Act 2007.
Also, GAIL reserves the right to transport the material with it’s own transporter.
C) GST (CGST & SGST/UTGST or IGST) on the finished goods as well as on inland
transportation,
D) Charges for incidental services and GST (CGST & SGST/UTGST or IGST) on these
services as per the Price Schedule/ Schedule of Rates.

12.2 Purchaser will arrange transit insurance (refer BDS for details).
12.3 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.
As stated elsewhere in tender, bidder is required to quote all components of Price Schedule. In
case, it is found that some of components of Price schedule viz. Freight, Ocean/Air Freight
Charges, Incidental Services Component, etc. are left blank or quoted “Nil/Zero” in Price Bid,
the same shall be considered inclusive in total quoted price for evaluation and ordering. No
confirmation from the bidder shall be sought in this regard.
12.4 The delivery basis of the goods is mentioned in BDS. If the Goods are dispatched through
dedicated full truck load, date of receipt of Goods by Purchaser at its designated site(s) /Store
shall be considered as the date of delivery. Similarly, in case of break-bulk dispatches, the date of
LR/GR shall be considered as date of delivery. The delivery terms [other than those mentioned in
BDS] shall be interpreted as per INCOTERMS®2020 or its latest version.
12.5 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 & 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 & on the incidental
services shall be indicated in the bid prices. Bidders are required to quote the prices after carefully
reading the provisions mentioned in tender document including SCC, GCC, Scope of Work, etc.
12.6 Prices quoted by the Bidder, shall remain firm and fixed and valid till completion of the Contract
and will not be subject to variation on any account, whatsoever; unless any price
escalation/variation is allowed elsewhere in the Tender Document.
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.
12.8 Bidder shall also mention the Harmonized System Nomenclature (HSN) at the designated place
in Price Schedule.

13 GST (CGST & SGST/ UTGST or IGST)

13.1 Bidders are required to mention the GST Registration No. in bids wherever GST (CGST &

41

Page 44 of 335
------------------------------------------------------------------------------------------------------------------------------------------
SGST/UTGST or IGST) is applicable.
13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST & SGST or IGST
or UTGST). Please note that the responsibility of payment of GST (CGST & SGST or IGST
or UTGST) lies with the Service Provider only. Service Provider providing taxable service shall
issue an e-Invoice/Invoice/ Bill, as the case may be as per rules/ regulation of GST. Further,
returns and details required to be filled under GST laws & rules should be timely filed by Service
Provider with requisite details.
Payments to Service Provider for claiming GST (CGST & SGST/UTGST or IGST) amount
will be made provided the above formalities are fulfilled. Further, GAIL may seek copies of
challan and certificate from Chartered Accountant for deposit of GST (CGST & SGST/UTGST
or IGST) collected from Owner.
13.3 In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent
government agency brings to the notice of GAIL that the Service Provider has not remitted the
amount towards GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government
exchequer, then, that Contactor shall be put under Holiday list of GAIL for period of six months
after following the due procedure. This action will be in addition to the right of recovery of
financial implication arising on GAIL.
13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than due to
change in turnover, payable on the contract value during contract period, the Service Provider
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.
Beyond the contract 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 Service Provider ’s account whereas
any decrease in the rate GST (CGST & SGST/UTGST or IGST) shall be passed on to the
Owner.
Beyond the contract period, in case GAIL is entitled for input tax credit of GST (CGST &
SGST/UTGST or IGST), then statutory variation in quoted GST (CGST & SGST/UTGST or
IGST) on supply and on incidental services, shall be to GAIL’s account.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation, should be
raised within two [02] months from the date of issue of 'Government Notification' for payment of
differential (in %) GST (CGST & SGST/UTGST or IGST), otherwise claim in respect of above
shall not be entertained for payment of arrears.
The base date for the purpose of applying statutory variation shall be the Bid Due Date.

13.5 Where GAIL is entitled to avail the input tax credit of GST (CGST & SGST/UTGST or IGST):-
13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to the Service
Provider at actuals against submission of E-Invoices/Invoices as per format specified in rules/
regulation of GST to enable Owner/GAIL to claim input tax credit of GST (CGST &
SGST/UTGST or IGST) paid. In case of any variation in the executed quantities, the amount on
which the GST (CGST & SGST/UTGST or IGST) is applicable shall be modified in same
proportion. Returns and details required to be filled under GST laws & rules should be timely
filed by supplier with requisite details.
13.5.2 The input tax credit of quoted GST (CGST & SGST/UTGST or IGST) shall be considered for
evaluation of bids, as per evaluation criteria of tender document.
13.6 Where GAIL is not entitled to avail/take the full input tax credit of GST (CGST &
SGST/UTGST or IGST):-

42

Page 45 of 335
------------------------------------------------------------------------------------------------------------------------------------------
13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the Service Provider
at actuals against submission of E-Invoices/Invoices as per format specified in rules/ regulation
of GST subject to the ceiling amount of GST (CGST & SGST/UTGST or IGST) as quoted by
the bidder, subject to any statutory variations, except variations arising due to change in turnover.
In case of any variation in the executed quantities (If directed and/or certified by the Engineer-In-
Charge) the ceiling amount on which GST (CGST & SGST/UTGST or IGST) is applicable will
be modified on pro-rata basis.
13.6.2 The bids will be evaluated based on total price including quoted GST (CGST & SGST/UTGST
or IGST).
13.7 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, Bids will be evaluated as per
quoted prices without loading of GST (CGST & SGST/UTGST or IGST), if not quoted. Further,
an unregistered bidder is required to mention its Income Tax PAN in bid document.
13.8 In case GAIL is required to pay entire/certain portion of applicable GST (CGST &
SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder directly as
per GST (CGST & SGST/UTGST or IGST) laws, entire applicable rate/amount of GST
(CGST & SGST/UTGST or IGST) to be indicated by bidder in the SOR.
Where GAIL has the obligation to discharge GST (CGST & SGST/UTGST or IGST) liability
under reverse charge mechanism and GAIL has paid or is /liable to pay GST (CGST &
SGST/UTGST or IGST) to the Government on which interest or penalties becomes payable as
per GST laws for any reason which is not attributable to GAIL or ITC with respect to such
payments is not available to GAIL for any reason which is not attributable to GAIL, then GAIL
shall be entitled to deduct/ setoff / recover such amounts against any amounts paid or payable
by GAIL to Service Provider / Supplier.
13.9 Service Provider shall ensure timely submission of correct invoice(s)/e-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 Service Provider
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 / setoff / recover such GST amount (CGST
& SGST/UTGST or IGST) or Input Tax Credit amount together with penalties and interest, if any,
against any amounts paid or becomes payable by GAIL in future to the Service Provider under
this contract or under any other contract.
13.10 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 / supplier may note the above and quote their prices accordingly.
13.11 In case the GST rating of Service Provider 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, then GAIL shall not be obligated or liable to pay or reimburse
GST to such Service Provider and shall also be entitled to deduct / recover such GST along with
all penalties / interest, if any, incurred by GAIL.
13.12 GST, as quoted by the bidder in Schedule of Rates, shall be deemed as final and binding for the
purpose of bid evaluation (applicable for tenders where bidder quotes the GST rates). In case a

43

Page 46 of 335
------------------------------------------------------------------------------------------------------------------------------------------
bidder enters “zero/blank” GST or an erroneous GST, the bid evaluation for finalizing the L1
bidder will be done considering the “Zero” or quoted GST rate, as the case may be. No request
for change in GST will be entertained after submission of bids.
In cases where the successful bidder quotes a wrong GST rate, for releasing the order, the
following methodology will be followed:
 In case the actual GST rate applicable is lower than the quoted GST rate, the actual GST
rate will be added to the quoted basic prices. The final cash outflow will be based on actual
GST rate.
 In case the actual GST rate applicable is more than the quoted GST rate, the basic prices
quoted will be reduced proportionately, keeping the final cash outflow the same as the
overall quoted amount.
Based on the Total Cash Outflow calculated as above, GAIL shall place orders.
13.13 Wherever TDS under GST Laws has been deducted from the invoices raised / payments made to
the Service Provider, as per the provisions of the GST law / Rules, Service Provider should accept
the corresponding GST-TDS amount populated in the relevant screen on GST common portal
(www.gst.gov.in). Further, Service Provider should also download the GST TDS certificate from
GST common portal (reference path: Services > User Services > View/Download Certificates
option).
13.14 Provision w.r.t. E- Invoicing requirement as per GST laws:
Supplier who is required to comply with the requirements of E-invoice for B2B transactions as
per the requirement of GST Law will ensure the compliance of requirement of E Invoicing under
GST law. If the invoice issued without following this process, such invoice can-not be processed
for payment by GAIL as no ITC is allowed on such invoices.
Therefore, all the payments to such supplier who is liable to comply with e-invoice as per GST
Laws shall be made against the proper e-invoice(s) only. Further, returns and details required to
be filled under GST laws & rules against such e-invoices should be timely filed by Supplier of
Goods with requisite details.
If input tax credit is not available to GAIL for any reason attributable to supplier (both for E-
invoicing cases and non-E-invoicing cases), 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 / setoff / recover such GST amount (CGST & SGST/UTGST or IGST) or Input Tax
Credit amount together with penalties and interest, if any, by adjusting against any amounts paid
or becomes payable in future to the supplier under this contract or under any other contract.
To ensure compliance, undertaking in requisite format is to be submitted by supplier as per format
F-15 along with documents for release of payment.
13.15 New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt. of India
after the due date of bid submission but before the Contractual Completion Date, shall be
reimbursed to the Service Provider 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.
13.16 Full payment including GST will be released at the time of processing of invoice for payment,
where the GST amount reflects in Form GSTR-2A of GAIL. However, in case where the GST
amount doesn't reflect in Form GSTR-2A of GAIL, the amount of GST will be released after
reflection of GST amount of corresponding invoice in Form GSTR-2A of GAIL.

14 BID CURRENCIES:
Bidders must submit Bid in Indian Rupees only.

44

Page 47 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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 email. A Bidder may refuse
the request without forfeiture of his ‘EMD/Bid Security’/ without any actions being invoked as
per bid security declaration. 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 ‘EMD’ for the period of the
extension and in accordance with “ITB: Clause-16” in all respects.

16 EARNEST MONEY DEPOSIT (EMD)

16.1 Bid must be accompanied with earnest money deposit (i.e Earnest Money Deposit (EMD) also
known as Bid Security) in the form of ‘Demand Draft’ / ‘Banker’s Cheque’ / ‘Insurance Surety
Bond’ /‘Letter of credit’/ ‘Fixed Deposit Receipt’ [in favour of GAIL (India) Limited payable at
place mentioned in BDS] or ‘Bank Guarantee’(Including e- Bank Guarantee) strictly as per the
format given in form F-2B of the Tender Document. Bidder shall ensure that EMD submitted in the
form of ‘Bank Guarantee(Including e- Bank Guarantee)’ 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 only

16.2 The bidder can also submit the EMD through online banking transaction i.e. IMPS/NEFT/RTGS
etc. For this purpose, the details of GAIL’s Bank Account are mentioned under BDS. 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 addition
to forwarding the details to dealing officer through email/letter with tender reference number
immediately after remittance of EMD. 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.
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 (excluding Co-operative banks and Regional Rural 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 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] and a declaration to this effect should be made by such
commercial Bank either in the ‘Bank Guarantee’ itself or separately on its letterhead. Purchaser
will verify the BG from issuing bank.
16.4 Any Bid not secured in accordance with “ITB: Clause-16.1, 16.2 & Clause-16.3” may be rejected
by GAIL as non-responsive.

45

Page 48 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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 ‘Bid Validity’ period
(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) acknowledge receipt of the “Notification of Award” / Fax of Acceptance[FOA]”,
(ii) furnish “Contract Performance Security / Security Deposit”, in accordance with
“ITB: Clause-38”
(iii) accept ‘arithmetical corrections’ as per provision of the clause 30 of ITB.
16.8 In case EMD is in the form of ‘Bank Guarantee’ 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/ Startups are exempted from the payment of EMD.
16.10 In case of forfeiture of EMD/ Bid Security, the forfeited amount will be considered inclusive of
tax and tax invoice will be issued by GAIL. The forfeiture amount will be subject to final decision
of GAIL based on other terms and conditions of order.
16.11 EMD/Bid Bond will not be accepted in case the same has reference of ‘remitter’/’financer’ other
than bidder on the aforementioned financial instrument of EMD/ Bid Bond submitted by the
bidder and bid of such bidder will be summarily rejected.

16A DECLARATION FOR BID SECURITY

MSEs, Start-Ups and CPSEs (to whom exemption is allowed as per extant guidelines in vogue)
are required to submit Declaration for Bid Security as per proforma at Form F-2A.

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-11”, as mentioned at clause no. 8.0
of ITB.

46

Page 49 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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.
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 person signing, must be
typed or printed below the signature. All pages of the Bid except for unamendable 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 Digitally signed documents to be uploaded as detailed in addendum to ITB (Annexure-III to
Section III).

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.
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.
As a principle, clarifications from bidders after opening of tenders will not be sought. However,
where clarifications / documents from the bidders on important aspects are absolutely necessary
for finalization of tender, clarifications from bidder can be asked. The request for clarification
shall be given in email/portal, asking the bidder to respond by a specified date, and also
mentioning therein that, if the bidder does not comply or respond by the date, his tender will be
liable to be rejected. Depending on the outcome, such tenders are to be ignored or considered
further. No change in prices or substance of the bid including specifications, shall be offered or
permitted. No post-bid clarification at the initiative of the bidder shall be entertained. The shortfall
information/ documents should be sought only in case of historical documents which pre-existed
bids and which have not undergone change since then.

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 / Bid Bond / Bid Security declaration

47

Page 50 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(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
(j) Arbitration / Resolution of Dispute/Jurisdiction of Court
(k) Force Majeure & Applicable Laws
(l) Integrity Pact
(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 E-PAYMENT
GAIL (India) Limited has initiated payments electronically to Suppliers / Contractors
electronically through ‘e-banking’.

[D] – SUBMISSION OF BIDS


21 SUBMISSION, SEALING AND MARKING OF BID
21.1 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 EMD /Physical documents shall be addressed to the owner at address specified in IFB.
21.3 Bids submitted under the name of AGENT/ REPRESENTATIVE /RETAINER/ ASSOCIATE
etc. on behalf of a Bidder /Affiliate shall not be accepted.
22 DEADLINE FOR SUBMISSION OF BID
22.1 The Bid must be uploaded on GAIL’s e-Portal not later than the Bid Due Date & Time specified
in IFB of the Tender Documents.
22.2 GAIL may, in exceptional circumstances and at its discretion, extend the Due Date & Time for
Bid submission through a Corrigendum as per clause no. 8.0 and/or 9.0 of ITB. In that 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.
23 LATE BID
23.1 Any Bid received after the Bid Due Date & Time of tenders will be treated as late bids. However,
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 the EMD /physical documents have been received but the Bid is not submitted by the
bidder in the e-Portal, such EMD/ physical documents shall be returned immediately.
23.2 EMD /physical documents 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.

48

Page 51 of 335
------------------------------------------------------------------------------------------------------------------------------------------

24 MODIFICATION AND WITHDRAWAL OF BID

24.1 The Bidder may withdraw or modify its Bid after bid submission but before the Bid Due Date &
Time. No bid shall be modified/ withdrawn after the Bid Due Date & Time.
24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Bid Due Date &
Time 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 / invocation of action as per
Bid Security declaration and rejection of Bid.
24.4 The latest Bid submitted by the Bidder before Bid Due Date & Time 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
25.1 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.
25.2 A bidder is to be permitted to send his representation in writing to dealing officer specified in
tender for rejection of bid. But, such representation has to be sent upto 10(ten) days from the date
of Notification of Award/FOA. A decision on representation will be taken by GAIL within 15
(fifteen) days of the receipt of the representation. Only a directly affected bidder can represent in
this regard:
i) Only a bidder who has participated in tender can make such representation
ii) In case technical bid has been evaluated before the opening of the financial bid, an
application for review in relation to the financial bid may be filed only by a bidder whose
technical bid is found to be acceptable
However, following decisions of GAIL shall not be subject to review:
a) Determination of the need for procurement;
b) Selection of the mode of procurement or bidding system;
c) Choice of selection procedure;
d) Provisions limiting participation of bidders in the procurement process;
e) The decision to enter into negotiations with the L1 bidder;
f) Cancellation of the procurement process except where it is intended to subsequently
re-tender the same requirements;
g) Issues related to ambiguity in contract terms may not be taken up after a contract has been
signed, all such issues should be highlighted before consummation of the contract by the
vendor/ contractor; and
h) Complaints against specifications except under the premise that they are either vague or
too specific so as to limit competition may be permissible.

26 BID OPENING
26.1 Unpriced Bid Opening:

49

Page 52 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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. Techno-commercial bid
evaluation status will be informed to all bidders (including techno-commercially not qualified
Bidders). Price bids are to be opened in the presence of only techno-commercially acceptable
bidders, who are willing to attend the bid opening, at a pre-publicised date, time and place or on
the portal in case of e-procurement. The bidder’s name, bid price, discount (if any) and any such
details considered appropriate shall be read out during 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 even 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.
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 bidders or any other person
not officially concerned with such a process until the award to the successful bidder.
28 CONTACTING THE PURCHASER
28.1 From the time of bid opening to the time of contract award, no bidder shall contact GAIL on any
matter related to the bid, except on request and prior written permission.
28.2 Any effort by the bidder to influence GAIL in bid evaluation, bid comparison or contract award
decisions will vitiate the process and will result in the rejection of the bidder's bid and action shall
be initiated as per the GAIL’s procedure for action in case Corrupt / Fraudulent / Collusive /
Coercive practices in this regard apart from forfeiture of EMD/ Bid Security, if any.
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 / Bid Security/ Bid Security Declaration
(d) is substantially responsive to the requirements of the Tender Document; and
(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.

50

Page 53 of 335
------------------------------------------------------------------------------------------------------------------------------------------
c) “Omission” is the failure to submit part or all of the information or documentation required
in the Tender Document for evaluation of bid.
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 Tenders that do not meet the basic requirements specified in the bid documents are to be
treated as unresponsive {both during Techno-commercial evaluation and Financial
Evaluation in case of Two Bid System ) and will be ignored. All tenders received will
first be scrutinized to see whether the tenders meet the basic requirements as incorporated in
the Bid document and to identify unresponsive tenders, if any. Unresponsive offers may
not subsequently be made responsive by correction or withdrawal of the non- conforming
stipulation. Some important points on the basis of which a tender may be declared as
unresponsive and be ignored during the initial scrutiny are :
i) The tender is not in the prescribed format or is unsigned or not signed as per the stipulations
in the bid document;
ii) The required EMD has not been provided or exemption from EMD is claimed without
acceptable proof of exemption;
iii) The bidder is not eligible to participate in the bid as per laid down eligibility criteria
iv) The bid departs from the essential requirements specified in the bidding document
(for example, the tenderer has not agreed to give the required contract performance
security); or
v) Against a schedule in the list of requirements in the tender enquiry, the tenderer has not
quoted for the entire requirement as specified in that schedule (example: in a schedule,
it has been stipulated that the tenderer will supply the equipment, install and commission it
and also train the GAIL’s personnel for operating the equipment. The tenderer has, however,
quoted only for supply of the equipment).
30 CORRECTION OF ERRORS
30.1 Bids determined to be substantially responsive will be checked by the Purchaser for any arithmetic
errors. Errors in Price Schedule/SOR 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 (i.e. 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 bidder shall be taken as correct and not the amount. The amount
shall be re-calculated/ corrected accordingly.
(iii) In case a Price Schedule/ Schedule of Rate is having provisions of sub-total and grand total
and there is a difference between “sum of sub totals” and “grand total”, “sum of sub totals”
shall be taken as correct

51

Page 54 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(iv) 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 discrepancy in bid shall be conveyed to the bidder asking to respond by a target date and if
the bidder does not agree with observation, the Bid is liable to be rejected and the EMD shall be
forfeited / actions shall be invoked as per Declaration for Bid Security.
30.3 The above provision of Correction of Error shall not be applicable for E-tendering.
31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS
Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.
32 EVALUATION AND COMPARISON OF BIDS
Bid shall be evaluated as per Evaluation Methodology mentioned in Section-II of Tender
Document on lowest bid basis.
In case of a tie at the lowest bid (L1) position between two or more bidders, the order/LOA will
be placed on the bidder who has higher/ highest turnover in last audited financial year.
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 for Promotion of Industry and Internal Trade.
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, if
there is no specific quantity variation/tolerance criteria in SCC. 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.
33.3 At the time of awarding the contract, the tendered quantity can be increased or decreased by 25
(twenty-five) per cent for ordering, if so warranted without change in quoted prices
34 PURCHASE PREFERENCE
Purchase preference to Micro & Small Enterprises (MSEs) and Domestically Manufactured
Electronic Products / Telecom Products or Policy to Provide Purchase Preference as per Public
Procurement (Preference to Make in India), Order 2017 etc. shall be allowed as per Government
instructions in vogue, as applicable from time to time.

Bidders are required to select the applicable purchase preference (i.e. preference category) option
while submitting the bid on GePNIC portal. However, evaluation and applicability of purchase
preference policy will be based on the confirmations & documents submitted by the bidder in the
their bid irrespective of selection made on GePNIC portal.
[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.
“GAIL intent to place the order/contract directly on the address from where Goods are
produced/dispatched OR Services are rendered. In case, bidder wants order/ contract at some

52

Page 55 of 335
------------------------------------------------------------------------------------------------------------------------------------------
other address or supply of Goods/ Services from multiple locations, bidder is required to provide
in their bid, the address on which order is to be placed”.

GAIL will place the Purchase Order/Contract directly on the successful bidder from whom the
bid has been received & evaluated and will not place order on other entities such as subsidiary,
business associate or partner, dealer/distributor etc. of the Bidder.

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 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.
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”.
36.4 The order value is subject to Price Reduction Schedule (PRS) clause.

37.0 DISPATCH SCHEDULE


37.1 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
37.2 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.
37.3 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.

53

Page 56 of 335
------------------------------------------------------------------------------------------------------------------------------------------
37.4 Wherever, part shipment is allowed (refer BDS), the Supplier is allowed to make part shipment.
However, until specified elsewhere in Tender Document, Payment for such part supplied Goods
shall be made after supply of complete quantity of respective item.
37.5 Wherever the items make a full truck load, the suppliers to dispatch such items in a full truck
direct to the consignee on a door delivery basis to the site. In such cases, the supplier to send
a consignee copy of the lorry receipt to the consignee along with the consignment and the
consignment shall be booked to GAIL and not "self”. The supplier should dispatch the
consignments to the designated consignee. All dispatch documents, that is, railway/lorry receipt,
goods consignment note, airway bill, invoices, packing list, freight memos, test certificate, and
so on, shall be sent to the concerned authority which will arrange to make the payment. If the
payment is to be made through the bank, all original documents are to be sent through the
designated bank.

Where critical equipment is involved, suitable special instructions will be provided in SCC to
the supplier about the mode of transport, loading, avoidance of transhipment and, if necessary,
provision of escorts. In case of chemicals, powdery materials, liquid materials, and so on,
supplier is to ensure proper packaging to avoid spillage en route, so as to avoid pollution
problems and also to conform to the ISO 14001 standard (wherever applicable).

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT [CPS/SD]


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 Insurance Surety Bond or Fixed Deposit Receipt or Bank Guarantee (Including
e- 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 individual order value as specified in Notification
of Award is less than INR 5 Lakh (exclusive 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 GST (CGST & SGST/UTGST or IGST).
Bank Guarantee towards CPS shall be from any Indian scheduled bank (excluding Co-operative
banks and Regional Rural 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 Nationalized Indian banks, the bank must be a commercial
bank having net worth in excess of Rs 100 crores and a declaration to this effect should be made
by such commercial bank either in the Bank Guarantee itself or separately on its letterhead.
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 / action as per
declaration for Bid Security.
38.4 Further, Ministry of Finance (MOF) Department of financial service has issued direction for
submission of Bank Guarantee through online vide letter ref number F.No.7/112/2011-BOA dated
17th July 2012. The successful bidder can submit CPS online through issuing bank to GAIL
directly as per the above direction including its revisions, if any. In such cases confirmation will
not be sought from issuing banker by GAIL.
38.5 The successful bidder can also submit the SD/CP G through online banking transaction i.e.
IMPS/NEFT/RTGS/SWIFT etc. For this purpose, the details of GAIL’s Bank Account is

54

Page 57 of 335
------------------------------------------------------------------------------------------------------------------------------------------
mentioned in BDS. Further, in case a successful Bidder is willing to furnish SD/CPS through
SWIFT, the details may be obtained from Purchase Officer immediately after receipt of FOA.
While remitting such online transaction, the bidder must indicate “Security Deposit/ Contract
Performance Guarantee against FOA/DLOA/PO no. _______ (contractor/ vendor to specify the
FOA/DLOA/PO No.)” under remarks column of such transaction on respective bank portal. The
contractor/vendor shall be required to submit the successful transaction details to the dealing
officer immediately through email/letter and necessarily within 30 days from the date of Fax of
Acceptance.
38.6 In case of forfeiture of Contract Performance Security/ Security Deposit in terms of GCC, the
forfeited amount will be considered inclusive of tax and tax invoice will be issued by GAIL. The
forfeiture amount will be subject to final decision of GAIL based on other terms and conditions
of order.
38.7 CPS/Security Deposit will not be accepted in case the same has reference of ‘remitter’/’financer’
other than bidder on the aforementioned financial instrument of CPS/ Security Deposit submitted
by the Supplier.
38.8 The first payment to vendor is to be released only after submission of CPS / Security Deposit
(SD).
38.9 Before the CPS / Security Deposit (SD) is released a "No Claim Certificate" is to be submitted
by the supplier/vendor.

38.10 In case, GAIL allows additional time for submission of CPBG/SD beyond 30 days, a penal
interest of Marginal Cost of Fund based Lending Rate (MCLR) for one year charged by SBI
(applicable on due date of submission of CPBG/SD i.e. 30th day after issuance of
FOA/Notification of award) plus 4.0% p.a (on CPBG/SD amount) shall be charged for delay
beyond 30 days i.e. from 31st days after issuance of FOA.
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 which will supersede the Annexure attached with the GCC.
39.2 The Fraud Prevision Policy document is available on GAIL’s website (www.gailonline.com).
39.3 Name and contact details of nodal officer- refer BDS:
39.4 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.

55

Page 58 of 335
------------------------------------------------------------------------------------------------------------------------------------------
40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES (MSE)
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 and services from MSEs.
i) Issue of tender document to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD.
iii) In Tender, participating Micro and Small Enterprises quoting price within 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 enterprises and such micro and small enterprises shall be allowed to supply upto
25% of the total 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 25%, 4% shall be reserved for MSEs owned by SC/ST entrepreneurs. Further,
3% shall be reserved for MSEs owned by women within above 25% reservation. The
respective quota(s) shall be transferred to other MSEs in case of non-availability of MSEs
owned by SC/ST entrepreneurs / MSEs owned by Women.
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.
The MSE(s) owned by Women shall mean:-
a) In case of proprietary MSE, Proprietor(s) shall be Women.
b) In case of partnership MSE, the Women partners shall be holding atleast 51% share in the
unit
c) In case of private Limited Companies, at least 51% share is held by Women. If the MSE
is owned by Women Entrepreneurs, the bidder shall furnish appropriate documentary
evidence in this regard.
40.3 In case Bidder is a Micro or Small Enterprise, the Bidder shall submit Udyam Registration
Certificate for availing benefit under Public Procurement Policy for MSEs-2012.
Vide Gazette notification dated 18.10.2022 of Ministry of MSME, the following is notified:

“In case of an upward change in terms of investment in plant and machinery or equipment or
turnover or both, and consequent re-classification, an enterprise shall continue to avail of all
nontax benefits of the category (micro or small or medium) it was in before the re-classification,
for a period of three years from the date of such upward change”

56

Page 59 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Accordingly, in case of upward change in status, MSE bidder is required to submit the
previous certificate also to get the MSE benefit.

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.
The Public Procurement Policy for MSEs is meant for procurement of only goods produced &
Services rendered by MSEs. The benefit of policy are not extended to the traders/dealers/
Distributors/Stockiest/Wholesalers.
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 as per
provision mentioned at clause no.40.3 above with prior consent in writing from GAIL, 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.
40.5 Further, MSEs who are availing the benefits 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.
40.6 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.
40.7 It may be noted that Government of India has implemented Trade Receivable Discounting System
(TreDS) to address challenges faced by MSMEs in delayed payments (after receipt/acceptance of
Material/Services) from Government buyers leading to shortfall of Working Capital. TreDS is an
online electronic institutional mechanism for facilitating the financing of trade receivables of
MSMEs through multiple financiers. GAIL is already registered on the following TreDS platform:
• M/s Receivable Exchange of India (RXIL), Mumbai
• M/s Mynd Solutions Private Limited (Mynd), New Delhi
• M/s A. TREDS (Invoicemart), Mumbai
MSME Bidders are required to register on the TreDS platform. The MSME vendors can avail the
TReDS facility, if they want to.
40.8 Interest payment on delayed payments to MSME is payable in line with Micro, Small and Medium
Enterprises Development Act, 2006.
41 PACKING INSTRUCTIONS
41.1 Packing shall be strong and sturdy such that it can withstand loading/unloading & pushing by
mechanical devices. All packaging shall be done in such a manner as to reduce volume and weight

57

Page 60 of 335
------------------------------------------------------------------------------------------------------------------------------------------
as much as possible without jeopardizing the safety of the material. All packing materials shall be
new.
41.2 Fragile articles should have special packing materials depending on type of materials.
41.3 All soft and delicate surfaces on equipment/material should be carefully protected / painted with
suitable coating and wrapped to prevent rusting and damage. All mechanical and electrical
equipment and other heavy articles should be securely fastened to the bottom of the case, to avoid
damage.
41.4 Attachments and spare parts of equipment 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 equipment and part number and reference
number shall be indicated.
41.5 All protrusions shall be suitably protected and openings shall be blocked by wooden/steel covers
as may be required.
41.6 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.
41.7 Each package shall be marked on three sides with proper paints/indelible waterproof ink as
follows:
PURCHASER:
DESTINATION:
Purchase Order No…......................................................................
Net Wt.....................…………….... Kgs,
Gross Wt...................................... Kgs.
Dimensions.................................................X....................X...........................CM.
Package No. (Sl. No. of total packages).........................................................................
Seller’s Name.............................................................................................................
41.8 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

41.9 GREEN PACKAGING:


Green packaging, also known as sustainable packaging makes use of materials and
manufacturing methods for the packaging of goods that has a significantly low impact on both
energy consumption and the environment thus resulting in improved sustainability
In order to promote Green Packing, vendors/suppliers may use packaging that are preferably
biodegradable. Multilayer packaging may not be used, wherever applicable. While packaging, the
following may be preferred:
(i) Adopt green packaging practices for packaging
(ii) Packaging may be recyclable with appropriate recycling labels on packaging or goods.
The product may be packaged in material that is recyclable after use and be certified for
this.

58

Page 61 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(iii) If plastic packaging is unavoidable, then the packaging shall be reusable plastics or
made of recycled material. The packaging should have appropriate recycling label on
it.
(iv) The paper to be packaged in material that is recyclable/reusable or biodegradable.
(v) Alternate packaging materials like aluminium, cardboard, paper, paper board, jute bag
etc. may be explored.
(vi) Use of reusable containers or packaging to transport products;
(vii) Styrofoam, thermocols, thin film plastics, polystyrene etc. may be avoided
(viii) Avoid the use of materials toxic to humans or the environment

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 which will supersede the Annexure attached with the GCC.
43 MENTIONING OF PAN NO. IN INVOICE/BILL
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
or as amended from time to time.
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 DISPUTE RESOLUTION MECHANISM
44.1 QUARTERLY CLOSURE OF THE CONTRACT AND SAMADHAN MECHANISM
During execution of 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 related issues /disputes will be monitored
and addressed on quarterly basis for resolution. Vendor/ Supplier/ Contractor/Consultant
(hereinafter referred ‘Vendor’) should first refer any issues/disputes to Engineer-in-Charge (EIC)
for LOA/contracts/ Dealing C&P Executive for Purchase Orders and co-operate them for smooth
execution of the contract and to timely address the issues, if any. For applicability of ‘Quarterly
Closure’, please refer BDS.
In case issue is not resolved by above, Supplier may submit their issue(s) to Vendor Grievance
Portal “Samadhan”, which will be addressed by GAIL within 15 days. The Samadhan Portal is
available at https://gailebank.gail.co.in/grievance/welcome.aspx .

Accordingly, the methodology for resolution of issue(s)/ grievance (s) of Vendor shall be as under:
(i) Any issue should be first referred to EIC for contracts/ Dealing C&P Executive for
Purchase Orders.
(ii) In case issue is not resolved, Vendor may submit their issue/ grievance through online
Vendor Grievance Portal-“Samadhan”.
(iii) In case, Vendor is not satisfied, there is a provision of escalation of issue to higher authority
in GAIL. This option is available two times to vendor.

59

Page 62 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(iv) Further, issue(s) can only be submitted upto 1 month after closure of respective Order/
LOA/Contract.
(v) Vendor should refer their issue/ grievance through above mode only. Issue/ grievance
received through any other mode shall not be entertained.
44.2 CONCILIATION AND ARBITRATION
Shall be as per cl.no.30 of General Conditions of Contract (GCC)-Goods.
45 DISPUTES BETWEEN CPSE’S/GOVERNMENT DEPARTMENT’S/ ORGANIZATIONS
Shall be as per cl.no.30.4 of General Conditions of Contract (GCC)-Goods
46 REPEAT ORDER
Shall be as per Clause no. 40 of GCC-Goods except the percentage of repeat order shall be order
upto 25% of the original ordered quantity.

47 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS


To promote cashless transactions, the onward payments by Suppliers to their employees, service
providers, sub-contractors and suppliers may be made through Cards and Digital means to the
extent possible

48 PROVISIONS 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 AND AS AMENDED FROM TIME TO TIME) (FOR APPLICABILITY
REFER BDS)
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 and submission of document
specified in Section-II.
Further, the Startups are also exempted from submission of EMDs, if applicable.
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.
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.
49 PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT NOTE
TOWARDS PRS
PRS is the reduction in the consideration / contract value for the goods / services covered under
this contract. In case of delay in supply/ execution of contract, supplier should raise invoice for
reduced value as per Price Reduction Schedule Clause (PRS clause). If supplier has raised the
invoice for full value, then supplier should issue Credit Note towards the applicable PRS amount
with applicable taxes.

60

Page 63 of 335
------------------------------------------------------------------------------------------------------------------------------------------
In such cases if supplier fails to submit the invoice with reduced value or does not issue credit
note as mentioned above, GAIL will release the payment to supplier after giving effect of the PRS
clause with corresponding reduction of taxes charged on vendor’s invoice, to avoid delay in
delivery/collection of material.
In case any financial implication arises on GAIL due to issuance of invoice without reduction in
price or non-issuance of Credit Note, the same shall be to the account of supplier. GAIL shall be
entitled to deduct / setoff / recover such GST amount (CGST & SGST/UTGST or IGST) together
with penalties and interest, if any, against any amounts paid or becomes payable by GAIL in future
to the Supplier under this contract or under any other contract.

50 UNIQUE DOCUMENT IDENTIFICATION NUMBER BY PRACTICING CHARTERED


ACCOUNTANTS
Practicing Chartered Accountants shall generate Unique Document Identification Number
(UDIN) for all certificates issued by them as per provisions of Tender Document.
However, UDIN may not be required for documents being attested by Chartered Accountants in
terms of provisions of Tender Document.

51 PROVISION W.R.T. TDS ON PURCHASE OF GOODS UNDER SECTION 194Q OF


INCOME TAX ACT
51.1 TDS as applicable will be deducted by GAIL under section 194Q of the Income Tax Act, 1961
on Purchases exceeds Rs. 50 Lakhs or limit defined therein from time to time during the financial
year.
51.2 Since GAIL is liable to deduct Income Tax TDS under section 194Q, the provision of TCS as per
section 206C(1H) of the Income Tax Act, 1961 shall not be applicable.
51.3 Higher rate of TDS for non-filers of ITR
As per Section 206AB of Income Tax Act, 1961, in case of any vendor/supplier who does not filed
their Income Tax Return for both of the two previous years preceding to current year and aggregate
amount of TDS is more than or equal to 50,000/- in each of those previous two years (or limit
defined by Govt. from time to time), then TDS will be deducted at the higher of following rates:
(I) Twice the rate mentioned in relevant TDS section.
(II) Twice the rate or rates in force
(III) 5%
52 DOCUMENTS FOR PAYMENT:
Payment terms shall be as mentioned in GCC-Goods/SCC.
However, for release of payment, the following documents is to be submitted by supplier/
vendor:
i) Supplier's Invoice indicating, inter alia description and specification of the goods,
quantity, unit price, total value;
ii) Packing list;
iii) LR/GR/consignment note;
iv) Manufacturer's guarantee certificate and in-house inspection certificate (wherever
applicable);
v) Inspection certificate issued by purchaser's inspector (wherever applicable); and
vi) Any other document(s) as and if required in terms of the contract.

61

Page 64 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Further, GAIL is in process of implementing Vendor Invoice Management (VIM). After


implementation of same (to be communicated separately), Supplier/ Vendor to forward the
invoice on VIM Collection Center or upload digital invoice on Portal (details of same will be
provided separately). The copy of invoice and all other document mentioned above or in
order/ contract is to be forwarded to address provided in order/contract.

53 ORDER TRANSMITTAL SYSTEM:

The complete PO/LOA along with all annexures including tender document shall be shared
through order/contract transmittal system after intimation through email.
Supplier/Contractor is requested to visit https://gailonline.com/home.html and click on link
order/contract transmittal system ( It can be found under Vendor Zone (Portal For Suppliers))
or https://gailebank.gail.co.in/GOGA_AUDIT/frmUserLogin.aspx.
Therein, in order to access the detailed order/contract, supplier/contractor shall be prompted
to enter your email id. Further an OTP shall be sent on your registered mobile number. After
entering OTP, supplier/contractor shall be allowed to download complete PO/LOA along with
all annexures including tender document. After downloading the documents , the
supplier/contractor shall be required to digitally sign the document (by authorized signatory)
for uploading the documents on order/contract transmittal system towards acknowledgement
of the same.

62

Page 65 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Annexure-I to Section-III

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 a 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 Employer 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”
A.6 ”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).
A.7 “Competent Authority” shall mean the authority, 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 concerns which come within the sphere of effective influence of the banned/suspended
agency shall be treated as allied agency. 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 agency;
c) Substantial or majority shares are owned by the banned/ suspended agency and by virtue of this it has a
controlling voice.
d) Directly or indirectly controls, or is controlled by or is under common control with another bidder.
e) All successor agency will also be considered as allied agency.
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.
A.10 "Obstructive practice": materially impede the procuring entity's investigation into allegations of one or more of the
above mentioned practices either by deliberately destroying, falsifying, altering; or by concealing of evidence material
to the investigation; or by making false statements to investigators and/ or by threatening, harassing or intimidating
any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation; or by impeding GAIL's rights of audit or access to information.

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 Earnest Money Deposit (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:

63

Page 66 of 335
------------------------------------------------------------------------------------------------------------------------------------------

If an agency, is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, action shall be


initiated for putting the agency on banning list.

After conclusion of process and issuance of Speaking order for putting party on banning list, 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) submitted by agency against such order (s)/ contract (s)
shall also be forfeited. Further such order/ contract will be closed following the due procedure in this regard.

The amount that may have become due to the contractor on account of work already executed by him shall
be payable to the contractor and this amount shall be subject to adjustment against any amounts due from the
contractor under the terms of the contract. No risk and cost provision will be enforced in such cases.

Suspension of order/ contract:

Further, only in the following situations, the concerned order (s)/ contract(s) (where Corrupt/Fraudulent/
Collusive/ Coercive Practices are observed) and payment shall be suspended after issuance of Suspension
cum Show Cause Notice:

(i) Head of Corporate Vigilance Department/CVO based on the investigation by them, recommend for
specific immediate action against the agency.
(ii) Head of Corporate Vigilance Department/CVO based on the input from investigating agency,
forward for specific immediate action against the agency.

Suspension cum Show Cause Notice being issued in above cases after approval of the competent authority (as
per provisions mentioned under Clause no. D) shall also include the provision for suspension of Order (s)/
Contract (s) and payment. Accordingly, after issuance of Suspension cum Show Cause Notice, the formal
communication for suspension of Order (s)/ Contract (s) and payment with immediate effect will be issued by
the concerned person of GAIL.

During suspension, Contractor/ Service Providers will be allowed to visit the plant/ site for upkeep of their
items/ equipment, GAIL’s issued materials (in case custody of same is not taken over), demobilizing the site
on confirmation of EIC, etc.
In addition to above, Recovery of payments (other than due payments) including balance advance payments,
if any, made by along with interest thereon at the prevailing rate shall be recovered.

(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.
Further, the Contract cum Performance Bank Guarantee (CPBG)/Contract Performance Security (CPS)
submitted by agency against such order (s)/ contract (s) shall be forfeited.

(iii). After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period

If an agency is found to have indulged in corrupt/fraudulent/ collusive/coercive practices, after expiry of


Defect liability period (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:

64

Page 67 of 335
------------------------------------------------------------------------------------------------------------------------------------------
S. Description Period of banning
No. from the date of
issuance of Banning
order
1 Misrepresentation/False information other than pertaining to BEC 06 Months
of tender but having impact on the selection process.

For example, if an agency confirms not being in holiday in


GAIL/PSU’s PMC or banned by PSUs/ Govt. Dept., liquidation,
bankruptcy & etc. and subsequently it is found otherwise, such
acts shall be considered in this category.
2 Corrupt/Fraudulent (except mentioned at sl. no. 1 above) 01 year
/Collusive/Coercive Practices

2.1 If an agency again commits Corrupt/Fraudulent (except mentioned 2 years (in addition to
at sl. no. 1 above) /Collusive/ Coercive Practices in subsequent the period already
cases after their banning, such situation of repeated offense to be served)
dealt with more severity.
3 Indulged in unauthorized disposal of materials provided by GAIL 2 years
4 If act of vendor/ contractor is a threat to the National Security 2 years

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 tenders/future tenders.
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 enquiry /bid/tender but before opening of Technical bid, the bid submitted by the agency shall be
ignored.
C.3.2 After opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be opened and
BG/EMD submitted by the agency shall be returned to the agency.
C.3.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the agency shall be ignored &
will not be further evaluated. In case such agency is lowest (L-1), next lowest bidder shall be considered as L-1.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated by Corporate C&P Department when

(i) Corporate Vigilance Department based on the fact of the case gathered during investigation by them
recommend for specific immediate action against the agency.
(ii) Corporate Vigilance Department 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 six months and is to be communicated
to the agency and also to Corporate Vigilance Department. Period of suspension can be extended with the
approval of the Competent Authority by one month at a time with a ceiling of 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.

65

Page 68 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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:
D.3.2.1 After issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the agency shall
be ignored.
D.3.2.2 After opening Technical bid but before opening the Price bid, the Price bid of the agency shall not be opened and
BG/EMD submitted by the agency shall be returned to the agency.
D.3.2.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the agency shall be ignored
& will not be further evaluated. In case such agency is lowest (L-1), next lowest bidder shall be considered as
L-1.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works and services shall have provision that the bidder shall submit a
undertaking to the effect 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. Such an appeal shall be preferred within one month from the 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.

66

Page 69 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Annexure-II to Section-III

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/


CONSULTANTS

1.0 GENERAL

A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants and their performance is a key process and
important to support an effective purchasing & contracting function of an organization.
Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to be closely monitored to ensure
timely receipt of supplies from a Vendor, completion of an assignment by a Consultant or complete execution of order
by a contractor within scheduled completion period. For timely execution of projects and meeting the operation &
maintenance requirement of operating plants, it is necessary to monitor the execution of order or contracts right from
the award stage to completion stage and take corrective measures in time.

2.0 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 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.

3.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet


Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/Consultant for all
orders/Contracts with a value of Rs. 50 Lakhs and above is recommended to be drawn up. Further,
Performance rating data Sheet for orders/contracts of Vendor/Supplier/Contractor/ Consultant who are on
watch list/holiday list/ banning list shall be prepared irrespective of order/ contract value. These data sheets
are to be separately prepared for orders/ contracts related to Projects and O&M. Format, Parameters, Process,
responsibility for preparation of Performance Rating Data Sheet are separately mentioned.
ii) Measurement of Performance
Based on the parameters defined in Data Sheet, 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.

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. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is not on watch
list/ holiday list/ banning list.

67

Page 70 of 335
------------------------------------------------------------------------------------------------------------------------------------------
ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO with material code ending with
9).

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 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/


CONSULTANTS

5.1 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 Performance
Rating Data Sheet (Format at Annexure-1) for all Orders and Contracts.
iii) Depending upon the Performance Rating, following action shall 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, Performance Rating data Sheet 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” (as per Performance Rating carried out after execution of
Order/ Contract and where no reply/ unsatisfactory reply is received from party against the letter
seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with sharing the
performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for the following action:

1. Poor Performance on account of Quality (if marks obtained against Quality parameter is
less than 20):

(a) First Instance: Holiday (Red Card) for One Year


(b) Subsequent instance (s) in other ongoing order (s)/ contract (s) or new order
(s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday
(Red Card) for Two Years

2. Poor Performance on account of other than Quality (if marks obtained against Quality
parameter is more than 20):

(a) First such instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of
Two (2) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or new order
(s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Putting
on Holiday (Red Card) for a period of One Year

68

Page 71 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(c) Subsequent instances (more than two) in other ongoing order (s)/ contract
(s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Putting on Holiday (Red Card) for a period of Two Years.

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract due to


poor performance attributable to Vendor/Supplier/ Contractor/Consultant (under Clause no. 28.1 of
GCC-Goods )

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of Two (2)
Years.
Further such vendor will not be allowed to participate in the re-tender of the same
supply/work/services of that location which has terminated / offloaded. Moreover, it will
be ensured that all other action as per provision of contract including forfeiture of Contract
Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other tenders and to execute
other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of two years unless the same
is converted into Red Card due to subsequence instances of poor/ non-performance in other
ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant.

(b) Second instances in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for period of One
Year and they shall also to be considered for Suspension.

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or new
order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red
Card) for period of Two Years and they shall also to be considered for Suspension.

(C) Where Performance rating is “FAIR”:


Issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to improve their
performance.

5.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in para 5.1 for Projects.

5.3 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 Performance Rating Data Sheet (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 shall be initiated by EIC:

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

69

Page 72 of 335
------------------------------------------------------------------------------------------------------------------------------------------
iv) Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of satisfactory
reply, Performance Rating data Sheet 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” (as per Performance Rating carried out after execution of
Order/ Contract and where no reply/ unsatisfactory reply is received from party against the letter
seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with sharing the
performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for the following action:

1. Poor Performance on account of Quality (if marks obtained against Quality parameter is
less than 20):

(a) First Instance: Holiday (Red Card) for One Year


(b) Subsequent instance (s) in other ongoing order (s)/ contract (s) or new order
(s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday
(Red Card) for Two Years

2. Poor Performance on account of other than Quality (if marks obtained against Quality
parameter is more than 20):

(a) First such instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of
Two (2) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or new order
(s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Putting
on Holiday (Red Card) for a period of One Year
(c) Subsequent instances (more than two) in other ongoing order (s)/ contract
(s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Putting on Holiday (Red Card) for a period of Two Years.

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract due to


poor performance attributable to Vendor/Supplier/ Contractor/Consultant (under Clause no. 28.1 of
GCC-Goods)

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of Two (2)
Year.
Further such vendor will not be allowed to participate in the re-tender of the same
supply/work/services of that location which has terminated / offloaded. Moreover, it will
be ensured that all other action as per provision of contract including forfeiture of Contract
Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other tenders and to execute
other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of two years unless the same
is converted into Red Card due to subsequence instances of poor/ non-performance in other
ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant.

(b) Second instances in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red Card) for period of One
Year and they shall also to be considered for Suspension.

70

Page 73 of 335
------------------------------------------------------------------------------------------------------------------------------------------
(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or new
order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday (Red
Card) for period of Two Years and they shall also to be considered for Suspension.

(C) Where Performance rating is “FAIR”


Issuance of warning to such defaulting Vendors/Contractors/Consultants to improve their
performance.

6.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

6.1 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.

7.0 EFFECT OF HOLIDAY

7.1 If a Vendor/ Supplier/Contractor/ Consultant is put on Holiday, such Vendor/ Supplier/Contractor/ Consultant shall
not be considered in ongoing tenders/future tenders.
7.2 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
will not be forfeited and payment will be made as per provisions of concerned contract. However, this would be
without prejudice to other terms and conditions of the contract.
7.3. Effect on other ongoing tendering:
7.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid submitted by the party shall be
ignored.
7.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the party shall not be opened and
BG/EMD submitted by the party shall be returned to the party.
7.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer of the party shall be ignored & will
not be further evaluated. In case such agency is lowest (L-1), next lowest bidder shall be considered as L-1.
8.0 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 in new tender during the period
of holiday.
9.0 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.

10. 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 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).

71

Page 74 of 335
------------------------------------------------------------------------------------------------------------------------------------------
11. 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 bidding or withdrawal of bid or modification of bid or varying any term in regard thereof leading to re-
tendering, GAIL shall forfeit EMD if paid by the bidder and such bidders shall be debarred from participation in
retendering of the same job(s)/item(s).
Further, such bidder will be put on Watch List (Yellow Card) for a period of two years after following the due
procedure. However, during the period in watch list such vendor will be allowed to participate in all other tenders and
to execute other ongoing order/ contract (s) or new contract/ order (s).
In case of subsequent instances of default in other tender(s) during aforesaid watch list period, the action shall be
initiated as per provision of sl. no. 2 of para A of Clause no. 5.1 (v) and 5.3 (v).
The Yellow card will be automatically revoked after specified period unless the same is converted into Red Card.

12. In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent government agency
brings to the notice of GAIL that the Supplier has not remitted the amount towards GST (CGST & SGST/UTGST or
IGST) collected from GAIL to the government exchequer, then, that Supplier shall be put under Holiday list of GAIL
for period of six months after following the due procedure. This action will be in addition to the right of recovery of
financial implication arising on GAIL.

72

Page 75 of 335
------------------------------------------------------------------------------------------------------------------------------------------

Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(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 Parameter Delivery/ Completion Performance Quality Performance Reliability Performance# Total
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

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

73

Page 76 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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, PBG, Drawings 4 marks


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, PBG, Drawings and other 5 marks


documents within time

74

Page 77 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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

Page 78 of 335
------------------------------------------------------------------------------------------------------------------------------------------
/
Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(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 Parameter Delivery Performance Quality Performance Reliability Performance# Total


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

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

76

Page 79 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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, PBG, Drawings 4 marks


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, PBG, Drawings and other 5 marks


documents within time

77

Page 80 of 335
------------------------------------------------------------------------------------------------------------------------------------------
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

78

Page 81 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Annexure-III to Section-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS


(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

Detailed instructions regarding bid submission procedure under e-tendering system (e-tender
portal) is available on https://gailtenders.in/Gailtenders/Home.asp as detailed below

79

Page 82 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Annexure-IV to Section-III

BIDDING DATA SHEET (BDS)

ITB (SECTION-III) 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 SPECIAL CONTROL VALVES-
MIXED
RFQ NO : DC/B378-000-YC-MR-2351/238

General The Purchaser is: GAIL (India) Limited


The consignee details and Delivery Location for the goods are as under:-
Consignee: GAIL (India) Limited, Usar
Post: Malyan, Dist: Raigad, Maharashtra-402203
Delivery Location: GAIL (India) Limited, Usar
Payment GM (F&A), GAIL, Usar
Authority
B. TENDER DOCUMENT
8.1 For clarification purposes only, the communication address is:

Attention: Mr. Chinmoy Kapuria, CGM(SCM)


Engineers India Limited, Tower-1, 1st Floor
Gurugram-122001
Haryana (India)
Email: c.kapuria@eil.co.in/d.chatterjee@eil.co.in/rahul.jain@eil.co.in/ jaydeep.jesur@eil.co.in
Tel No. +91(0)–124–289-1281/1339/1351
C. PREPARATION OF BID
11.1.1 (m) Additional documents to be submitted by the Bidder with its Part-I (Techno-
commercial/ Unpriced bid): As referred in ITB/SCC.
12 Additional Provision for Price Schedule/ Schedule of Rate/ Bid Price are as
under: Refer Price Schedule
Whether GAIL will be able to avail input tax credit in the instant tender
12 & 13 YES

NO

12.2 Transit Insurance shall be arranged by :-


GAIL

80

Page 83 of 335
------------------------------------------------------------------------------------------------------------------------------------------
SUPPLIER

In case, transit/marine insurance to be arranged by GAIL, the details of


Transit/marine Insurance Policy are as under:-
Refer SCC Clause No.8 (Insurance)
12.4 Delivery basis shall be

FOT/FOR Site, GAIL USAR


EX-WORKS / FOT Dispatch point,,
………..…(Bidder to indicate location)

13.7 and 13.8 Details of Buyer:

Consignee GAIL (India) Limited, Usar


Post: Malyan, Dist: Raigad,
Maharashtra-402203
PAN No. AAACG1209J
GST no. 27AAACG1209J3ZU
GAIL Bank details Current Account No. -
0000032777301473
IFSC - SBIN0006240
Branch - Konkan Bhavan Branch,
BELAPUR
Address - CIDCO BHAWAN
GROUND FLOOR
CBD BELAPUR NAVIMUMBAI
400614
14 The currency of the Bid shall be INR
15 The bid validity period shall be 3 months‘ from final 'Bid Due Date'.
16.1 In case 'Earnest Money Deposit / Bid Security'/ Insurance Surety Bond’ /
‘Fixed Deposit Receipt is in the form of 'Demand Draft', the same should be
favor of GAIL (India) Limited, payable at New Delhi
16.9 & FOR EMD GAIL’s Bank a/c details:
38.5
“Beneficiary Name- GAIL India Limited
Beneficiary A/c no: 10813604063 .
Bank and Branch- State Bank of India, CAG Branch, 5th
Floor, Red Fort Capital, Parsvnath Tower, Bhai Veer
Singh Marg, Gole Market, New Delhi-110001.
IFSC Code SBIN0017313”

Bidder to mention reference no. “EMD/……….” in narration while remitting bid


security /EMD amount in GAIL’s Bank Account.

81

Page 84 of 335
------------------------------------------------------------------------------------------------------------------------------------------
AND

CPS Bank Details:

Bank: STATE BANK OF INDIA,


Current Account No. - 00000032777301473
IFSC - SBIN0006240
Branch - Konkan Bhavan Branch, BELAPUR
Address - CIDCO BHAWAN GROUND FLOOR CBD BELAPUR NAVI
MUMBAI 400614
Successful Bidder to mention reference no. “CPS/FOA/PO no.……….” in
narration while remitting CPS amount in GAIL’s Bank Account.

D. SUBMISSION AND OPENING OF BIDS


22 The E-Tender No. of this bidding process is: 2023_GAIL_153808_1

22.2 For bid submission purpose only (Manual) or the submission of physical
document as per clause no. 4.0 of IFB and 22.2 of Section-III and Bid Opening
Purpose, the Owner’s address is :
Attention: Mr. Chinmoy Kapuria, CGM(SCM)
Engineers India Limited, Tower-1, 1st Floor
Gurugram-122001
Haryana (India)
Email: c.kapuria@eil.co.in /d.chatterjee@eil.co.in/ rahul.jain@eil.co.in/
/jaydeep.jesur@eil.co.in
Tel No. +91(0)–124–289-1281/1302/1339/1351
26 The bid opening shall take place at:
EIL-Gurugram
E. EVALUATION, AND COMPARISON OF BIDS
32 Evaluation Methodology is mentioned in Section-II.
34 The following Purchase Preference Policy will be applicable as per provisions
mentioned in tender:

i) Micro & Small Enterprises (MSEs)


ii) Policy to Provide Purchase Preference as per Public Procurement (Preference to
Make in India), Order 2017

DMI&SP Not Applicable


(Domestically
manufactured
Iron & Steel
products)
Policy
F. AWARD OF CONTRACT
36 The following designated authority shall be contacted after receipt of Notification
of Award for all contractual matters :- shall be informed later

82

Page 85 of 335
------------------------------------------------------------------------------------------------------------------------------------------
37.4 Whether part shipment is allowed:
YES

NO

38 Contract Performance Security (CPS)/ Security Deposit


APPLICABLE

NOT APPLICABLE

If applicable, the value/ amount of Contract Performance Security/ Security


Deposit
(i) Procurement of Goods except Rate Contracts: SD/CPBG @ 10% of
Total Order/ Contract Value within 30 days of FOA/ notification of
award

In case, GAIL allows additional time for submission of CPBG/SD beyond 30 days, a
penal interest of Marginal Cost of Fund based Lending Rate (MCLR) for one year
charged by SBI (applicable on due date of submission of CPBG/SD i.e. 30th day after
issuance of FOA/Notification of award) plus 4.0% p.a (on CPBG/SD amount) shall be
charged for delay beyond 30 days i.e. from 31st days after issuance of FOA.
39.2 Name and contact details of nodal officer:
Name: Sushil Kumar Gupta
Designation: CGM(C&P)
Contact Details / E-mail ID: sk.gupta@gail.co.in
40 Whether tendered item is non-split able or not-divisible:
YES

NO

44.1 Quarterly Closure of Contract

APPLICABLE

NOT APPLICABLE

48 Applicability of provisions relating to Startups:

APPLICABLE

83

Page 86 of 335
------------------------------------------------------------------------------------------------------------------------------------------

NOT APPLICABLE

Clause no.38 Fall Clause:


of GCC
APPLICABLE

NOT APPLICABLE

Further, the list of exclusions mentioned at cl.no.38.2 of GCC-Goods are modified


as under:
“a) Export/Deemed Export by the supplier;
b) Sale of goods as original equipment prices lower than the price charged for
normal replacement;
c) Sale of goods such as drugs, which have expiry date;
d) Sale of goods at lower price on or after the date of completion of sale/placement
of order of goods or services by the authority concerned, under the existing or
previous Rate Contracts as also under any previous contracts entered into with the
Central or State Government Departments including new undertakings (excluding
joint sector companies and or private parties) and bodies.”
SCC Documents required for accepting the Goods:

COMMERCIAL INVOICE
#GST INVOICE
#THIRD PARTY INSPECTION RELASE NOTE/IBR (WHERE APPLICALBLE)
#TEST CERTIFICATES (WHERE APPLICALBE)
#PACKING LIST
#CHALLAN
#LR/BILL OF COASTAL GOODS
#WARRANTY CERTIFICATE (WHERE APPLICABLE)
#ANY OTHER RELEVANT DOCUMENT AS REQUIRED IN THE PO/RFQ DOCUMENTS
Repeat order Not Applicable

Terms and Not Applicable


conditions for
site work
Terms and Applicable as per attached Annexure to SCC (Terms and conditions for Supervision
conditions for Services). Bidder is required to submit the duly signed & stamped copy of the same.
Supervision
Vendor GAIL has implemented “Vendor Invoice Management (VIM) system” with effect
Invoice from 01.04.2023. For details bidder to refer GAIL’s website
Management (https://gailtenders.in/Gailtenders/Home.asp )

84

Page 87 of 335
------------------------------------------------------------------------------------------------------------------------------------------
ANNEXURE-V TO SECTION-III

POLICY TO PROVIDE PURCHASE PREFERENCE AS PER PUBLIC PROCUREMENT


(PREFERENCE TO MAKE IN INDIA), ORDER 2017

1.0 Ministry of Petroleum & Natural Gas vide Notification No. FP-20013/2/2017-FP-PNG-Part(4)
(E-41432) dated 26.04.2022 has notified that Public Procurement (Preference to Make in India),
Order 2017 (PPP-MII) issued by DPIIT and as amended from time to time shall be applicable to
all the Public Sector Undertakings and their wholly owned subsidiaries under MoP&NG with
certain modifications.

2.0 The Public Procurement (Preference to Make in India), Order 2017 (PPP-MII) issued by DPIIT to
encourage ‘Make in India’ and promote manufacturing & production of goods and services in
India with a view to enhancing income and employment.

3.0 DEFINITIONS:-

(i) Local Content means the amount of value added in India which shall, unless otherwise prescribed
by the Nodal Ministry, be the total value of item procured (excluding net domestic indirect taxes)
minus the value of imported content in the item (including all custom duties) as a proportion of
the total value, in percent.

Further Local value addition through services such as transportation, insurance, installation,
commissioning, training, and after sale support like AMC/CMC etc. shall be considered in local
content calculation.

(ii) ‘Class-I local supplier’ means a supplier or service provider, whose goods, services or works
offered for procurement, meets the minimum local content of equal to or more than 50%.

‘Class-II local supplier’ means a supplier or service provider, whose goods, services or works
offered for procurement, meets the minimum local content of more than 20% but less than 50%.

‘Non - Local supplier’ means a supplier or service provider, whose goods, services or works
offered for procurement, has local content less than or equal to 20%.

(iii) L1 mean the lowest tender or lowest bid or the lowest quotation received in a tender, bidding
process or other procurement solicitation as adjudged in the evaluation process as per tender or
other procurement solicitation.

(iv) Margin of Purchase Preference: means the maximum extent to which the price quoted by a
Class-I local supplier may be above the L1 for purpose of purchase Preference.

(v) Nodal Ministry means the Ministry of Petroleum & Natural Gas

(vi) Procuring Entity means GAIL (India) Limited (GAIL)

(vi) Works means all the works as per Rule 130 of GFR-2017 also include ‘turnkey works’

85

Page 88 of 335
------------------------------------------------------------------------------------------------------------------------------------------

4.0 Margin of Purchase Preference: The margin of purchase preference shall be 20%.

5.0 ELIGIBILITY OF ‘CLASS-I LOCAL SUPPLIER’/ ‘CLASS-II LOCAL SUPPLIER’/


‘NON-LOCAL SUPPLIERS’ FOR DIFFERENT TYPES OF PROCUREMENT

(a) In procurement of all goods, services or works in respect of which the Nodal Ministry /
Department has communicated that there is sufficient local capacity and local competition,
only 'Class-I local supplier', shall be eligible to bid irrespective of purchase value.

(b) Only ‘Class-I local supplier’ and ‘Class-II local supplier’, shall be eligible to bid in
procurements undertaken by procuring entities, except when Global tender enquiry/
International Competitive bidding has been issued. In global tender enquiries/
International Competitive bidding ‘Non local suppliers' shall also be eligible to bid along
with ‘Class-I local suppliers' and ‘Class-II local suppliers'.

(c) Works includes Engineering, Procurement and Construction (EPC) contracts and services
include System Integrator (SI) contracts

(d) HP-HT Operations in upstream oil and gas business activities shall be exempted from this
order.

6.0 PURCHASE PREFERENCE METHODOLOGY UNDER PPP-MII (SUBJECT TO


QUANTITY DISTRIBUTION APPLICABLE TO MSES AS PER PUBLIC PROCUREMENT
POLICY FOR MSE 2012, REFER EXAMPLES GIVEN BELOW):

(a) Purchase preference shall be given to ‘Class-I local supplier’ in procurements in the manner
specified here under.

(b) In the procurements of goods or works which are cover by para 5 (b) above and which are
divisible in nature, the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II
local supplier’ as well as ‘Non-local supplier’, as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract for full quantity will be awarded to L1.

ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded to
L1. Thereafter, the lowest bidder among the 'Class-I local supplier' will be invited to
match the L1 price for the remaining 50% quantity subject to the Class-I local supplier's
quoted price falling within the margin of purchase preference, and contract for that
quantity shall be awarded to such ‘Class-I local supplier’ subject to matching the L1
price. In case such lowest eligible ‘Class-I local supplier' fails to match the L1 price or
accepts less than the offered quantity, the next higher ‘Class-I local supplier’ within the
margin of purchase preference shall be invited to match the L1 price for remaining
quantity and so on, and contract shall be awarded accordingly. In case some quantity is
still left uncovered on Class-I local suppliers, then such balance quantity may also be
ordered on the L1 bidder.

86

Page 89 of 335
------------------------------------------------------------------------------------------------------------------------------------------

(c) In the procurements of goods or works which are covered by para 5 (b) and which are not
divisible in nature, and in procurement of services where the bid is evaluated on price alone,
the ‘Class-I local supplier’ shall get purchase preference over ‘Class-II local supplier‘ as well
as ‘Non-local supplier', as per following procedure:

i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract will be awarded to L1.

ii. If L1 is not ‘Class-I local supplier', the lowest bidder among the ‘Class-I local
supplier', will be invited to match the L1 price subject to Class-I local supplier's
quoted price falling within the margin of purchase preference, and the contract shall
be awarded to such 'Class-I local supplier' subject to matching the L1 price.

iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price, the
‘Class-I local supplier’ with the next higher bid within the margin of purchase
preference shall be invited to match the L1 price and so on and contract shall be
awarded accordingly. In case none of the ’Class-I local supplier’ within the margin
of purchase preference matches the L1 price, the contract may be awarded to the
L1 bidder.

iv. “Class-II local supplier" will not get purchase preference in any procurement.

d) Applicability in tenders where contract is to be awarded to multiple bidders - In tenders


where contract is awarded to multiple bidders subject to matching of L1 rates or otherwise which
are covered by para 5 (b), the 'Class-I local supplier' shall get purchase preference over 'Class
II- local supplier' as well as 'Non-local supplier', as per following procedure:

i) If 'Class-I Local suppliers' qualify for award of contract for at least 50% of the tendered
quantity in any tender, the contract may be awarded to all the qualified bidders as
per award criteria stipulated in the bid documents. However, in case 'Class -I Local
suppliers' do not qualify for award of contract for at least 50% of the tendered quantity,
purchase preference should be given to the 'Class-I local supplier' over 'Class-II local
suppliers'/ 'Non local suppliers' provided that their quoted rate falls within 20% margin
of purchase preference of the highest quoted bidder considered for award of contract
so as to ensure that the 'Class-I Local suppliers' taken in totality are considered
for award of contract for at least 50% of the tendered quantity.

ii) First purchase preference has to be given to the lowest quoting 'Class-I local supplier',
whose quoted rates fall within 20% margin of purchase preference, subject to its meeting
the prescribed criteria for award of contract as also the constraint of maximum
quantity that can be sourced from any single supplier. If the lowest quoting 'Class-I local
supplier', does not qualify for purchase preference because of aforesaid constraints or
does not accept the offered quantity, an opportunity may be given to next higher 'Class-I
local supplier', falling within 20% margin of purchase preference, and so on.

87

Page 90 of 335
------------------------------------------------------------------------------------------------------------------------------------------
7.0 In case a bidder (Class-I Local supplier) is eligible to seek benefit under Policy for Preference
under Public Procurement (Preference to Make in India), Order 2017 as well as Public
Procurement Policy for MSE 2012 (PPP for MSE 2012), then the bidder should categorically
confirm its option to choose benefits against only one of the two policies i.e. either PPP-MII and
MSE policy in Form-I. 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 PPP-MII, such bidder 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 such MSE Bidder.

While for evaluating a particular bid that bidder’s option (to avail any one out of two applicable
purchase preference policies, i.e., PPP-MII or PPP-2012) will be considered, for price matching
opportunities and distribution of quantities among bidders, the precedence shall be in the
following order:-

(i) Public Procurement Policy for MSE 2012


(ii) Public Procurement (Preference to Make in India), Order 2017

8.0 Example to deal Various situations in case a bidder is eligible to seek benefit under Public
Procurement (Preference to Make in India), Order 2017 as well as Public Procurement
Policy for MSE 2012 (PPP for MSE 2012) :

(I) Non divisible item


L1 bidder is non MSE, Non Local supplier/ Class-II local supplier as per PPP-MII
L2 bidder is Class-I Local supplier as per PPP-MII (prices within 20%)
L3 bidder is MSE bidder (prices within 15%)
MSE bidder shall be given preference to match the L1 price. If bidder matches the L1
price, order shall be placed on him, otherwise, option for matching the L1 price shall be
given to L2 bidder (PPP-MII).

(II) Divisible item-Case 1

L1 bidder is non MSE, Non Local supplier/ Class-II local supplier as per PPP-MII
L2 bidder is Class-I Local supplier as per PPP-MII (within 20%)
L3 bidder is MSE bidder (within 15%)
MSE bidder shall be given preference to match the L1 price. If bidder matches the L1
price, order shall be placed on him for the quantity specified in the bidding document for
MSEs (i.e. 25% of the tendered quantity). For 50% of tendered quantity option for
matching the L1 price shall be given to L2 bidder (Class-I Local supplier as per PPP-MII).
Balance quantity (i.e. 25% of the tendered quantity) shall be awarded to original L1 bidder.

(III) Divisible item-Case 2

88

Page 91 of 335
------------------------------------------------------------------------------------------------------------------------------------------
L1 bidder is non MSE, Non Local supplier/ Class-II as per PPP-MII
L2 bidder is Class-I Local supplier as per PPP-MII (within 20%)
L3 bidder is MSE bidder (within 15%)
L4 bidder is MSE bidder (within 15%))
MSE bidders shall be given preference to match the L1 price. If bidders matched the L1
price, order shall be placed on each of them for 12.5% of the tendered quantity. In case L3
or L4 bidder refuses, the order shall be placed on remaining MSE bidder who matches the
L1 prices for 25% of the quantity. For 50% of tendered quantity option for matching the
L1 price shall be given to L2 bidder (Class-I Local supplier as per PPP-MII). Balance
quantity (i.e. 25% of the tendered quantity) shall be awarded to original L1 bidder.

(IV) In case L1 bidder is MSE bidder, the entire work shall be awarded to him without resorting
to purchase preference to Class-I Local supplier as per PPP-MII.

(V) In case L1 bidder is a Local supplier as per PPP-MII, purchase preference shall be resorted
to MSE bidder as per PPP 2012 only.

8.0 VERIFICATION OF LOCAL CONTENT/ DOMESTIC VALUE ADDITION

a. The ‘Class-I local supplier’/ ‘Class-II local supplier’ at the time of tender, bidding or solicitation
shall require to indicate percentage of local content and provide self-certification (as per proforma
at Form-2) that the item offered meets the minimum local content for ‘Class-I local supplier’/
‘Class-II local supplier’ as the case may be and shall give details of the location(s) at which the
local value addition is made.

b. In cases of procurement for a value in excess of Rs. 10 crores, in addition to Form-2 ‘Class-I local
supplier’/ ‘Class-II local supplier’ shall be required to provide a certificate from the statutory
auditor or cost auditor of the company (in the case of companies) or from a practicing cost
accountant or practicing chartered accountant (in respect of suppliers other than companies) giving
the percentage of local content as per proforma at Form -3.

c. In case a complaint is received by the procuring agency relating to implementation of this order
including the claim of a bidder regarding local content/ domestic value addition, the same shall
be referred to Competent Authority who is empowered to look into procurement related
complaints.

d. Nodal Ministry may constitute committees with internal and external experts for independent
verification of self-declarations and auditor's/accountant's certificates on random basis and in the
case of complaints. A complaint fee of Rs.2 Lakh or 1% of the value of the domestically
manufactured products being procured (subject to a maximum of Rs. 5 Lakh), whichever is higher,
shall be paid by Demand Draft to be deposited with GAIL. In case, the complaint is found to be
incorrect, the complaint fee shall be forfeited. In case, the complaint is upheld and found to be
substantially correct, deposited fee of the complainant would be refunded without any interest.

89

Page 92 of 335
------------------------------------------------------------------------------------------------------------------------------------------
e. In case of false declarations, 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”

f. A supplier who has been debarred by any procuring entity for violation of this Order shall not be
eligible for preference under this Order for procurement by any other procuring entity for the
duration of the debarment. The debarment for such other procuring entities shall take effect
prospectively from the date on which it comes to the notice of other procurement entities, in the
manner prescribed under paragraph g below.

g. The Department of Expenditure shall issue suitable instructions for the effective and smooth
operation of this process, so that:

i. The fact and duration of debarment for violation of this Order by any procuring entity
are promptly brought to the notice of the Member-Convenor of the Standing
Committee and the Department of Expenditure through the concerned Ministry
/Department or in some other manner;

ii. on a periodical basis such cases are consolidated and a centralized list or decentralized
lists of such suppliers with the period of debarment is maintained and displayed on
website(s);

iii. in respect of procuring entities other than the one which has carried out the debarment,
the debarment takes effect prospectively from the date of uploading on the
website(s) in the such a manner that ongoing procurements are not disrupted.

9.0 RECIPROCITY CLAUSE

i. When a Nodal Ministry/Department identifies that Indian suppliers of an item are not
allowed to participate and/ or compete in procurement by any foreign government, due
to restrictive tender conditions which have direct or indirect effect of barring Indian
companies such as registration in the procuring country, execution of projects of
specific value in the procuring country etc., it shall provide such details to all its
procuring entities including CMDs/CEOs of PSEs/PSUs, State Governments and other
procurement agencies under their administrative control and GeM for appropriate
reciprocal action.

ii. Entities of countries which have been identified by the nodal


Ministry/Department as not allowing Indian companies to participate in their
Government procurement for any item related to that nodal Ministry shall not be
allowed to participate in Government procurement in India for all items related to
that nodal Ministry/ Department, except for the list of items published by the
Ministry/ Department permitting their participation.
iii. The term 'entity' of a country shall have the same meaning as under the FDI Policy of
DPIIT as amended from time to time.

90

Page 93 of 335
------------------------------------------------------------------------------------------------------------------------------------------
FORM-1

UNDERTAKING FOR APPLICABILITY OF POLICY (APPLICABLE FOR MSEs and CLASS-


I LOCAL SUPPLIER ONLY)

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 under Public Procurement
Policy for MSE
Preference Under Public Procurement
(Preference to Make in India), Order 2017 (PPP-
MII)

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 PPP-MII order as well as PPP for MSE 2012, then
the bidder should categorically seek benefits against only one of the two policies i.e. either PPP-
MII and MSE policy.
(iv) In case a MSEs bidder opts for purchase preference based on PPP-MII order, 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.
(vi) In case MSE bidder is opting the PPP-MII policy and emerges other than L1 bidder, then only
Purchase Preference as per PPP-MSE policy is not applicable.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

91

Page 94 of 335
------------------------------------------------------------------------------------------------------------------------------------------
FORM-2

SELF CERTIFICATION BY BIDDER WHO CLASS-I LOCAL SUPPLIER/ CLASS-II LOCAL


SUPPLIER TOWARDS MANDATORY MINIMUM LOCAL CONTENT/ DOMESTIC VALUE
ADDITION
(APPLICABLE FOR ALL BIDDERS INCLUDING MSEs)

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

We, M/s____________ (Name of Bidder) confirm that as per the definition of policy we are:

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option ( ) above).

It is further confirm that M/s____________ (Name of Bidder) meet the mandatory minimum Local
content/Domestic Value Addition requirement for Class-I Local supplier/ Class-II Local supplier (as the
case may be) under Public Procurement (Preference to Make in India), Order 2017 (PPP-MII) and has
value addition of ………………………%.

The details of the location (s) at which the local value addition is made is as under:

……………………………
…………………………...
……………………………

We further confirm that in case we fail to meet the minimum local content/domestic value addition, the
same shall be treated false information and GAIL will take action as per provision of tender document.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

92

Page 95 of 335
------------------------------------------------------------------------------------------------------------------------------------------
FORM-3

CERTIFICATE BY STATUTORY AUDITOR/COST AUDITOR/ CHARTERED


ACCOUNTANT OF BIDDER TOWARDS MANDATORY MINIMUM LOCAL CONTENT/
DOMESTIC VALUE ADDITION

(APPLICABLE FOR ALL BIDDERS INCLUDING MSEs)

To,
M/s GAIL (INDIA) LIMITED
___________________

SUB:
TENDER NO:

Dear Sir

“We __________ the statutory auditor/ cost auditor/chartered accountant (not an employee of the
company) of M/s._______ (Name of the bidder) hereby certify that as per definition specified in policy,
M/s._______ (Name of the bidder) is

Class-I Local supplier [ ]

Class-II Local Supplier [ ]

(Bidder is to tick appropriate option () above).

It is further confirm that M/s____________ (Name of Bidder) quoted vide offer No. _______ dated
________ against tender No.________ meet the mandatory minimum Local content/Domestic Value
Addition requirement specified for Class-I Local supplier/ Class-II Local supplier (as the case may be)
under Policy for Public Procurement (Preference to Make in India), Order 2017 (PPP-MII) and has value
addition of ………………………% .

Name of Audit Firm: [Signature of Authorized Signatory]


Name:
Date: Designation:
Seal:
Membership no.

Note:
(i) This certificate it to be furnished by the statutory auditor or cost auditor of the company (in the
case of companies) or from a practicing cost accountant or practicing chartered accountant (in
respect of suppliers other than companies)
(ii) The above format is indicative, the statutory auditor/ cost auditor/ cost accountant can modify the
format without changing the intent of certification.

93

Page 96 of 335
------------------------------------------------------------------------------------------------------------------------------------------
LIST OF FORMS & FORMATS

Form No. Description


F-1 BIDDER’S GENERAL INFORMATION
F-2A DECLARATION FOR BID SECURITY
OR OR
F-2B PROFORMA OF "BANK GUARANTEE" FOR "EARNEST
MONEY DEPOSIT / BID SECURITY"
F-3 LETTER OF AUTHORITY
F-4 PROFORMA OF "BANK GUARANTEE" FOR CONTRACT
PERFORMANCE SECURITY / SECURITY DEPOSIT"
F-5 AGREED TERMS & CONDITIONS
F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER
F-7 BIDDER’S EXPERIENCE
F-8(A) CHECK LIST
F-8(B) CHECKLIST FOR BID EVALUATION CRITERIA (BEC)
QUALIFYING DOCUMENTS
F-9 FORMAT FOR CERTIFICATE FROM BANK IF BIDDER’S
WORKING CAPITAL IS INADEQUATE
F-10 FORMAT FOR CHARTERED ACCOUNTANT
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
F-11 BIDDER'S QUERIES FOR PRE-BID MEETING
F-12 E-BANKING MANDATE FORM
F-13 INTEGRITY PACT
F-14 FREQUENTLY ASKED QUESTIONS (FAQs)
F-15 UNDERTAKING REGARDING SUBMISSION OF
ELECTRONIC INVOICE (E-INVOICE AS PER GST LAWS)
F-16 FORMAT FOR NO CLAIM CERTIFICATE

94

Page 97 of 335
------------------------------------------------------------------------------------------------------------------------------------------
F-1
BIDDER'S GENERAL INFORMATION
To,
M/s GAIL (INDIA) LIMITED
___________
TENDER NO:

1 Bidder Name M/s……


2 Status of Firm Proprietorship Firm/Partnership firm/ Limited Liability
Partnership (LLP) firm/ Public Limited/ Pvt. Limited/
Govt. Dept. / PSU/ Others

If Others Specify:_________________

[Enclose relevant certificates / partnership


deed/certificate of Registration, as applicable]
3a Name of Proprietor/ Partners/ Directors of 1.
the firm/company 2.
[As per cl.no.4.0 of Section-III of Tender 3.
Document]
3b Name of Power of Attorney holders of bidder
4 Number of Years in Operation

5 Address of Registered Office:

City:
District:
State:
PIN/ZIP:

Bidder’s address where order/contract is to


6 be placed *
City:
District:
State:
PIN/ZIP:
7 Address from where Goods/ Services are to
be dispatched/ provided along with GST no.
(In case supply of Goods / Services are from City:
multiple locations, addresses and GST no. of District:
all such locations are to be provided). State:
PIN/ZIP:
GST No.:
8 Telephone Number & Contact Information _____________________
address where order is to be placed (Country Code) (Area Code) (Telephone No.)

95

Page 98 of 335
------------------------------------------------------------------------------------------------------------------------------------------
Mobile No. : ………………………
e-mail ID: ………………………
9 Website
10 Mobile Number: ___________________________________

11 ISO Certification, if any


[If yes, please furnish details]
12 PAN No.

13 GST No. (refer sl. no. 7 above)

14 Whether Micro or Small Enterprise Yes / No


(If Yes, Bidder to submit requisite documents as specified
ITB:Clause No. 40)
Whether MSE is owned by SC/ST Yes / No
Entrepreneur(s) (If Yes, Bidder to submit requisite documents as specified
ITB:Clause No. 40)
Whether MSE is owned by Women Yes / No
(If Yes, Bidder to submit requisite documents as specified
ITB:Clause No. 40)
Whether payment is required through TReDS Yes / No
If Yes, please provide the name of portal
……………………………………
15 Whether Bidder is Startup or not Yes / No
(If Yes, Bidder to submit requisite documents as specified
ITB: Clause No. 49)
In case of Start-up confirm the following:
(i) Date of its incorporation/ registration
[The certificate shall only be valid for
the entity upto ten years from the date
of its incorporation/ registration]

(ii) Whether turnover for any financial


years since incorporation/ registration
has exceed Rs.100 Crores.

Note: *GAIL intent to place the order/contract directly on the address from where Goods are
produced/dispatched. In case, bidder wants order/ contract at some other address or supply of Goods
from multiple locations, bidder is required to provide the address on which order is to be placed at sl.no.6
above.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

96

Page 99 of 335
------------------------------------------------------------------------------------------------------------------------------------------
FORMAT F-2A

DECLARATION FOR BID SECURITY

To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Dear Sir

After examining / reviewing provisions of above referred tender documents (including all
corrigendum/ Addenda), we M/s____________ (Name of Bidder) have submitted our offer/ bid
no. ………………….

We, M/s____________ (Name of Bidder) hereby understand that, according to your conditions,
we are submitting this Declaration for Bid Security.

We understand that we will be put on watch list/holiday/ banning list (as per polices of GAIL in
this regard), if we are in breach of our obligation(s) as per following:

(a) have withdrawn/modified/amended, impairs or derogates from the tender, my/our Bid
during the period of bid validity specified in the form of Bid; or

(b) having been notified of the acceptance of our Bid by the GAIL during the period of bid
validity:
(i) fail or refuse to execute the Contract, if required, or
(ii) fail or refuse to furnish the Contract Performance Security, in accordance provisions
of tender document.
(iii) fail or refuse to accept ‘arithmetical corrections’ as per provision of tender
document.

(c) having indulged in corrupt/fraudulent /collusive/coercive practice as per procedure.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

97

Page 100 of 335


------------------------------------------------------------------------------------------------------------------------------------------
FORMAT F-2B

PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY DEPOSIT/ BID


SECURITY"

(To be stamped in accordance with the Stamp Act)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to (Expiry date)
Claim period up to (indicate date of
expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
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.

98

Page 101 of 335


------------------------------------------------------------------------------------------------------------------------------------------
Notwithstanding anything contained herein:
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . . . . . . .
. . . . (currency in words only ) . . . . .
b) This Guarantee shall remain in force upto ___________ (this expiry date of BG should be two
months beyond the validity of bid) and any extension(s) thereof; and
c) The Bank shall be released and discharged from all liability under this Guarantee unless a
written claim or demand is issued to the Bank on or before the midnight of
………………….(indicate date of expiry of claim period which includes minimum three months
from the expiry of this Bank Guarantee) and if extended, the date of expiry of the last extension
of this Guarantee. If a claim has been received by us within the said date, all the rights of GAIL
under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this
___________day of ____________ 20__ at ____________.

Details of next Higher Authority of the Officials who have issued the Bank Guarantee:

Name …………………………….
Designation …………………..

WITNESS:

(SIGNATURE) (SIGNATURE)
(NAME) (NAME)
Designation with Bank Stamp
E-Mail ID:
Telephone/Mobile No. :
(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.
2. The expiry date should be arrived at in accordance with "ITB: Clause-16.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB: Clause-
16.3".
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".

99

Page 102 of 335


------------------------------------------------------------------------------------------------------------------------------------------
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 at sl.no.2 of Form F-5.
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 or in the Bank Guarantee
itself.
MATTER TO BE MENTIONED IN COVERING LETTER TO BE SUBMITTED
BY VENDOR ALONG WITH BANK GUARANTEE
1 BANK GUARANTEE NO :

VENDOR NAME / VENDOR


2 CODE : NAME
VENDOR CODE

3 BANK GUARANTEE AMOUNT :

4 PURCHASE ORDER/ LOA NO :

NATURE OF BANK
5 GUARANTEE :
(Please Tick ( √ ) Whichever is PERFORMANCE SECURIT
Applicable BANK Y
GUARANTEE DEPOSIT EMD ADVANCE

(A) EMAIL ID :
BG ISSUED BANK DETAILS
(B) ADDRESS :

(C) PHONE NO :

100

Page 103 of 335


------------------------------------------------------------------------------------------------------------------------------------------
F-3

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:
(i) 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 "Pre-Bid
Meetings' /'Un-priced Bid Opening' / ‘Price Bid Opening’.
(ii) Bidder’s authorized representative is required to carry a copy of this authority letter
while attending the 'Pre-Bid Meetings' /'Un-priced Bid Opening.

101

Page 104 of 335


------------------------------------------------------------------------------------------------------------------------------------------
F-4

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE


SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to (Expiry date)
Claim period up to (indicate date of
expiry of claim period which
includes minimum three months
from the expiry date)
Stamp Sl. No./e-Stamp Certificate
No.

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

102

Page 105 of 335


------------------------------------------------------------------------------------------------------------------------------------------
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 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. 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.
8. 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.
9. 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.
10. Notwithstanding anything contained herein:
a) The Bank’s liability under this Guarantee shall not exceed (currency in figures) . . . . . . . . . . . . .
9.

. . . (currency in words only ) . . . . .

103

Page 106 of 335


------------------------------------------------------------------------------------------------------------------------------------------
b) This Guarantee shall remain in force upto ___________ (this date should be expiry date of defect
liability period of the Contract) and any extension(s) thereof; and
a) The Bank shall be released and discharged from all liability under this Guarantee unless a written
10.

claim or demand is issued to the Bank on or before the midnight of ………………….(indicate


date of expiry of claim period which includes minimum three months from the expiry of this Bank
Guarantee) and if extended, the date of expiry of the last extension of this Guarantee. If a claim
has been received by us within the said date, all the rights of GAIL under this Guarantee shall be
valid and shall not cease until we have satisfied that claim.

Details of next Higher Authority of the Officials who have issued the Bank Guarantee:

Name …………………………….
Designation …………………..

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.
2. The Bank Guarantee by Bidders will be given from bank as specified in cl.no. 38.2 of ITB
[Section-III] of Tender Document.
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 or in
the Bank Gaurantee itself.
5. Supplier shall submit attached cover letter (Annexure) while submitting Contract Performance
Security / Security Deposit.

MATTER TO BE MENTIONED IN COVERING LETTER TO BE SUBMITTED BY VENDOR ALONG WITH BANK GUARANTEE

104

Page 107 of 335


------------------------------------------------------------------------------------------------------------------------------------------
1
BANK GUARANTEE NO :

2 VENDOR NAME / VENDOR CODE : NAME


VENDOR CODE

3 BANK GUARANTEE AMOUNT :

4 PURCHASE ORDER/ LOA NO :

5 NATURE OF BANK GUARANTEE :


(Please Tick ( √ ) Whichever is
Applicable PERFORMANCE SECURITY
BANK GUARANTEE DEPOSIT EMD ADVANCE

(A) EMAIL ID :
BG ISSUED BANK DETAILS
(B) ADDRESS :

(C) PHONE NO :

105

Page 108 of 335


------------------------------------------------------------------------------------------------------------------------------------------
F-5

AGREED TERMS & CONDITIONS


To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:
This Format 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 :
GAIL’s Vendor Code:
(FOA/Order shall be released in this name) Address:

2. Bidder furnishes bid security declaration OR EMD/Bid Security


details as under
a) EMD/ Bid Security No. & date
b) Value
c) Validity
d) Bank Address/e-mail ID/Mobile no. [in case of BG]

OR
Bidder furnishes bid security declaration [applicable for MSEs,
Start-Ups and CPSEs (to whom exemption is allowed as per extant
guidelines in vogue)]

3. Bidder confirms that the currency of quoted prices is in Indian


Rupees.
4. Bidder confirms that quoted prices will remain firm and fixed
(except where price escalation/variation is allowed in the Tender)
till complete execution of the order.
5. Bidder confirms that quoted prices are strictly as per Price
Schedule format of the Tender Document.
6. Bidder specify the Dispatch Point [Location, Dist. & State from
where material will be dispatched]:
7. Bidder confirms acceptance of relevant Terms of Payment
specified in the Bid Document.
8. Bidder confirms that Contract Performance Security/ Security
Deposit (CPS) will be furnished as per Bid Document within 30
days of FOA in case of successful bidder.
9. Bidder confirms that CPS shall be from any Indian scheduled bank
(excluding Co-operative banks and Regional Rural bank) or a

106

Page 109 of 335


------------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

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.
10. Bidder confirms acceptance to Delivery/Completion Period as per
Bid Document and the same shall be reckoned from the date of Fax
of Acceptance (FOA).
11. (i) Bidder confirms acceptance of Price Reduction Schedule (PRS)
for delay in delivery as specified in Bid Document.
(ii) In case of delay, the bills shall be submitted after reducing the
price reduction due to delay (refer PRS Clause).
12. a) Bidder confirms acceptance of all terms and conditions of Bid
Document (all sections & enclosures).
b) Bidder confirms that printed terms and conditions of Bidder
are not applicable.
13. Bidder confirms that their offer is valid for period specified in BDS
from the final ‘Bid Due Date’.
14. Bidder confirms that
(i) none of Directors (in Board of Director) of bidder is a relative
of any Director (in Board of Director) of GAIL
or
(ii) the bidder is not a firm in which any Director (in Board of
Director) of GAIL or their relative is a partner.
15. Bidder confirms that all correspondence must be in ENGLISH
language only.
16. Bidder confirms that all Bank charges associated with Bidder’s
Bank regarding release of payment etc. shall be borne by Bidder.
17. Bidder confirms that the quoted prices is in compliance with the
Section 171 of CGST Act/ SGST Act as mentioned as clause no.
13.10 of ITB (Anti-profiteering clause)
18. Bidder confirms that they have quoted GST (CGST & SGST/
UTGST or IGS ) in Price Schedule of Price Bid.
19. Whether in the instant tender items are covered in reverse charge No
rule of GST (CGST & SGST/UTGST or IGST).
If yes, Bidder confirms that they have quoted GST (CGST &
SGST/ UTGST or IGST) in Price Schedule / Schedule of Rates of
Price Bid
20. Bidder to mention Harmonized System Nomenclature (HSN) for
HSN for Goods_______________
goods.

107

Page 110 of 335


------------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

21. Bidder confirms that (i) any variation in GST at the time of supplies
for any reasons, other than statutory, including variations due to
turnover, shall be borne by them and (ii) 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 them
shall be to bidder’s account.
22. Whether bidder is liable to raise E-Invoice as per GST Act. Yes/No

If yes, bidder will raise E-Invoice and confirm compliance to


provision of tender in this regard.
23. Part Order:
(a) Bidder confirms acceptance to Part Order.
(b) Bidder confirms that any charges quoted extra as lumpsum
shall be applicable prorata on value basis in the event of part order.
24. Testing and Inspection charges:
Bidder confirms that 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.
25. No Deviation Confirmation:
It may be note that any 'deviation / exception' in any form may result
in rejection of Bid. Therefore, Bidder confirms that they have not
taken any 'exception / deviation' anywhere in the Bid. In case any
'deviation / exception' is mentioned or noticed, Bidder’s Bid may be
rejected.
26. If the Bidder becomes a successful Bidder pursuant to the
provisions of the Tender Document, the following Confirmation
shall be automatically become enforceable:
"Bidder agrees and acknowledges that the Employer 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. Bidder
expressly agrees, acknowledges and understands 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, Bidder hereby expressly waives,
releases and foregoes any and all actions or claims, including cross
claims, VIP claims or counter claims against the Government of

108

Page 111 of 335


------------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

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."
27. Bidder hereby confirms that they 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
on due date of submission of bid.
Further, Bidder confirms that neither they nor their 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.
28. As per requirement of tender, bidder (having status as Pvt. Ltd. or
Limited company) must upload bid duly digitally signed on e-
portal through class-3B digital signature (DS). In case, class of DS
or name of employee or name of employer is not visible in the
digitally signed documents, the bid digitally signed as submitted
by the person shall be binding on the bidder.
29. The contents of this Tender Document have not been modified or
altered by Bidder. In case, it is found that the tender document has
been modified / altered by the bidder, the bid submitted by them
shall be liable for rejection.
30. Bidder confirms that they have read and understood the General
Conditions of Contract – Goods available on GAIL’s Tender
website (http://gailtenders.in/Gailtenders/gccs.asp) & no
'exception / deviation' anywhere has been taken in the same and
that they shall abide by provisions of relevant GCC-Goods.
31. Bidder certifies that they would adhere to the Fraud Prevention
Policy of GAIL [available on GAIL’s website
(www.gailonline.com)] and shall not indulge themselves or allow
others (working in GAIL) to indulge in fraudulent activities and
that they would immediately apprise GAIL of the fraud/suspected
fraud as soon as it comes to their notice.
Concealment of facts regarding their involvement in fraudulent
activities in connection with the business transaction(s) of GAIL is
liable to be treated as crime and dealt with by the procedures of
GAIL as applicable from time to time.
32. GeM Seller ID on Government e-Marketplace (GeM) is GeM Seller ID : ……………
OR
We hereby confirm to obtain GeM
Seller ID and communicate to
GAIL for incorporation of same in
Purchase Order/ Letter of

109

Page 112 of 335


------------------------------------------------------------------------------------------------------------------------------------------
Sl. DESCRIPTION BIDDER'S CONFIRMATION

Acceptance, in case of award on


us.
33. Bidders confirm to submit signed copy of Integrity Pact (wherever
included in tender).
If Bidder is a partnership concern or a consortium, this agreement
must be signed by all partners or consortium members.
34. Bidder confirms that there is no conflict of interest with other
bidders, as per clause no.4.2 of Section-III (ITB) of Tender
Document.
35. 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.
36. Bidder to confirm that they are not under liquidation, Court
receivership Or Similar Proceedings.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

110

Page 113 of 335


------------------------------------------------------------------------------------------------------------------------------------------
F-6
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 : ....................

111

Page 114 of 335


------------------------------------------------------------------------------------------------------------------------------------------

F-7
BIDDER’S EXPERIENCE
To,

M/s GAIL (INDIA) LIMITED


___________________

SUB:
TENDER NO:

Sl. Descri- PO/ Full Postal Value of Date of Scheduled Date of Reasons
No ption Contr- Address & phone Contract/ Commence Completion/ Actual for delay
of the act No. nos. of Client. Order ment Delivery Compl- in execu-
Supply/ and date (Specify Period etion tion, if
Services Currency (Months) any
Amount)
(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note: As per cl.no.D of Section-II, only documents (Work Order, Completion certificate, Execution
Certificate etc.) which have been referred/ specified in the bid shall be considered in reply to queries
during evaluation of Bids.

112

Page 115 of 335


------------------------------------------------------------------------------------------------------------------------------------------
F-8 (A)
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 Confirm that the following details have been submitted in the
Un-priced part of the Bid
i Covering Letter, Letter of Submission
ii EMD/Bid Security / Declaration for Bid Security [as
applicable] as per provisions of Tender
iii Digitally signed Tender Document along with drawings and
addendum (if any)
iv Power of Attorney in the name of person signing the bid.
v Confirm submission of documents alongwith unpriced bid as
per tender requirement (including cl.no.11.1.1 of Section-III).
2.0 Confirm that all forms duly filled in are enclosed with the bid
duly signed by authorised person(s)
3.0 Confirm that the price part as per Price Schedule format
uploaded in e-portal.
4.0 Confirm that Undertaking as per Form 1 of Annexure-V to
Section-III has been submitted (applicable for MSE and Class
I Local supplier).
5.0 Confirm that Undertaking as per Form-2 to Annexure-III to
Section-III and Certification from the statutory auditor or cost
auditor of the company (in the case of companies) or from a
practicing cost accountant or practicing chartered accountant
(in respect of other than companies) as per Form-3 to
Annexure-III to Section-III are submitted (Applicable for all
bidders including MSEs bidders).
6.0 Confirm that Undertaking as per Form-I-A/I-B/II to Section-II
have been submitted by the bidder (Guidelines from
Procurement from a Country sharing a Land Border with India)
7.0 Confirm submission of Checklist against Bid Evaluation
Criteria as per format F-8(B)

113

Page 116 of 335


------------------------------------------------------------------------------------------------------------------------------------------

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

114

Page 117 of 335


F-8(B)
CHECKLIST FOR BID EVALUATION CRITERIA (BEC) QUALIFYING DOCUMENTS
(refer Section II of Tender document)
BEC Description Documents required for qualification Documents Submitted Documents Reference
Clause by Bidder attested as per Page No. of the
No. Section-II of Bid submitted
Tender
Technical BEC
1. Experience (a) …………….
Yes/No
(b) …………..
(c) …………..

2. Experience of Certificate from End User Yes/No


bidder acquired as
a subcontractor

3. Job executed for Tax paid invoice(s) duly certified by statutory auditor of Yes/No
Subsidiary / Fellow the bidder towards payment of statutory tax in support of
subsidiary/ the job executed for Subsidiary / Fellow subsidiary/
Holding company. Holding company.
4. Any other (a) ……………. Yes/No
technical criteria
in BEC (b) …………..
(c) …………..

Financial BEC

Page 118 of 335


------------------------------------------------------------------------------------------------------------------------------------------

1. Average Annual Audited Financial Statements [including Auditor’s Submitted Yes/No


Turn Over Report, Balance sheet, Profit & Loss Accounts
statements, Notes & schedules etc.] for preceding three (Mention specific
Audited Financial Years. year…………… )
2. Net Worth Audited Financial Statements [including Auditor’s Submitted Yes/No
Report, Balance sheet, Profit & Loss Accounts
statements, Notes & schedules etc.] for last Audited (Mention specific year
Financial Year. ……………)
3. Working Capital Audited Financial Statements [including Auditor’s Submitted Yes/No
Report, Balance sheet, Profit & Loss Accounts
statements, Notes & schedules etc.] for last Audited (Mention specific
Financial Year. year…………… )

If the bidder’s working capital is negative or inadequate,


the bidder shall submit a letter (in prescribed format) from
their bank having net worth not less than Rs.100 Crores, Submitted/ Not
confirming the availability of line of credit for at least Applicable
working capital requirement as stated above. (Bidder to tick
appropriate option)
4. Format for Details Bidder shall submit “Details of financial capability of Submitted
of financial Bidder” in prescribed format duly signed and stamped by
capability of a chartered accountant / Certified Public Accountant
Bidder (CPA).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

116

Page 119 of 335


F-9
FORMAT FOR CERTIFICATE FROM BANK IF BIDDER’S WORKING CAPITAL IS
INADEQUATE/NEGATIVE

(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 Tender No.
.................................................. dated …………… for ……………………………………..(Name
of the supply/work/services/consultancy) and as per the terms of the said Tender Document 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.
_________

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 :
Email Id :
Contact No. :
Stamp

Note:
This Declaration Letter for line of credit shall be from single bank only. Letters from multiple banks
shall not be applicable. However, banking syndicate will be acceptable wherein a group of banks
can jointly provide line of credit to the bidder.

Page 120 of 335


------------------------------------------------------------------------------------------------------------------------------------------

F-10
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. AVERAGE ANNUAL FINANCIAL TURNOVER* DURING THE LAST THREE
FINANCIAL YEARS:
Year Amount (Currency)
Year 1:
Year 2:
Year 3:
Total (A)
Average Annual Financial Turnover
during the last three financial years (A/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:
1.0 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]
2.0 We confirm that above figures are after referring instructions at page 2 of 2 of F-10.
3.0 Practicing Chartered Accountants shall generate Unique Document Identification Number
(UDIN) for all certificates issued by them

Name of Audit Firm: [Signature of Authorized Signatory]


Chartered Accountant/CPA Name:
Date: Designation:
Seal:
Membership No.:
UDIN:
(Page 1 of 2)

118

Page 121 of 335


------------------------------------------------------------------------------------------------------------------------------------------

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 “Revenue from Operations” as per Profit & Loss account
of audited annual financial statements
In case the date of constitution/incorporation of the bidder is less than 3 years old,
the average turnover in respect of the completed financial years after the date of
constitution/ incorporation shall be taken into account for minimum Average Annual
Financial Turnover criteria.
(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be Aggregate value of the paid up share capital and all reserves
created out of the profits and securities premium account, after deducting the value
of accumulated losses, deferred expenditure and miscellaneous expenditure not
written off, if any, but does not include reserves created out of revaluation of assets,
write back of depreciation and amalgamation.

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.

(Page 2 of 2)

119

Page 122 of 335


F-11
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. NO. Page No. Clause 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 : ___________________________

Page 123 of 335


F-12
E-Banking Mandate Form
(APPLICABLE ONLY IN CASE BIDDER’S BANK ACCOUNT IS NOT MAPPED IN
GAIL)
(To be issued on vendors letter head)
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)

Note: Bidder is required to submit above E-Banking Mandate Form along with cancelled cheque for
the purpose of mapping of bank account in GAIL.

Page 124 of 335


------------------------------------------------------------------------------------------------------------------------------------------

F-13
Integrity Pact

122

Page 125 of 335


------------------------------------------------------------------------------------------------------------------------------------------

123

Page 126 of 335


------------------------------------------------------------------------------------------------------------------------------------------

124

Page 127 of 335


------------------------------------------------------------------------------------------------------------------------------------------

125

Page 128 of 335


------------------------------------------------------------------------------------------------------------------------------------------

126

Page 129 of 335


------------------------------------------------------------------------------------------------------------------------------------------

127

Page 130 of 335


------------------------------------------------------------------------------------------------------------------------------------------

128

Page 131 of 335


------------------------------------------------------------------------------------------------------------------------------------------

129

Page 132 of 335


------------------------------------------------------------------------------------------------------------------------------------------

130

Page 133 of 335


------------------------------------------------------------------------------------------------------------------------------------------

F-14

FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER


1.0 Can any vendor quote for subject Yes. A Vendor 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 vendor submit more than 1 No. Please refer Clause No. 4 of
offer? 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 Govt. e-Procurement System of
National Informatics Center (NIC)
https://etenders.gov.in/eprocure/app
.
6.0 Are there are any MSE (Micro & Yes. Refer Clause No. 40 of Instructions
Small Enterprises) benefits to Bidders of Tender Document.
available?

7.0 Are there are any benefits available Refer Clause No. 48 of Instructions to
to Startups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

131

Page 134 of 335


------------------------------------------------------------------------------------------------------------------------------------------

F-15

UNDERTAKING REGARDING SUBMISSION OF ELECTRONIC INVOICE (E-INVOICE


AS PER GST LAWS)
(to be submitted on letter head along with documents for release of payment)

To,
M/s GAIL (INDIA) LIMITED
………………………

SUB: ……………………………………
PO NO: ………………………………….

Dear Sir,

We _______________________ (Name of the Supplier) hereby confirm that E-Invoice provision as per
the GST Law is

(i) Applicable to us [ ]

(ii) Not Applicable to us [ ]

(Supplier is to tick appropriate option ( ) above).

In case, same is applicable to us, we confirm that we will submit E-Invoice after complying with all the
requirements of GST Laws. If the invoice issued without following this process, such invoice can-not
be processed for payment by GAIL as no ITC is allowed on such invoices. We also confirm that If input
tax credit is not available to GAIL for any reason attributable to Supplier (both for E-invoicing cases
and non-E-invoicing cases), 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 / setoff / recover
such GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together with penalties
and interest, if any, by adjusting against any amounts paid or becomes payable in future to the Supplier
under this contract or under any other contract.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

132

Page 135 of 335


------------------------------------------------------------------------------------------------------------------------------------------
F-16

NO CLAIM CERTIFICATE
(TO BE SUBMITTED BEFORE RELEASE OF CPS/SECURITY DEPOSIT)

[On the Letter-head of Supplier/Vendor]

We, _________________, a company incorporated under the laws of India/ a Consortium


between *___ and *____ (name of Consortium partners to be inserted)/ a Partnership Firm
consisting of *___ and *___ (name of Partners to be inserted)/ a Sole Proprietorship (as the case
may be), having its registered office at __________________ and carrying on business under
the name and style M/s. _______________________ were awarded the contract by GAIL
(India) Ltd. in reference to Tender No. ______________ dated _______ (“Order/Contract”).

After completion of the above-said items/job under the Order/Contract, we have scrutinized all
our claims, contentions, disputes, issues and we hereby confirm that after adjusting all payments
received by us against our R.A. Bills and final bill, we have no claims, dues, issues and
contentions from GAIL (India) Ltd.

We further absolve GAIL (India) Ltd. from all liabilities present or future arising directly or
indirectly out of the Contract.

There is no economic duress or any other compulsion on us for submission of this no claim
certificate.

Signature with Seal of Supplier/Vendor

Dated:

133

Page 136 of 335


EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/ WORKS/ SERVICES
PROJECT : 500 KTPA PDH-PP PROJECT ITEM : SPECIAL CONTROL VALVES
OWNER : GAIL, USAR MR NO : B378-000-YC-MR-2351
EIL JOB NO : B378 BIDDER :

SPECIAL CONTROL VALVES

Sr No Description This project As installed @ site 1 As installed @ site 2


A Bidder Quoting as Manufacturer
500 KTPA PDH-PP
Name of the project, plant/ facility and location of
1. Complex, Usar,
project
Maharashtra
2. Name of owner/ end user GAIL
Name, Address, Telephone No & E-mail of the
3.
owner’s/ end user’s contact person in the plant
(i) Valve Type, Size and Rating Butterfly Type, 64”/ 300#:
with Quantity along with valve 1No
For 101-HV-11602
datasheet
(ii) Model No.(s) of Valve
(i) Valve Type, Size and Rating Butterfly Type, 42”/ 300#:
with Quantity along with valve 1No
4. For 101-PV-11201
datasheet
(ii) Model No.(s) of Valve
(i) Valve Type, Size and Rating Butterfly Type, 60”/ 300#:
with Quantity along with valve 1No
For 101-TV-11112
datasheet
(ii) Model No.(s) of Valve
5. Purchase Order Number & Date
6. Date of supply

ENGINEERS INDIA LIMITED


PROJECT: 500 KTPA PDH-PP COMPLEX, USAR, MAHARASHTRA
OWNER: GAIL Page 1 of 4

Page 137 of 335


EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/ WORKS/ SERVICES
PROJECT : 500 KTPA PDH-PP PROJECT ITEM : SPECIAL CONTROL VALVES
OWNER : GAIL, USAR MR NO : B378-000-YC-MR-2351
EIL JOB NO : B378 BIDDER :
7. Month and Year of commissioning
8. Bidder’s scope (activity with location):
a. Design and manufacturing
b. Engineering
c. Conducting Factory Testing
d. Supply
9. Any major break down till date.
10. If Yes, cause of breakdown.
B Bidder quoting on the basis of experience of
supporting company
500 KTPA PDH-PP
Name of the project, plant/ facility and location of
1. Complex, Usar,
project
Maharashtra
2. Name of owner/ end user GAIL
Name, Address, Telephone No & E-mail of the
3. owner’s/ end user’s contact person in the plant

(i) Valve Type, Size and Rating Butterfly Type, 64”/ 300#:
with Quantity along with valve 1No
For 101-HV-11602
datasheet
(ii) Model No.(s) of Valve
(i) Valve Type, Size and Rating Butterfly Type, 42”/ 300#:
4. with Quantity along with valve 1No
For 101-PV-11201 datasheet
(ii) Model No.(s) of Valve
(i) Valve Type, Size and Rating Butterfly Type, 60”/ 300#:
For 101-TV-11112
with Quantity along with valve 1No

ENGINEERS INDIA LIMITED


PROJECT: 500 KTPA PDH-PP COMPLEX, USAR, MAHARASHTRA
OWNER: GAIL Page 2 of 4

Page 138 of 335


EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/ WORKS/ SERVICES
PROJECT : 500 KTPA PDH-PP PROJECT ITEM : SPECIAL CONTROL VALVES
OWNER : GAIL, USAR MR NO : B378-000-YC-MR-2351
EIL JOB NO : B378 BIDDER :
datasheet
(ii) Model No.(s) of Valve
5. Purchase Order Number & Date
6. Date of supply
7. Month and Year of commissioning
8. Supporting company/ Bidder’s scope (activity with
location):
a. Design and manufacturing
b. Engineering
c. Conducting Factory Testing
d. Supply
9. Any major break down till date.
10. If Yes, cause of breakdown.

Place:

Date: Bidder’s signature with seal

ENGINEERS INDIA LIMITED


PROJECT: 500 KTPA PDH-PP COMPLEX, USAR, MAHARASHTRA
OWNER: GAIL Page 3 of 4

Page 139 of 335


EXPERIENCE RECORD PROFORMA (FOR BIDDER QUALIFICATION) FOR SIMILAR SUPPLY OF GOODS/ WORKS/ SERVICES
PROJECT : 500 KTPA PDH-PP PROJECT ITEM : SPECIAL CONTROL VALVES
OWNER : GAIL, USAR MR NO : B378-000-YC-MR-2351
EIL JOB NO : B378 BIDDER :

Notes:

1. Bidder shall completely fill the table and no field shall be left blank. Offers with incomplete ‘Experience Record Performa’ table shall be liable for
rejection. This Proforma duly filled, signed and stamped shall be submitted along with the bid.
2. Bidder shall furnish all necessary documents for the referred projects e.g. purchase order, design, engineering documents/ drawings (e.g.
specification sheets, GA drawings), inspection test report/ inspection release note, dispatch details, site MOM or other document for
commissioning. Price information can be deleted from the documents.
3. Since the information requested in this Proforma shall be utilized to assess bidder’s capability and proneness for the proposed project, it is in
the interest of the bidder to specify only those cases which meet the BQC requirement. The bidder shall ensure that all information asked for is
furnished and is correct and complete in all respect. Incorrect information furnished in this Proforma shall render the bid liable for rejection at
any stage of evaluation/ work execution at the risk and cost of bidder.
4. In case more than one project reference is necessary to cover the bidder’s qualification criteria, same shall be furnished. In case separate
tables are required for filling up for different items, bidder shall furnish the same.

ENGINEERS INDIA LIMITED


PROJECT: 500 KTPA PDH-PP COMPLEX, USAR, MAHARASHTRA
OWNER: GAIL Page 4 of 4

Page 140 of 335


GENERAL CONDITIONS OF CONTRACT
[Rev.2]

FOR

PROCUREMENT OF GOODS

GAIL (India) Limited

Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 141 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
GENERAL CONDITIONS OF CONTRACT-GOODS [Rev.2]

INDEX
Clause Title

1. Definitions, Interpretations & Priority of Contract Documents


2. Supplier 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. Contract Performance Security
13. Inspection, Testing & Expediting
14. Time Schedule & Progress Reporting
15. Delivery & Documents and Dispatch Schedule
16. Transit Risk Insurance
17. Packing & Shipping Instructions and Transportation
18. Incidental Services
19. Spare Parts, Maintenance Tools etc.
20. Guarantee
21. Terms of Payment
22. Prices
23. Subletting &Assignment
24. Time as Essence of Contract
25. Delays in the Supplier’s Performance
26. Price Reduction Schedule (PRS) for Delayed Delivery
27. Rejections, Removal of Rejected Equipment &Replacement
28. Termination of Contract
29. Force Majeure
30. Dispute Resolution Mechanism
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
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 2
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 142 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
41 Limitation of Liability
42 Completion Certificate & Execution Certificate
43 Provisions for Buy-back Items
44 Confidentiality
45 Intellectual Property Right
46 Action in Case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices and Poor
Performance
47 Vendor Performance Evaluation

Appendix-I: Procedure for Action in Case of Corrupt/Fraudulent/Collusive/Coercive Practices

Appendix-II: Procedure for Evaluation of Performance of Vendor/ Supplier/ Contractor/


Consultant
Appendix-III: Proforma of "Bank Guarantee" for "Contract Performance Security / Security
Deposit
********************************************************************

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 3
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 143 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
1.0 DEFINITIONS, INTERPRETATIONS & PRIORITY OF CONTRACT
DOCUMENTS

1.1 Definitions

In this document, General Conditions of Contract (GCC-Goods), the following terms shall
have the following respective meanings:

1.1.1 "Approved" means prior approval in writing.

1.1.2 The "Bid” or “Tender” “Offer" means the proposal along with supporting documents
submitted before Notification of Award by the Bidder for consideration / acceptance by the
Purchaser.

1.1.3 “Bidder” Designates the person(s) or legal entity / Firm / Company /Corporation
/Organisation, and it’s legal representatives, successors and permitted assigns which has
made a proposal or submitted Bid/Tender/Offer with the aim of concluding a Contract with
the Purchaser.

1.1.4 “Consultant” or “PMC” [if engaged] shall mean M/s. ……………having its registered
office at……………. who are the consultant to the Purchaser for this Contract. The term
Consultant includes successors, assigns of M/s. ……….

1.1.5 “Contract” shall mean all obligations, commitments, promises agreed upon between
Purchaser and Supplier for supply of Goods including execution of the Services(if any) as
per Purchase Order(PO) and its subsequent amendment(s), if any in writing thereto.

1.1.6 “Contract Price” or “Purchase Order Value” shall mean the total sum accepted or the total
sum calculated in accordance with the prices accepted in the Contract as payable to the
Supplier under the Contract for the full and proper performance of its contractual
obligations. The Contract Price /Purchase Order Value is subject to Price Reduction
Schedule clause.

1.1.7 “Completion Date” shall mean the date on which the supplied Goods are successfully
commissioned by the Supplier and handed over to the Purchaser.

“Delivery Date” shall been the date on which Goods are supplied by Supplier as per
delivery terms of the Contract.

1.1.8 “Commercial Operation” shall mean the condition of the operation in which the complete
Goods / 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.

1.1.9 “Day” shall mean a day of 24 hours from midnight to midnight irrespective of the number
of hours worked in that day.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 4
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 144 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

1.1.10 “Delivery” shall mean the transfer of the Goods from the Supplier to the Purchaser in
accordance with the terms and conditions set forth in the Contract.

Delivery terms shall be interpreted as per current edition of INCOTERMS, published by


the International Chamber of Commerce before the due date of submission of Bid

1.1.11 “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.

1.1.12 “Engineer” or “Engineer-in-Charge” shall mean the person designated from time to time
by Purchaser/Consultant and shall include those who are expressly authorized to act for
and on behalf of Purchaser/Consultant for operation of this Contract.

1.1.13 "Fax of Acceptance” shall mean intimation regarding notification of award by the
Purchaser/Consultant to the successful Bidder/Supplier through a fax/ letter/ email
conveying that the Tender/Bid/Offer has been accepted in accordance with the provisions
contained therein.

1.1.14 “Final Acceptance” shall mean the Purchaser’s written acceptance of the Goods supplied
and works/Services performed under the Contract after successful completion of
performance and guarantee test, at/after the Completion Date.

1.1.15 “Goods” shall mean articles, materials, equipment, machinery, instruments, stores, design
and drawings, data and other property to be supplied by Supplier including Services (if
any), to complete the Contract and Amendment(s) thereto.

1.1.16 “Inspector” shall mean any person or third party Agency nominated by Purchaser/
Consultant to inspect Goods, stage wise as well as final, before dispatch, at Supplier’s
works and/or on receipt at Site as per terms of the Contract.

1.1.17 “Initial Operation” shall mean the first integral operation of the complete Goods covered
under the Contract with sub-systems and supporting equipment(s) in service or available
for service.

1.1.18 “Purchase Order" means the Contract Document/Order collectively the Tender Documents,
Designs, Drawings, Specification, Bill of Quantities, Schedule of Rates alongwith its
break-up (if any), Fax of Acceptance (if any), agreed variations and amendments (if any)
and such other documents constituting the Tender and acceptance thereof.

1.1.19 “Purchaser” 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
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 5
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 145 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

1.1.20 “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 Purchase Order.

1.1.21 “Project” designates the aggregate of the Goods and/or Services to be provided by one or
more Suppliers/Contractors.

1.1.22 “Quantities / Bills of Quantities” 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.

1.1.23 “Supplier” shall mean the successful Bidder whose Bid has been accepted by the Purchaser
for supply of Goods and incidental Services (if any). The term Supplier is a synonyms of
Seller and Vendor/Contractor and also includes its successor(s) and permitted assign(s).

1.1.24 “Service” shall mean those services ancillary to the supply of Goods, such as transportation
and insurance and any other incidental services such as erection, installation, testing,
commissioning, provision of technical assistance, training and other such obligations of the
Supplier covered under the Contract.

1.1.25 “Site” means the land(s) and other place(s) on, under, in or across/through which the Goods
and/or Services have to be supplied, erected, assembled, adjusted, tested, arranged and/or
commissioned.

1.1.26 “Specifications” shall mean and include schedules, details, description, statement of
technical data, performance characteristics, standards (Indian and/or International) and
standard specifications including all addenda/corrigenda published before entering into the
Contract, as applicable and specified in the Contract.

1.1.27 “Sub-Contract” shall mean order placed by the Supplier, for any portion of the Contract,
after necessary consent and prior written approval of Purchaser unless otherwise explicitly
mentioned in the Contract.

1.1.28 “Sub-Contractor” shall mean the person(s) / firm / Organisation / company (other than the
Supplier)and it’s legal representatives, successors and permitted assigns named in the
Contract for supply of any part of the Goods or Service(s) or to whom any part of the
Contract has been sub-let by the Supplier with the prior consent in writing of the
Consultant/Purchaser unless otherwise explicitly mentioned in the Contract.

1.1.29 “Start-Up” shall mean the time period required to bring the Goods 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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 6
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 146 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
check out of Goods and supporting subsystems, initial operation of the complete Goods
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.

1.1.30 “Tests” shall mean such process or processes to be carried out by the Supplier as are
prescribed in the Contract or considered necessary by Purchaser or his representative in
order to ascertain quality, workmanship, performance and efficiency of Goods or part
thereof.

1.1.31 “Tests on Completion” shall mean such tests as prescribed in the Contract to be performed
by the Supplier before the complete Goods and Services are taken over by the Purchaser.

1.1.32 "Week" shall mean a period of any consecutive seven Days.

1.2 Interpretations & Priority of Contract Documents

1.2.1 The documents forming the Contract are to be read together and interpreted as mutually
explanatory of one another. If there is a direct inconsistency in specific obligation(s), then
for the purposes of interpretation, and unless otherwise provided in the Contract, the
priority of the Contract Documents shall be in accordance with following sequence:

(i) Purchase Order


(ii) Fax of Acceptance
(iii) Specific Technical Specification/Job Specifications (pertaining to Scope of Supply)
(iv) Drawings
(v) Special Purchase Conditions(SPC) / Special Conditions of Contract (SCC)
(vi) General Technical Specifications (if applicable)
(vii) Instructions to Bidders (ITB)
(viii) General Conditions of Contract (GCC)
(ix) Any other document forming part of the Contract

A Amendment issued to Purchase Order after signing of formal Contract shall take
precedence over respective clauses of the formal Contract and its annexures.

The higher priority interpretation shall be adopted only to the extent required to deal with
an inconsistency. Specific term(s) agreed take priority over general statement(s) and terms
in Contract Document created at a later date govern over terms in earlier Contract
Document. Subject to foregoing, the terms of the groups of documents set out above have
equal importance within their group.

1.2.2 Headings and Marginal Notes: All headings and marginal notes to the clauses of these
General Conditions of Contract or to the Specifications or to any other Tender Document
are solely for the purpose of giving a concise indication and not a summary of the contents

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 7
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 147 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
thereof, and they shall never be deemed to be part thereof or be used in the interpretation
thereof the Contract.

1.2.3 Singular and Plural: In Contract Documents unless otherwise stated specifically, the
singular shall include the plural and vice versa wherever the context so requires.

1.2.4 Interpretation: Words implying `Person(s)/Party(ies)' shall include relevant Corporate


Companies / Registered Associations/ Body of Individuals/ Firm of Partnership' and any
firm/organization having legal capacity, as the case may be.

1.2.5 Gender: Where the context so requires, words imparting the masculine gender shall
also include the feminine gender and the neuter gender and vice versa.

1.2.6 Severability: Should any provision of this Contract be found to be invalid, illegal or
otherwise not enforceable by any court of law, such finding shall not affect the remaining
provisions hereto and they shall remain binding on the parties hereto.

1.2.7 Incoterms:

(i) The meaning of any trade term and the rights and obligations of Parties thereunder shall
be as prescribed by Incoterms® 2020 or its latest version.

(ii) EXW, FOB,FCA,CIF, CIP& CPT and other similar terms, shall be governed by the
rules prescribed in the Incoterms® 2020 or its latest version, published by the
International Chamber of Commerce, applicable as on due date of submission of Bid.

2.0 SUPPLIER TO INFORM

2.1 The Supplier 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 Supplier of his
responsibility to fulfill his obligation under the Contract.

3.0 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.

4.0 COUNTRY OF ORIGIN

4.1 All goods and services supplied under the contract shall have their Origin as quoted by the
Bidder and accepted by Purchaser.

4.2 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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 8
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 148 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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.

4.3 In case of Contract with foreign Suppliers, a certificate issued by relevant Chamber of
Commerce specifying Country of Origin shall form part of shipping/disptach documents.

4.4 The Origin of goods and services is distinct from the nationality of the Supplier.

4.5 In case of any export/re-export control restrictions imposed by parent country of Bidder /
country of origin on the Goods offered/supplied regarding Goods’ end use or end user, then
Bidder shall intimate the same upfront in their offer. In such case, right to accept or reject
the Bid of such Bidder shall be decided by Purchaser on it’s sole discretion.

5.0 SCOPE OF CONTRACT

5.1 Scope of the Contract shall be as defined in the Purchase Order/Contract Document(s)and
Annexure thereto.

5.2 Completeness of the Goods and Services shall be the responsibility of the Supplier. Any
equipment, fittings and accessories which may not be specifically mentioned in the Scope,
Specifications or drawings, but which are usual or necessary for the satisfactory
functioning of the Goods ( i.e. successful operation and functioning of the Equipment being
Supplier’s responsibility) shall be provided by Supplier without any extra cost.

5.3 The Supplier shall follow the good engineering practices in the manufacture of
Goods/Equipment(s) notwithstanding any omission in the Specifications. The true intent
and meaning of these documents is that Supplier shall in all respects, design, engineer,
manufacture and supply the Goods, equipment in a thorough workmanlike manner and
supply the same in prescribed time to the entire satisfaction of Purchaser.

5.4 The Supplier shall furnish three (3) 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. The Supplier shall
also furnish the above in computer readable soft copies in PDF format or equivalent by
electronic mode.

5.5 The documents once submitted by the Supplier shall be firm and final and not subject to
subsequent changes unless otherwise explicitly agreed by the Purchaser in writing. The
Supplier shall be responsible for any loss to the Purchaser/Consultant consequent to
furnishing of incorrect data/drawings.

5.6 All dimensions and weight should be in metric system.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 9
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 149 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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 Supplier shall provide cross sectional drawings, wherever applicable, to identify the
spare part numbers and their location

5.9 Specifications, design and drawings issued to the Supplier alongwith Tender
Document/RFQ and Contract are not sold or given but loaned. These remain property of
Purchaser/Consultant or its assigns and are subject to recall by Purchaser/Consultant. The
Supplier 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 prior written
permission of Purchaser/Consultant. All such details shall be kept confidential.

5.10 Supplier shall pack, protect, mark and arrange for dispatch of Equipment as per instructions
given in the Contract.

5.11 The Supplier on his own behalf and on behalf of Sub-Contractor(s) hereby represents that
both have full legal right, power and authority to transfer the ownership of the
equipment/material to Purchaser.

6.0 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(s).

7.0 INSTRUCTIONS, DIRECTION & CORRESPONDENCE

7.1 The Goods 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.

7.2 All instructions and orders to Supplier shall, excepting what is herein provided, be given
by Purchaser/Consultant.

7.3 All provision of Goods and supply of Services shall be carried out under the direction of
and to the satisfaction of Purchaser/Consultant.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 10
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 150 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
7.4 All communications including technical/commercial clarifications and/or comments shall
be addressed to Purchaser/ Consultant and shall always bear reference to the Purchase
Order number.

7.5 Invoices for payment against Contract shall be addressed to Purchaser.

7.6 The Purchase Order number shall be shown on all invoices, communications, packing lists,
containers and bills of lading, etc.

8.0 CONTRACT OBLIGATIONS

8.1 Purchaser will be the sole judge in the matter of award of Contract and the decision of
Purchaser shall be final and binding on the Supplier.

The Acceptance of Tender/Bid will be intimated to the successful Bidder by the Purchaser
through notification of award of Contract either by fax / e - mail /letter or like means
defined as Fax of Acceptance (FOA). The Contract shall enter into force on the date of
Notification of Award and the same shall be binding on Purchaser and Supplier.

8.2 If after award of the Contract, the Supplier does not acknowledge the receipt of FOA/PO
or fails to furnish the Contract Performance Security within the prescribed time limit, the
Purchaser reserves the right to cancel the Contract and apply all remedies available to him
under the terms and conditions of this Contract.

8.3 Once a Contract enters into force, the terms and conditions contained therein shall take
precedence over the Supplier’s bid and all previous correspondence.

8.4 Supplier’s Responsibilities

8.4.1 The Supplier shall supply all the Goods and incidental Services as per terms and conditions
of Purchase Order within the Delivery and Completion schedule mentioned therein.

8.5 Purchaser’s Responsibilities

8.5.1 Whenever the supply of Goods and incidental Services requires that the Supplier obtain
permits, approvals, and import and other licenses from local public authorities, the
Purchaser shall, if so required by the Supplier, make its best effort to assist the Supplier in
complying with such requirements in a timely and expeditious manner.

8.6 Joint and Several Responsibility:

8.6.1 Where Supplier's Goods/Equipment(s) or any part thereof are to be used jointly with other
equipment(s) supplied by another manufacturer(s),the name of the such manufacturer(s)
will be communicated separately to Supplier, the Purchaser/Consultant will hold Supplier
and the manufacturer(s) jointly and severally responsible for the perfect operation of the
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 11
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 151 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
entire group or section of equipment as regard the technical and mechanical characteristics
stipulated in the specification. Such responsibility shall also include the mechanical
coupling as well as dynamic and starting moment.

8.6.2 Consequently, Supplier shall establish and maintain all necessary contact with the
manufacturer to be indicated by Purchaser/Consultant with a view to ensuring the exchange
of all relevant data and information.

9.0 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/Consultant 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 Based on the requirement, the Purchaser/Consultant in writing shall have the right to
change the quantities, specifications, drawings etc. without changing the indented purpose
of the Contract. If such changes cause an increase or decrease in the price or time required
for the supply, the Supplier shall submit the proposal indicating the implications along with
documentary evidence/ back-up documents/ calculations within 7 days, for review and
processing of change order/amendment to the Contract by Purchaser/Consultant. On
receipt of the amendment to the Contract, Supplier shall execute the change order.

9.3 Purchaser/Consultant shall not be bound by any printed conditions or provisions in the
Supplier’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.

10.0 USE OF CONTRACT DOCUMENTS & INFORMATION

10.1 The Supplier shall not, without the Purchaser’s/Consultant’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 a person employed by the Supplier 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 Supplier shall not, without the Purchaser’s prior written consent, make use of any
document or information enumerated in clause no. 10.1. except for purpose of performing
the Contract.

11.0 PATENT RIGHTS, LIABILITY & COMPLIANCE OF REGULATIONS

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 12
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 152 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
11.1 Supplier hereby warrants that the use or sale of the materials delivered hereunder will not
infringe claims of any patent covering such material and Supplier 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 and/or Consultant may have to pay or incur by reason of any such suit or
proceedings.

11.2 The Supplier shall, indemnify and hold harmless the Purchaser/Consultant and its
employees and officers from and against any and all suits, actions or administrative
proceedings, claims, demands, losses, damages, costs, and expenses of any nature,
including attorney’s fees and expenses, which the Purchaser/Consultant may suffer as a
result of any infringement or alleged infringement of any patent, utility model, registered
design, trademark, copyright, industrial design rights or other intellectual property right
registered or otherwise by reason of

(a) the installation or the use of the Goods or any part thereof in the country where the Site
is located; and
(b) the sale of the products (which is produced by use of the Goods) in any country.

11.3 Supplier shall also protect and fully indemnify the Purchaser from any claims from
Supplier’s workmen/employees or their heirs, dependents, representatives, etc. or from any
other person(s) or company(ies) etc. for any acts of commissions or omission while
executing the Contract.

11.4 Supplier 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.

12.0 CONTRACT PERFORMANCE SECURITY (CPS):


12.1 Within 30 days after the Supplier’s receipt of FOA, the Supplier shall furnish Contract
Performance Security (CPS) in the form of Demand Draft/online direct transfer/Bank
Guarantee in the format attached as Appendix-III, for an amount equivalent to defined
percentage (mentioned in tender/ FOA) of the total Purchase Order Value excluding GST
on finished goods or for the amount mentioned in the Tender Document/FOA.
12.2 The proceeds of CPS shall be appropriated by the Purchaser as compensation for any loss
resulting from the Supplier’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 CPS shall also govern the successful
performance of Goods and Services during the entire period of Contractual
Warrantee/Guarantee.

In case of forfeiture of Contract Performance Security/ Security Deposit, the forfeited


amount will be considered inclusive of tax and tax invoice will be issued by GAIL. The

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 13
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 153 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
forfeiture amount will be subject to final decision of GAIL based on other terms and
conditions of order/ contract.

12.3 The CPS shall be denominated in the currency of the Contract.

12.4 The CPS shall be valid for the duration upto expiry of Warrantee/Guarantee period with
claim period as per the format attached as Appendix-III. The Bank Guarantee will be
discharged by Purchaser within 3 months from the date of expiration of the Supplier’s
entire obligations, including any warrantee/guarantee obligations, under the Contract.

12.5 All compensation, claim or other sums of money payable by the Supplier to the
Purchaser/Consultant under terms of this Contract may be deducted from or paid by the
encashment or sale of a sufficient part of his Contract Performance Security or from any
sums which may be due or may become due to the Supplier by the Purchaser/Consultant
of any account whatsoever and in the event of his CPS being reduced by reasons of any
such deductions or sale of aforesaid, the Supplier shall within ten days thereafter make
good in bank drafts/Bank Guarantee as aforesaid any sum or sums which may have been
deducted from or realized by sale of his CPS, or any part thereof. The Supplier shall pay to
the Purchaser/Consultant on demand any balance remaining due. No interest shall be
payable by the Purchaser/Consultant for sum deposited as CPS and no claim whatsoever
in this regard shall be entertained by Purchaser.

13.0 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
Supplier 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 Supplier or his sub-
contractor(s), at point of Delivery and/or at the Goods’ final destination. When conducted
on the premises of the Supplier 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 Supplier 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.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 14
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 154 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
13.5 The Inspector may 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. Supplier shall allow the Inspector to visit, during working hours,
the workshops relevant for execution of the Contract during the entire period of Contract
validity.

13.6 Any materials/goods covered under scope of Contract, which during the process of
inspection by Inspector, at any stage of manufacture/fabrication and subsequent stages,
prior to dispatch is found not conforming to the requirements/specifications of the Purchase
Order, shall be liable for immediate rejection. Supplier shall be responsible and liable for
immediate replacement of such material with acceptable material at no extra cost or impact
on the delivery schedule to Purchaser.

13.7 In order to enable Purchaser’s representatives to obtain entry visas in time, Supplier shall
notify Purchaser two months before assembly, testing and packing of main Equipment. If
requested, Supplier shall assist Purchaser’s representatives in getting visas in the shortest
possible time (applicable only in case of foreign order).

13.8 Supplier 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 Supplier 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 Supplier shall be witnessed by the Inspector. Therefore, Supplier shall
confirm to Purchaser by fax or e-mail about the exact date of inspection with at least 30
days notice. Supplier 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 Supplier’s cost. The technical documents shall include the reference
and numbers of the standards used in the construction and, wherever deemed practical by
the Inspector, copy of such standards.

13.13 Nothing in Clause-13 shall in any way release the Supplier from any warrantee/guarantee
or other obligations under this Contract.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 15
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 155 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
13.14 Arrangements for all inspections required by Indian Statutory Authorities and as specified
in technical specifications shall be made by Supplier.

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 &cost of the 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 from the date of such written Notice, failing which the consignee/Purchaser will
either return the materials to the Supplier on freight to pay or otherwise dispose them off
at the Supplier’s risk and cost. The Purchaser shall also be entitled to recover handling
&storage charges, as per Clause No. 27.4

14. TIME SCHEDULE & PROGRESS REPORTING

14.1 Time Schedule Network/Bar Chart

14.1.1 Together with the Contract confirmation, Supplier 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.

14.1.3 The original issue and subsequent revisions of Supplier’s time schedule shall be sent to
Purchaser.

14.1.4 The time schedule network/bar chart shall be updated at least every second month or as
agreed with Purchaser.

14.2 Progress Trend Chart/Monthly Report

14.2.1 Supplier shall report monthly to Purchaser, on the progress of the execution of Contract
and achievement of targets set out in time bar chart.

14.2.2 The progress will be expressed in percentages as shown in the progress trend chart attached
to the Time Schedule specification.

14.2.3 The first issue of the Progress Trend Chart will be forwarded together with the time bar
chart alongwith Contract confirmation.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 16
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 156 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
14.2.4 Purchaser’s/Consultant’s representatives shall have the right to inspect Supplier’s premises
with a view to evaluating the actual progress of Contract execution on the basis of
Supplier’s time schedule documentation.

14.2.5 Irrespective of such inspection, Supplier shall advise Consultant, with copy to Purchaser,
at the earliest possible date of any anticipated delay in the progress.

14.3 Notwithstanding the above, in case progress on the execution of contract at various stages
is not as per time schedule and is not satisfactory in the opinion of the Purchaser/Consultant
which shall be conclusive or Supplier shall neglect to execute the Contract with due
diligence and expeditiousness or contravenes the provisions of the Contract,
Purchaser/Consultant may give notice of the same in writing to the Supplier calling upon
him to make good the failure, neglect or contravention complained of. Should Supplier fail
to comply with such notice within the period considered reasonable by
Purchaser/Consultant, the Purchaser/Consultant shall have the option and be at liberty to
cancel the Contract wholly or in part out and make alternative arrangements to obtain the
requirements and completion of Contract at the Supplier’s risk and cost and recover from
the Supplier, all extra cost incurred by the Purchaser on this account. In such event
Purchaser/Consultant shall not be responsible for any loss that the Supplier may incur and
Supplier shall not be entitled to any gain. Purchaser/Consultant shall, in addition, have the
right to encash Contract Performance Security in full or part.

15. DELIVERY & DOCUMENTS AND DISPATCH SCHEDULE

15.1 Delivery of the Goods shall be made by the Supplier in accordance with terms specified in
the Contract, and the goods shall remain at the risk of the Supplier until delivery has been
completed.
15.2 Delivery shall be deemed to have been made:

(i) In the case of FOB/FCA, CFR/CPT& CIF/CIP Contracts, when the Goods have been
put on board the ship/flight, at the specified port of loading and a clean Bill of
Lading/Airway Bill is obtained. The date of Bill of Lading/Airway Bill shall be
considered as the delivery date.

(ii) 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.

(iii) In case of FOT site (for Indian bidders) Contract, date of receipt of Goods by
Purchaser/Consultant at the designated site(s) shall be considered as the date of
delivery.

(iv) For Contracts involving Services, the delivery/completion period for such Services
mentioned in Contract shall commence from zero date as intimated by the
Purchaser/Consultant in writing or as mentioned in SCC or elsewhere.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 17
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 157 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

15.3 The delivery terms are binding and essential and consequently, no delay is allowed without
the written approval of Purchaser/Consultant. Any request concerning delay will be void
unless accepted by Purchaser/Consultant 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/Consultant.

15.5 In the event of delay in delivery, Price Reduction Schedule as stipulated in Clasue– 26 shall
apply. The Contract shall be continued to be in force till the delivery of Goods or written
Notice from Purchaser to Supplier for termination of Contract.

15.6 It should be noted that if a Contract is placed on a higher bidder as a result of this tender,
in preference to the lowest acceptable offer, in consideration of an earlier delivery, the
Supplier will be liable to pay to GAIL the difference between the contract rate and the rate
quoted by the lowest acceptable bidder in case of failure to complete the supply in terms
of such Contract within the date of delivery specified in the Tender Document and
incorporated in the Contract. This is without prejudice to other rights and remedies
available to GAIL, under terms of Contract.

15.7 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.

15.8 The additional copies of final drawings and instructions will be included in the package of
goods, properly enveloped and protected.

15.9 The Supplier should comply with the Packing, Marking and Shipping Documentation
Specifications.

15.10 Dispatch Schedule

15.10.1Indian Bidder:

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.

Supplier 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
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 18
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 158 of 335


General Conditions of Contract – Goods (Rev.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.

It shall be responsibility of the Supplier 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.

15.10.2 Foreign Bidder:


Where the Supplier 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
Supplier and the for the cases where order(s) are finalized on FOB or FCA basis the
transportation will be arranged by GAIL.
Supplier 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

It shall be responsibility of the Supplier 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.

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.

16 TRANSIT RISK INSURANCE

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 19
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 159 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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 The Purchaser shall arrange transit risks Insurance for the Goods supplied by indigenous
Supplier unless specified otherwise in the Purchase Order, to cover the risk & damages
during the inland transportation. Further, where delivery is on FOB/FCA or CFR/CPT
basis, marine insurance shall be the responsibility of the Purchaser.

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

16.3 Insurance Requirements:

Indigenous Supplier: Transit risk insurance from F.O.T. despatch point onwards shall be
arranged and borne by GAIL unless specified otherwise in the
Purchase Order.

Immediately after shipment, the Supplier shall inform the


Purchaser’s insurance agent and Purchaser/Consultant giving the
details of shipment regarding LR number and date, invoice no. &
date with value, number of packages/cases, gross/net weight, value
of goods and Purchase Order number along with Insurance policy
no., for arranging insurance of the consignment against transit risk
from the despatch point to the Site/warehouse of the consignee.

Foreign Supplier : Marine insurance as well as transit insurance in Purchaser’s country


shall be arranged and borne by GAIL, in case of EXW, FOB/FCA,
CFR/C&F orders as per INCOTERMS.

Immediately after shipment, the Supplier shall inform the


Purchaser’s insurance agent and Purchaser/Consultant giving the
details of shipment regarding name of vessel, B/L or AWB number
and date, invoice no. & date with value, packing details including
number of packages/cases&gross/net weight, value of goods and
Purchase Order number & date, ETD & ETA of vessel at ports along
with Insurance policy no., for arranging necessary insurance.

The Supplier shall ensure that in effecting despatch of Goods, the primary responsibility of
the carriers for safe movement is always retained so that the Purchaser’s interests are fully
safeguarded and are in no way jeopardised. The Supplier shall furnish the cost of materials
against each equipment.

Purchaser’s Insurance Agent& Insurance policy no.:


------------------------------------------------------------------------------------------------------------------------------------------
Page no. 20
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 160 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

[The name and address of Insurance Agent and Insurance policy no. shall be mentioned in
Tender Document/Purchase Order]

17. PACKING & SHIPPING INSTUCTIONS AND TRANSPORTATION

17.1 Packing & Marking:

The Supplier shall dispatch the materials in worthy/Sea worthy/Air worthy packing
conforming to the international norms of packing/ prescribed standards in force to
withstand air/ocean/land journey and ensuring the safety of cargo en-route and also arrival
of materials at ultimate destination in good condition. Hazardous/dangerous cargo ordered
alongwith other material, against a particular supply order, the hazardous/dangerous cargo
should be packed in a separate identifiable box to avoid payment of excess freight and
delay in clearance. The consignment shall be comprehensively insured against all risks by
the Supplier in case of contracts with transit insurance in Supplier’s scope from Supplier's
ware-house to ultimate consignee's ware-house basis and each case/packing shall have on
its outer side the following marking in English in indelible ink:

(i) Purchase Order No. and date


(ii) Country of origin(Applicable for Foreign Suppliers)
(iii) Name of Supplier
(iv) Case number (running number upon total number of boxes).
(v) Gross and net weight in Kilogram on each box.
(vi) Dimension of packages
(vii) Port of destination (Applicable for Foreign Suppliers)
(viii) Consignee
(ix) TOP/DON'T TURNOVER/HANDLE WITH CARE (as applicable)
(x) The equipment which cannot be packed shall bear metal tags with above marking
indicated thereon. Each box shall contain one copy of packing list and Material Safety
Data Sheet (if applicable) in English.
In case of hazardous chemicals / materials the bidder will provide Material Safety Data
Sheets along with quotation and also while dispatching the materials. The bidder will also
provide special hazard identification symbols / markings on each packing of hazardous
chemicals.

The Supplier 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.
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 Supplier’s account.

Wherever the items make a full truck load, the suppliers to dispatch such items in a
full truck direct to the consignee on a door delivery basis to the site. In such cases, the
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 21
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 161 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
supplier to send a consignee copy of the lorry receipt to the consignee along with the
consignment and the consignment shall be booked to GAIL and not "self”. The supplier
should dispatch the consignments to the designated consignee. All dispatch documents,
that is, railway/lorry receipt, goods consignment note, airway bill, invoices, packing list,
freight memos, test certificate, and so on, shall be sent to the concerned authority which
will arrange to make the payment. If the payment is to be made through the bank, all
original documents are to be sent through the designated bank.

Where critical equipment is involved, suitable special instructions will be provided in


SCC to the supplier about the mode of transport, loading, avoidance of transhipment
and, if necessary, provision of escorts. In case of chemicals, powdery materials, liquid
materials, and so on, supplier is to ensure proper packaging to avoid spillage en route,
so as to avoid pollution problems and also to conform to the ISO 14001 standard
(wherever applicable).

17.2 Shipping Instructions:

The Supplier shall notify the Purchaser/Consultant& all concerned and also the port as well
as ultimate consignee by e-mail the Bill of Lading/Airway Bill number and date, the name
of ship/flight, ship manifest, the date of departure of the ship/flight, the port of loading and
destination, brief description of materials, gross/net weight and total number of packages,
quantity, value and Purchase Order number and date within 2 days from the departure of
the ship or within 24 hours from the departure of the flight from the port of loading.

17.3 Copies of dispatch documents should reach Purchaser/Consultant well in advance failing
which any demurrage/wharfage etc. incurred on account of late/ non-receipt of dispatch
document/wrong dispatches of consignment will be recovered from Supplier. In case of
documents through Bank, it may be noted that the documents will be retired only if the
dispatches are made as per the terms of the Purchase Order.

17.4 Where the Supplier is required under the Contract to deliver the Goods on FOB/FCA basis,
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 Supplier and the cost thereof shall be included in the Purchase Order
Value.

17.5 Where the Supplier is required under the Contract to deliver the Goodson CFR/CPT or
CIF/CIP basis, transport of the Goods to the port of discharge or such other point in the
country of destination as specified in the Contract shall be arranged and paid for by the
Supplier and the cost thereof shall be included in the Purchase Order Value.

17.6 Where the Supplier is required under the Contract to deliver the Goods on FOT destination
point basis, transport of the Goods upto the destination point shall be specified in the
Contract shall be arranged and paid by the Supplier and the cost thereof shall be included
in the Purchase Order Value.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 22
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 162 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

17.7 As per the Section 3 of the “Carriage by Road Act 2007”, no person can engage in the
business of a common carrier unless granted a certificate of registration to do so and any
transportation of goods through unregistered common carrier is illegal. Accordingly,
Goods should be transported through registered common carriers only.

18. INCIDENTAL SERVICES

18.1 The Supplier 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 Supplier
of any warrantee/guarantee obligations under the Contract.

18.1.4 Training of the Purchaser’s personnel at the Supplier’s premise 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 Supplier for the preceding incidental Services, shall not exceed the
prevailing rates charged to other parties by the Supplier for similar services.

18.3 When required, Supplier shall depute necessary personnel for supervision and/or erection
of the Goods/Equipments at site for duration to be specified by Purchaser on mutually
agreed terms. Supplier’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 If the cost of incidental Services is not shown separately in the Price Schedules /t Schedule
of Rates, then the same shall be considered included in the quoted prices.

19. SPARE PARTS, MAINTENANCE TOOLS ETC.

19.1 Supplier may be required to provide any or all of the following materials and notification
pertaining to Spare parts (including standby equipments, accessories, sub-
assemblies/assemblies etc.)manufactured or sourced by the Supplier. Such Spares shall be
supplied directly by Supplier and the responsibility shall not be passed on to his
dealers/distributers/stockists or Indian associates.

19.1.1 Such Spare parts as the Purchaser may opt to purchase from the Supplier, provided that his
option shall not relieve the Supplier of any warrantee obligations under the Contract, and

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 23
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 163 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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 such Spares, 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.

19.2 Supplier shall supply item wise list with value of each item of Spare parts and maintenance
tools requirements, along with full details of all manufacturers/ sub-supplier(s)for
spares/maintenance tools sourced by Supplier.

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 &workmanship and also
shall be completely interchangeable with the corresponding parts.

19.4 Type and sizes of FILTER ELEMENTS 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 above conditions, their Bid 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 /Consultant’s agreement in writing which must be obtained before any
work against the order is commenced. All materials supplied by the Supplier pursuant to
the Contract (irrespective of whether engineering, design data or other information has
been furnished, reviewed or approved by Purchaser/Consultant) are guaranteed to be of the
best quality of their respective kinds (unless otherwise specifically authorised in writing by
Purchaser/Consultant) 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 fulfil 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 twelve(12) months from the date
of the first commercial operation of the Goods/Equipments or twenty four (24) months
from the date of last shipment whichever period shall first expire, and the Supplier is
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 24
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 164 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
notified thereof, Supplier 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 fulfil the foregoing guarantees. However, in
no case, warranty of repaired/replaced part shall exceed 24 months from the date of
commissioning of original equipment or 36 months from last supply, whichever is earlier.
This period excludes repair/replacement/rectification period of defective goods.

Purchaser/Consultant may, at his option, remove such defective materials, at Supplier’s


expense in which event Supplier shall, without cost to Purchaser/Consultant and as
promptly as possible, furnish and install proper materials.
In case defects are of such nature that Goods shall have to be taken to Supplier's works for
rectification etc., Supplier shall take the Goods at his costs after giving necessary
undertaking or security as may be required by Purchaser/Consultant. Purchaser/Consultant
may, if so required by the Supplier, dispatch the Goods by quickest mode on "Freight-to-
pay" basis to the Supplier's works. After repairs Supplier shall deliver the Goods at Site on
freight pre-paid basis. All risks in transit to and fro and all expenses on account of to and
fro freight, insurance, customs clearance, transportation and handling, port charges and
customs duty etc. shall be borne by the Supplier.

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 (including guarantee
period) and rectification is required at site, Purchaser/Consultant shall notify the Supplier
giving full details of differences. The Supplier shall attend the site within seven (7) days
of receipt of such notice to meet and agree with representatives of Purchaser/Consultant,
the action required to correct the deficiency. Should the Supplier fail to attend meeting at
Site within the time specified above, Purchaser/Consultant shall immediately rectify the
work/materials and Supplier shall reimburse Purchaser all costs and expenses incurred in
connection with such trouble or defect.

20.2 Performance Guarantee of Equipment


20.2.1 Supplier 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 Supplier fails to prove the guaranteed performance of the Equipment set forth in the
specification, the Supplier shall investigate the causes and carry out necessary
rectifications/modifications to achieve the guaranteed performance. In case the Supplier
fails to do so within a reasonable period, the Supplier shall replace the Equipment and
prove guaranteed performance of the new equipment without any extra cost to Purchaser.

20.2.3 If the Supplier fails to prove the guarantee within a reasonable period,
Purchaser/Consultant shall have the option to take over the Equipment and rectify, if
possible, the Equipment to fulfil the guarantees and/or to make necessary additions to make

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 25
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 165 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
up the deficiency at Supplier’s risk and cost. All expenditure incurred by the
Purchaser/Consultant in this regard shall be to Supplier’s account.

21. TERMS OF PAYMENT


21.1 In case of supply, payment shall be released within 15 days after receipt and acceptance
of goods and submission of relevant documents complete in all respects through e-banking
unless otherwise specifically mentioned in the Special Conditions of Contract.

21.2 The type(s) of payment to be made to the Supplier under this Contract shall be as mentioned
above unless otherwise specifically specified in the Special Conditions of Contract.

21.3 The Supplier’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. For release of payment, the following documents is to be
submitted by supplier/ vendor:
i) Supplier's Invoice indicating, inter alia description and specification of the
goods, quantity, unit price, total value;
ii) Packing list;
iii) LR/GR/consignment note;
iv) Manufacturer's guarantee certificate and in-house inspection certificate
(wherever applicable);
v) Inspection certificate issued by purchaser's inspector (wherever applicable); and
vi) Any other document(s) as and if required in terms of the contract.

21.4 Payment will be made in the currency or currencies in which the Contract Price has been
stated in the Supplier’s bid, as well as in other currencies in which the Supplier 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.

21.5 Mentioning of PAN no. in Invoice/Bill

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
Lakhs per transaction or as amended from time to time.
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.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 26
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 166 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
21.6 Foreign Suppliers should ensure submission of Tax Residency Certificate(TRC), Form 10F
or Permanent Establishment(PE) information within specified time.

General Notes:
(i) All foreign currency payments to foreign bidder shall be released through Cash
against Documents (CAD) through bank, If Supplier insists payment through an
irrevocable Letter of Credit, which shall be opened through Government of India
Nationalised 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 acknowledgement of Letter/Fax of
Acceptance/Purchase Order together with Contract Performance Security.

(ii) For dispatches on FOT dispatch point (in India) basis involving payment through
bank, the payment shall be through Purchaser’s bank. Payment through Bank,
wherever applicable, shall be released as per normal banking procedures.
(iii) All bank charges incurred in connection with payments shall be to Supplier’s
account in case of Indian bidders and to respective accounts in case of Foreign
bidder.
(iv) Unless otherwise specifically stated in Bid Document, all payments shall be made
in the currency quoted.

(v) No interest charges for delay in payments, if any, shall be payable by Purchaser.

(vi) 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.

(vii) 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 and after completion of its role & responsibility by such agent.

(viii) Wherever buy-back is involved, 5% payment towards supply of new item shall be
made only after uplifting the buy-back items.

21.7
Further, after implementation of Vendor Invoice Management (VIM)Supplier/ Vendor to
forward the invoice on VIM Collection Center or upload digital invoice on Portal (details
of same will be provided in tender/contract). The copy of invoice and all other document
mentioned above or in order/ contract is to be forwarded to address provided in
order/contract.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 27
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 167 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

22. PRICES

22.1 Prices charged by the Supplier 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 Supplier in his bid.

23. SUBLETTING & ASSIGNMENT

23.1 The Supplier 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 Supplier from any obligation, duty or responsibility under the
Contract.

23.2 There is no obligation on part of Purchaser/Consultant to release any payment to Sub-


Contractor.

24. TIME AS ESSENCE OF CONTRACT

24.1 The original or extended time 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 SUPPLIER’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 Supplier shall be liable without
limitation for such hire charges plus overhead charges @ 15% thereupon; or

ii) terminate /cancel the Contract in whole or in part without liability for
termination/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 Supplier 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.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 28
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 168 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
25.2 Any inexcusable delay by the Supplier or his sub-contractor shall render the Supplier
liable, without prejudice to any other terms of the Contract, to any or all of the following
sanctions:

o forfeiture of Contract Performance Security,


o imposition of price reduction for delay in delivery and
o termination of the contract for default.

As per Performance Evaluation procedure (Appendix-II), the Supplier’s non-performance


or poor performance shall affect the future business relationship with GAIL and its PMCs.

26. PRICE REDUCTION SCHEDULE (PRS) FOR DELAYED DELIVERY

26.1 Subject to Clasue-29, if the Supplier fails to deliver any or all of the Goods or performance
of 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:

A. For order including only supply of Goods/Equipment/Package

In case of delay in delivery of equipment/materials or delay in completion, PRS


shall be applicable ½ % (half percent) of the order value per complete week of delay
or part thereof subject to a maximum of 5% (five percent) of the Total Contract
Price/ Order Value.

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 @1/2 % of the delayed
delivery value maximum up to 5% of total Purchase Order Value.

Decision of the Purchaser in the matter of usage for commercial operation shall be
final and binding.

Note: When installation and/or commissioning is in Supplier’s scope, the above


clause ‘A’ will not be applicable, in such cases clause ‘B’ below will be applicable.

B. For order including both supply of Goods and Services (i.e. supervision,
installation, erection, commissioning etc.)

For delay in supply:

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 29
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 169 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
The PRS shall be applicable @ ½ % (half percent) of price of respective
goods/equipment / package (including spares etc. even if prices are indicated
separately in the order but excluding value of Services) per week of delay or part
thereof subject to maximum 5% (five percent) of Total Contract/ Order Value
excluding value of Services.

For delay in Services (i.e. supervision, installation, erection, commissioning etc.):


The PRS shall be applicable @ ½ % (half percent) of Total Contract/ Order Value
of respective equipment / package (including value of spares, Services etc. even if
prices are indicated separately in the Contract) per week of delay or part thereof
subject to maximum 5% (five percent)of Total Contract/ Order Value including
value of Services.

In no case, total PRS shall exceed 5% (five percent)of Total Contract/ Order Value
(Supply +Services).

However, if the completion of supply and services together are achieved within the
overall completion period, no PRS shall be applicable.

For specific provision relating to supervision by Supplier (wherever applicable),


refer SCC.

26.2 Both Supplier 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 Supplier 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/EIC in the matter of applicability of price
reduction shall be final and binding.
26.3 In case of delay in delivery on the part of Supplier, the invoice/document value shall be
reduced proportionately for the delay and payment shall be released accordingly.

26.4 In the event the invoice value is not reduced proportionately for the delay, the Purchaser
may deduct the amount so payable by Supplier, from any amount falling due to the Supplier
or by recovery against the Contract Performance Security.

26.5 In case of Annual Rate Contract (ARC), the PRS shall be applicable on the value of Release
Order /Individual Order(s) and not on the entire value of ARC.

26.6 In case of FOT Site /dispatch point order, the value referred in PRS clause is the EXW
value (i.e. excluding GST and Freight/Inland Transportation) for delay in supply. In case
of Import, PRS shall be applicable on FOB amount (except EXW orders) for delay in
supply.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 30
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 170 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
26.7 PRS is the reduction in the consideration / contract value for the goods / services covered
under this contract. In case of delay in supply/ execution of contract, Supplier should raise
invoice for reduced value as per Price Reduction Schedule Clause (PRS clause). If Supplier
has raised the invoice for full value, then Supplier shall issue Credit Note towards the
applicable PRS amount with applicable taxes.
In such cases if Supplier fails to submit the invoice with reduced value or does not issue
credit note as mentioned above, GAIL will release the payment to Supplier after giving
effect of the PRS clause with corresponding reduction of taxes charged on vendor’s
invoice, to avoid delay in delivery/collection of material.”
In case any financial implication arises on GAIL due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall be to the account of
Supplier. GAIL shall be entitled to deduct / setoff / recover such GST amount (CGST &
SGST/UTGST or IGST) together with penalties and interest, if any, against any amounts
paid or becomes payable by GAIL in future to the Supplier under this contract or under
any other contract.

27. REJECTIONS, REMOVAL OF REJECTED EQUIPMENT & REPLACEMENT


27.1 Preliminary inspection at Supplier’s works by Inspector shall not prejudice
Purchaser’s/Consultant’s claim for rejection of the Goods / 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/Consultant 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 Supplier’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 Supplier of his obligations under the Contract.
27.4 Goods/Equipment rejected by the Purchaser/Consultant shall be removed by the Supplier
at his cost within 14 days of notice after repaying the amounts received against the Supply.
Failure or any delays of Supplier for removal of Goods/Equipment, the Purchaser shall also
be entitled to recover handling and storage charges @5% of the estimated value of such
Goods for each month or part of a month without relieving the Supplier from any other
related liability. In the event of the Supplier’s failure to remove the same within a period
of 6 months or as decided by the Purchaser, the Purchaser may take action for removal
through auction or sale on behalf of the Supplier and at his risk in all respects. The Supplier
shall be liable to pay the Purchaser the handling & storage charges as mentioned above
plus overhead charges @ 15% of sale value of such materials. The decision of Purchaser
w.r.t. such removal and the amount of the proceeds shall be final and binding on the
Supplier. The Purchaser shall in no way be responsible for any deterioration or damage to
the Equipment under any circumstances whatsoever.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 31
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 171 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
27.5 In case of rejection of Equipment, Purchaser shall have the right to recover the amounts, if
any, from any of Supplier’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 Supplier, terminate the Contract in whole or in part:

(i) If the Supplier fails to deliver any or all of the Goods within the time period(s)
specified in the Contract; or

(ii) If the Supplier fails to perform any other obligation(s) under the Contract, and

(iii) If the Supplier, in either of the above circumstances, does not cure his failure within a
period of 30 days (or any such 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 clause
no. 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 Supplier shall be liable to the
Purchaser for any excess costs for such similar Goods. However, the Supplier 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 (under clause 29)], the Purchaser is entitled to put Supplier on
under Suspension and/or Holiday as per provisions of “Procedure for Action in Case of
Corrupt/Fraudulent/Collusive/Coercive Practices (Appendix-I)” and “Procedure for
Evaluation of Performance of Vendor/ Supplier/ Contractor/ Consultant” of Tender
Document (Appendix-II)”.

28.2 Termination for Insolvency

28.2.1 The Purchaser, may at any time, terminate the Contract by giving written notice to the
Supplier, without compensation to the Supplier, if the Supplier 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 including short-closure


28.3.1 The Purchaser may, by written notice/communication to the Supplier, may short-close/
terminate the Contract, in whole or part, at any time for his convenience. The notice/
communication to the Supplier shall specify that short-closure/termination is for the
Purchaser’s convenience, the extent to which performance of work under the Contract is

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 32
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 172 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
short-closed/terminated and the date upon which such short-closure/termination becomes
effective.
28.3.2 The Goods that are complete and ready for shipment within 30 days after the Supplier’s
receipt of notice/communication of termination/short-closure shall be purchased by the
Purchaser at the Contract terms and prices. For the remaining Goods, the Purchaser may
opt:
(i) to have any portion completed and delivered at the Contract terms and prices, and /or
(ii) to cancel the remainder and pay to the Supplier an agreed amount for partially
completed Goods and for materials and parts previously procured by the Supplier.
28.4 Termination of Contract for Corrupt/Fraudulent/ Collusive/Coercive Practices and
Non-Performance
If the Bidder/Supplier is found to have indulged in Corrupt/Fraudulent /Collusive/Coercive
practices, the Contract shall be terminated and the Bidder/ Supplier shall be banned for
future business with GAIL. The detailed procedure for banning including suspension in
this regard is attached as Appendix-I to this GCC.
Due to non- performance of the Supplier leading to termination of the Contract, the
Supplier shall be put on suspension list and also on holiday list of Purchaser for a period
mentioned in the detailed procedure. The detailed procedure for evaluation of performance
in this regard is attached as Appendix-II to this GCC.
29. FORCE MAJEURE
29.1 Force Majeure shall mean and be limited to the following:
(i) Act of terrorism;
(ii) Riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or not),
civil war, rebellion, revolution, insurrection of military or usurped power;
(iii) Ionizing, radiation or contamination, radio activity from any nuclear fuel or from any
nuclear waste from the combustion of nuclear fuel, radioactive toxic explosive or other
hazardous properties of any explosive assembly or nuclear component;
(iv) Pandemic, Epidemics, earthquakes, flood, natural fire/wildfire, hurricanes, typhoons
or other physical natural disaster, but excluding weather conditions regardless of
severity; and
(v) Freight embargo, strikes at national or state-wide level or industrial disputes (more
than 7 consecutive days) at a national or state-wide level where supplier’s Works is
located.
For the avoidance of doubt, inclement weather, third party breach, delay in supply of
materials (other than conditions mentioned above at sl. no. (i) to (v)) or commercial
hardship shall not constitute a Force Majeure event.

The Supplier shall advise Purchaser/Consultant by a registered letter/courier duly certified


by the local Chamber of Commerce or statutory authorities, the beginning and end of the

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 33
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 173 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
above causes of delay within ten (10) days of the occurrence and cessation of such Force
Majeure Conditions.
The extension of time for a period upto the period of delay attributable to the causes of
Force Majeure shall be the sole remedy of the Supplier for any delay under this clause and
the Supplier shall not be entitled in addition to or in lieu of such extension to claim any
damages or compensation on any account whatsoever whether under the law governing
contracts or any other law in force, and the Supplier hereby waives and disclaims any and
all contrary rights.
In case force majeure conditions persists for period exceeding 02 (Two) Months, the
Purchaser reserves the right to cancel the Purchase order or part of it.
Supplier 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
Supplier 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 Supplier without being subject to
price reduction for delayed deliveries, as stated elsewhere.
Payment in case of termination due to Force Majeure
In case of termination of Order/contract due to Force Majeure, the Supplier will get
payment of goods supplied and/ or services performed as at the date of the commencement
of the relevant event of Force Majeure.
The Supplier has no entitlement and Purchaser has no liability for:
(i) Any costs, losses, expenses, damages or the payment of any part of the Order/ Contract
Price during an event of Force Majeure; and
(ii) Any delay costs in any way incurred by the Supplier due to an event of Force Majeure.

30. DISPUTE RESOLUTION MECHANISM


30.1 Conciliation
GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with Part –
III of the Arbitration and Conciliation Act 1996 as amended from time to time for speedier,
cost effective and amicable settlement of disputes through conciliation. All
issue(s)/dispute(s) arising under the Contract, which cannot be mutually resolved within a
reasonable time, may be referred for conciliation in accordance with GAIL Conciliation
Rules 2010 as amended from time to time. A copy of the said rules have been made
available on GAIL’s web site i.e. www.gailonline.com.
Where invitation for Conciliation has been accepted by the other party, the Parties shall
attempt to settle such dispute(s) amicably under Part-III of the 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 invoke Arbitration Clause. For the purpose of this clause, the option

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 34
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 174 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
of ‘Conciliation’ shall be deemed to have been exhausted, even in case of rejection of
‘Conciliation’ by any of the Parties.
30.2 Arbitration
All issue(s)/dispute(s) excluding the matters that have been specified as excepted matters
and listed at clause no. 30.2.6 and which cannot be resolved through Conciliation, such
issue(s)/dispute(s) shall be referred to arbitration for adjudication by Sole Arbitrator.
The party invoking the Arbitration shall have the option to either opt for Ad-hoc Arbitration
as provided at Clause 30.2.1 below or Institutionalized Arbitration as provided at Clause
30.2.2 below, the remaining clauses from 30.2.3 to 30.2.7 shall apply to both Ad-hoc and
Institutional Arbitration:-
30.2.1 On invocation of the Arbitration clause by either party, GAIL shall suggest a panel
of three independent and distinguished persons (Retd Supreme Court & High Court
Judges only) to the other party from the Panel of Arbitrators maintained by ‘Delhi
International Arbitration Centre (DIAC) to select any one among them to act as the
Sole Arbitrator. In the event of failure of the other party to select the Sole Arbitrator
within 30 days from the receipt of the communication from GAIL suggesting the
panel of arbitrators, the right of selection of the sole arbitrator by the other party
shall stand forfeited and GAIL shall appoint the Sole Arbitrator from the suggested
panel of three Arbitrators for adjudication of dispute(s). The decision of GAIL on
the appointment of the sole arbitrator shall be final and binding on the other party.
The fees payable to Sole Arbitrator shall be governed by the fee Schedule of ‘‘Delhi
International Arbitration Centre’.
OR
30.2.2 If a dispute arises out of or in connection with this contract, the party invoking the
Arbitration shall submit that dispute to any one of the Arbitral Institutions i.e.
ICADR/ICA/DIAC/SFCA and that dispute shall be adjudicated in accordance with
their respective Arbitration Rules. The matter shall be adjudicated by a Sole
Arbitrator who shall necessarily be a Retd. Supreme Court/High Court Judge to be
appointed/nominated by the respective institution. The cost/expenses pertaining to
the said Arbitration shall also be governed in accordance with the Rules of the
respective Arbitral Institution. The decision of the party invoking the Arbitration
for reference of dispute to a specific Arbitral institution for adjudication of that
dispute shall be final and binding on both the parties and shall not be subject to any
change thereafter. The institution once selected at the time of invocation of dispute
shall remain unchanged.
30.2.3 The cost of arbitration proceedings shall be shared equally by the parties.
30.2.4 The Arbitration proceedings shall be in English language and the seat, venue and
place of Arbitration shall be New Delhi, India only.
30.2.5 Subject to the above, the provisions of Arbitration & Conciliation Act 1996 and
any amendment thereof shall be applicable. All matter relating to this Contract and

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 35
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 175 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
arising out of invocation of Arbitration clause are subject to the exclusive
jurisdiction of the Court(s) situated at New Delhi.
30.2.6 List of Excepted matters:
(i) Dispute(s)/issue(s) involving claims below Rs 25 lakhs and above Rs 25
crores.
(ii) Dispute(s)/issue(s) relating to indulgence of Supplier/Vendor/Bidder in
corrupt/fraudulent/collusive/coercive practices and/or the same is under
investigation by CBI or Vigilance or any other investigating agency or
Government.
(iii) Dispute(s)/issue(s) wherein the decision of Engineer-In-
Charge/owner/GAIL has been made final and binding in terms of the
Contract.
30.2.7 Disputes involving claims below Rs 25 Lakhs and above Rs. 25 crores:-Parties
mutually agree that dispute(s)/issue(s) involving claims below Rs 25 Lakhs and
above Rs 25 crores shall not be subject matter of Arbitration and are subject to the
exclusive jurisdiction of the Court(s) situated at New Delhi.
30.3 Governing Law and Jurisdiction:
The Contract shall be governed by and construed in accordance with the laws in force in
India. The Parties hereby submit to the exclusive jurisdiction of the Courts situated at New
Delhi for adjudication of disputes, injunctive reliefs, actions and proceedings, if any,
arising out of this Contract.
30.4 Disputes between CPSE’s/Government Department’s/ Organizations
Subject to conciliation as provided above, in the event of any dispute (other than those
related to taxation matters) or difference relating to the interpretation and application of the
provisions of commercial contract(s) between Central Public Sector Enterprises (CPSEs/
Port Trusts) inter se and also between CPSEs and Government Departments
/Organizations), such dispute or difference shall be taken up by either party for resolution
only through AMRCD as mentioned in OPE OM No. 4(1)/2013-DPE(GM)/FTS-1835
dated 22-05-2018.
Any party aggrieved with the decision of the Committee at the First level (tier) may prefer
an appeal before the Cabinet Secretary at the Second level (tier) within 15 days from the
date of receipt of decision of the Committee at First level, through it's administrative
Ministry/Department, whose decision will be final and binding on all concerned.
The above provisions mentioned at clause no. 30.1 to 30.4 shall supersede provisions
relating to Conciliation, Arbitration, Governing Law & Jurisdiction and Disputes between
CPSE’s/ Government Department’s/ Organizations mentioned elsewhere in tender
document.

30.5 Continuance of the Contract:

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 36
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 176 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
Notwithstanding the fact that settlement of dispute(s) (if any) may be pending, the parties
hereto shall continue to be governed by and perform the work in accordance with the
provisions under this Contract and no payment due or payable to the Supplier shall be
withheld on account of such proceedings.

30.6 Non-Applicability of Arbitration Clause in Case of Banning of Vendors/ Suppliers /


Bidders 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” (Appendix-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.

31. GOVERNING LANGUAGE

31.1 The Contract shall be written in English language as specified by the Purchaser/Consultant
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. The Supplier shall bear all costs of translation to the
governing language and all risks of the accuracy of such translation.

31.2 The Supplier shall ensure that the language/terminology/description of Goods used in
Purchase Order/Bill of Lading/Airway Bill/Invoice is verbatim in English and not at
variance.

32. NOTICES

32.1 TO THE SUPPLIER: Any notice to be given to the Supplier may be served by the
Purchaser/Consultant by facsimile / e-mail or through registered post/Courier at the
address/contact information furnished by the Supplier. Proof of issue of any such notice
could be conclusive of the Supplier having been duly informed of all contents therein.

32.2 TO THE PURCHASER/CONSULTANT: Any notice to be given to the


Purchaser/Consultant under the terms of the Contract may be served by the Supplier, by
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 37
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 177 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
facsimile / e-mail or delivering the same through registered post /Courier at the concerned
site office.

32.3 A notice shall be effective when delivered or on the notice’s effective date, whichever is
later.

33. TAXES & DUTIES


33.1 A foreign Supplier 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 Supplier shall be entirely responsible for all taxes, duties, license fees etc.
incurred until the delivery of the contracted goods to the Purchaser. However, GST on
finished products shall be reimbursed by Purchaser.
33.3 Customs duty payable in India for imported Goods ordered by Purchaser on foreign
Supplier shall be borne and paid by Purchaser.
33.4 Any income tax payable in respect of supervisory services rendered by foreign Supplier
under the Contract shall be as per the Indian Income Tax Act and shall be borne by
Supplier. It is upto the Bidder/Supplier to ascertain the amount of these taxes and to include
them in his Bid price.

33.5 TDS

33.5.1 TDS as applicable will be deducted by GAIL under section 194Q of the Income Tax Act,
1961 on Purchases exceeds Rs. 50 Lakhs or limit defined therein from time to time during
the financial year.
33.5.2 Since GAIL is liable to deduct Income Tax TDS under section 194Q, the provision of TCS
as per section 206C(1H) of the Income Tax Act, 1961 shall not be applicable.
33.5.3 Higher rate of TDS for non-filers of ITR
As per Section 206AB of Income Tax Act, 1961, in case of any vendor/customer who does
not filed their Income Tax Return for both of the two previous years preceding to current
year and aggregate amount of TDS is more than or equal to Rs. 50,000/- in each of those
previous two years (or limit defined by Govt. from time to time), then TDS will be deducted
at the higher of following rates:
(i) Twice the rate mentioned in relevant TDS section.
(ii) Twice the rate or rates in force
(iii) 5%
34. BOOKS & RECORDS
34.1 Supplier shall maintain adequate books and records in connection with Contract and shall
make them available for inspection and audit by Purchaser/Consultant or their authorized
agents or representatives during the terms of Contract until expiry of the Contract
Performance Security. 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.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 38
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 178 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

35. PERMITS & CERTIFICATES


35.1 Supplier shall procure, at his expense, all necessary permits, certificates and licences
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 Supplier further agrees to hold
Purchaser and/or Consultant 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 Supplier’s personnel to
undertake any work at Site 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 Supplier’s failure to adhere to
any of the instructions given by the Purchaser/Consultant in connection with the Contract
execution shall be recoverable from the Supplier.

36.3 Recovery of sums due


All costs, damages or expenses which the Purchaser/Consultant may have paid, for which
under the Contract Supplier is liable, may be recovered by the Purchaser(he is hereby
irrevocably authorized to do so) from any money due to or becoming due to the Supplier
under this Contract or other Contracts and/or may be recovered by action at law or
otherwise. If the sums due to the Supplier be not sufficient to recover the recoverable
amount, the Supplier 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/Consultant shall affect or prejudice the rights of the Purchaser
against the Supplier or relieve the Supplier of his obligation for the due fulfillment of the
Contract.
36.5 Cut-off Dates
No claims or correspondence on claims on this Contract shall be entertained by the
Purchaser/Consultant after 90 days after expiry of the Contract Performance Security (from
the date of final extension, if any)
36.6: Indemnity
The Supplier hereby irrevocably and unconditionally undertakes to indemnify and keep
indemnified the Purchaser/GAIL and all its employees, agents and assigns from and against
all losses, penalties interests, costs etc., which may arise out of breach of any terms and
conditions of this Contract by the Supplier and the employees’ /personnel/sub-
contractors/agents or any third party appointed by the Supplier for the purpose of
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 39
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 179 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
implementation of their obligations under this Contract. The Supplier undertakes to
compensate the Purchaser/GAIL forthwith on demand without protest any loss suffered
by the Purchaser/GAIL together with direct/indirect expenses . This Indemnity shall
remain valid and irrevocable for all claims of the Purchaser/GAIL arising from any such
case or court case filed for which Purchaser/GAIL or its employees has been made party
until now or here -in- after.
36.7 Paragraph heading
The paragraph heading in these conditions shall not affect the construction thereof.

36.8 Retired Purchaser’s Director


No Director of GAIL is allowed to participate in tender for a period of 1 (one) year after his
retirement from the employment of GAIL, without the prior permission of GAIL. The
Contract if awarded is liable to be cancelled if the tenderer is found at any time to be such a
person and has not obtained the permission of GAIL before submission of the tender. Any
tender by a person aforesaid shall carry a disclosure thereof on the tender, and shall be
accompanied by a copy of the document by which the requisite consent is given. Such
disqualifications shall apply to every partner of a partnership firm.

The tenderer is required to state whether he is a relative of any Director of GAIL, or whether
the tenderer is a partnership firm, whether a Director of GAIL or its relative is a partner in the
firm, or whether the tenderer is a Company, whether a Director of GAIL or relative of such
Director is a substantial member holding more than 10% (ten percent) of the paid up capital
in the Company, or a Director of the Company. The definition of relative shall be as per The
Companies Act, 2013 and its amendment(s).

37. IMPORT LICENSE

37.1 No import license is required for the imports covered under this Contract.

38. FALL CLAUSE

The following Fall Clause shall be applicable in the Contract, only if there is a specific
mention of its applicability in ITB or SCC of Tender Document.

38.1 The price charged for the Goods supplied under the Contract 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 Goods of identical description to any Persons/Organizations
including the Purchaser or any Department of the Central Govt. or any Department of a
State Govt. or any Statutory Undertaking of the Central or State Govt. as the case may be,
during the currency of the Contract.
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/organizations including the Purchaser or any Deptt. of Central Govt. or State Govt.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 40
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 180 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
as the case may be, at a price lower than the price chargeable under the Contract, he shall
forthwith notify such reduction or sale or offer of sale to the Purchase Authority who has
issued the Purchase Order and the price payable under the Purchase 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:
(i) Export/Deemed Export by the Supplier or
(ii) Sale of goods as original equipment prices lower than the price charged for normal
replacement;
(iii)Sale of goods such as drugs, which have expiry date;
(iv) Sale of goods at lower price on or after the date of completion of sale/placement of
order of goods or services by the authority concerned, under the existing or previous
Rate Contracts as also under any previous contracts entered into with the Central or
State Government Departments including new undertakings (excluding joint sector
companies and or private parties) and bodies.

38.3 The Supplier shall furnish the following certificate to the concerned Paying Authority
along with 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
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 Contract whichever is later, at a price lower than the price
charged to the GAIL under this Purchase Order”.

Such a certificate shall be obtained, except for quantity of items/Goods/materials categories


under sub-clause (i), (ii) & (iii) of sub-para 38.2 above, of which details shall be furnished
by the Supplier.

39. PUBLICITY & ADVERTISING

39.1 Supplier 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 up to 25% of
the original quantity without any change in unit price or other terms and conditions.

41. LIMITATION OF LIABILITY

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 41
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 181 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
41.1 Notwithstanding anything contrary contained herein, the aggregate total liability of
Supplier, excluding his liability towards infringement of patent & trade mark or industrial
design rights or willful misconduct or fraud, under the contract or otherwise shall be limited
to 100% of value of Purchase order.

However, neither party shall be liable to the other party for any indirect and consequential
damages, loss of profits or loss of production.

42. COMPLETION CERTIFICATE AND EXECUTION CERTIFICATE

42.1 No Completion Certificate shall be issued against orders for supply of goods only.
However, for these cases, a copy of Good Receipt (GR) duly signed by concerned Store-
in-charge will be forwarded to the Supplier.

42.2 Completion Certificate, in case of Purchase Orders for supply of Goods along with
associated/incidental Services (like erection, installation, commissioning etc.) should be
issued after completion of supplies/services in accordance with Contract.

42.3 Completion of supplies, for issuance of completion certificate, shall be completion of


supply and acceptance of Goods in all respect as per provisions of Contract.

42.4 Application for Completion Certificate: When the Supplier fulfills his obligation under
the Contract he shall be eligible to apply for Completion Certificate. The
Purchaser/Consultant shall normally issue to the Supplier the Completion Certificate
within one month after receiving any application thereof from the Supplier after verifying
from the completion documents and satisfying himself that the supplies have been made
in accordance with and as set out in the Contract.

42.5 Completion Certificate: Within one month from receipt of application from Supplier
after the completion of the Supplies in all respects as specified above at clause no. 42.4,
the Supplier shall be furnished with a certificate by the Purchaser/Consultant such
completion. Purchaser’s/Consultant’s certification about completion of supplies in all
aspects shall be binding and conclusive.

42.6 Execution Certificate: Execution Certificate during currency of Rate contract can be
issued by Purchaser/Consultant against written request from Supplier.

43.0 PROVISIONS FOR BUY-BACK ITEMS:

The following provision for Buy-Back shall be applicable in the Contract, only if there is
a specific mention of its applicability in ITB or SCC of Tender Document.

43.1 Old materials will be handed over to the Supplier in terms of the contract with proper
documentation on “as is where is basis”. The Supplier is required to take away such
materials out of GAIL immediately after handing over to them.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 42
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 182 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

43.2 The Supplier will not sell these materials to any Purchaser’s employee without written
permission of Purchaser/HR Department-Purchaser, to be obtained by the Purchaser
employee(s). Even after such permission is obtained by employee(s), the Supplier is free
to take decision whether to sell such item(s) to Purchaser employee(s) or not.

43.3 The Supplier will maintain a separate record for such sales to Purchaser employees and
will make the same available as and when requited by Purchaser.

43.4 The Supplier will accept payment only by Cheque/Demand Draft/e-banking (NEFT) for
sale of old item(s) to GAIL employee(s).

43.5 The Supplier is required to take away the buy-back items out of GAIL premises at his cost
within 14 days of notice. Failure or any delays of Supplier for removal of buy-back items,
the Purchaser shall be entitled to recover handling and storage charges @5% of the buy-
back value of such items for each month or part of a month without relieving the Supplier
from any other related liability. In the event of the Supplier’s failure to remove the same
within a period of 6 months, the Purchaser will take action for removal through auction or
sale on behalf of the Supplier and at his risk in all respects. The buy back amount deducted
from payment and proceed of such action or sale will be adjusted towards handling, storage
and overhead charges of GAIL. The decision of Purchaser w.r.t. such removal and the
amount of the proceeds shall be final and binding on the Supplier. The Purchaser shall in
no way be responsible for any deterioration or damage to the Equipment under any
circumstances whatsoever. Further, such action shall be considered as poor-performance
and action will be taken as per procedure in this regard.

44.0 CONFIDENTIALITY:

The Supplier, it’s Sub-Contractor and their personnel shall not, either during the term or
within two (2) years after the expiration of this Contract, disclose any proprietary or
confidential information related to work / Project, this Contract, or Purchaser’s business or
operations without the prior consent of the Purchaser.

45.0 INTELLECTUAL PROPERTY RIGHT:

The Supplier shall retain the copy right and other intellectual property rights in the Supplier’s
document and other design documents made by (or on behalf of) the Supplier.

Subject to the confidentiality obligations, by signing the Contract, within the value of
Contract, the Supplier shall be deemed to give to the Purchaser a non-terminable, transferable,
non-exclusive and royalty-free right to copy, use and communicate the Supplier’s documents
for the operation, maintenance, repair of the Goods/Work / Plant, training and Statutory
purposes, but not for any other purpose. Such documents of the Supplier shall not be used,
copied or communicated to a third party by or on behalf of the Purchaser for the purposes
other than those permitted, without the Supplier’s Consent.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 43
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 183 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

46.0 ACTION IN CASE OF CORRUPT/ FRAUDULENT/ COLLUSIVE/ COERCIVE


PRACTICES AND POOR PERFORMANCE:

The procedure for action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices
containing provisions for putting a Bidder/Supplier on suspension and/or banning list (as
the case may be) if such an agency has indulged in Corrupt/ Fraudulent/ Collusive/
Coercive Practices. The Procedure is also enclosed as Appendix-I to this GCC.

Further, Bidder/Supplier accepts and solemnly affirms that they would adhere to the Fraud
Prevention Policy of GAIL and shall not indulge themselves or allow others (working in
GAIL) to indulge in fraudulent activities and that they would immediately apprise the
Owner/GAIL/Employer / Organization(s) of the fraud/ suspected fraud as soon as it comes
to their notice. Concealment of facts regarding Bidder/Supplier’s involvement in
fraudulent activities in connection with the business transaction(s) of GAIL is liable to be
treated as crime and dealt with by the procedures of GAIL as applicable from time to time.
The Fraud Prevention Policy document is available on GAIL’s website
(www.gailonline.com).

47.0 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
Appendix II to this GCC.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 44
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 184 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
APPENDIX-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 a 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/ Purchase 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/Employer 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/Service Provider” is herein after referred


in this Appendix as “Agency”

A.6 ”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).

A.7 “Competent Authority” shall mean the authority, 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 concerns which come within the sphere of effective
influence of the banned/suspended agency shall be treated as allied agency. 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 agency;
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 45
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 185 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
c) Substantial or majority shares are owned by the banned/ suspended agency
and by virtue of this it has a controlling voice.
d) Directly or indirectly controls, or is controlled by or is under common control
with another bidder.
e) All successor agency will also be considered as allied agency.

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.

A.10 "Obstructive practice": materially impede the procuring entity's investigation into
allegations of one or more of the above mentioned practices either by deliberately
destroying, falsifying, altering; or by concealing of evidence material to the investigation;
or by making false statements to investigators and/ or by threatening, harassing or
intimidating any party to prevent it from disclosing its knowledge of matters relevant to the
investigation or from pursuing the investigation; or by impeding GAIL's rights of audit or
access to information.

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 Earnest Money Deposit (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, action shall be initiated for putting the agency on banning list.

After conclusion of process and issuance of Speaking order for putting party on
banning list, 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) submitted by agency against such order (s)/ contract (s) shall
also be forfeited. Further such order/ contract will be closed following the due
procedure in this regard.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 46
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 186 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
The amount that may have become due to the contractor on account of work already
executed by him shall be payable to the contractor and this amount shall be subject
to adjustment against any amounts due from the contractor under the terms of the
contract. No risk and cost provision will be enforced in such cases.

Suspension of order/ contract:

Further, only in the following situations, the concerned order (s)/ contract(s) (where
Corrupt/Fraudulent/ Collusive/ Coercive Practices are observed) and payment shall
be suspended after issuance of Suspension cum Show Cause Notice:

(i) Head of Corporate Vigilance Department/CVO based on the investigation


by them, recommend for specific immediate action against the agency.
(ii) Head of Corporate Vigilance Department/CVO based on the input from
investigating agency, forward for specific immediate action against the
agency.

Suspension cum Show Cause Notice being issued in above cases after approval of
the competent authority (as per provisions mentioned under Clause no. D) shall also
include the provision for suspension of Order (s)/ Contract (s) and payment.
Accordingly, after issuance of Suspension cum Show Cause Notice, the formal
communication for suspension of Order (s)/ Contract (s) and payment with
immediate effect will be issued by the concerned person of GAIL.

During suspension, Contractor/ Service Providers will be allowed to visit the plant/
site for upkeep of their items/ equipment, GAIL’s issued materials (in case custody
of same is not taken over), demobilizing the site on confirmation of EIC, etc.

In addition to above, Recovery of payments (other than due payments) including


balance advance payments, if any, made by along with interest thereon at the
prevailing rate shall be recovered.

(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.

Further, the CPS submitted by agency against such order (s)/ Contract (s) shall be
forfeited.

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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 47
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 187 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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. No. Description Period of banning from


the date of issuance of
Banning order
1 Misrepresentation/False information other than 06 Months
pertaining to BEC of tender but having impact on
the selection process.
For example, if an agency confirms not being in
holiday in GAIL/PSU’s PMC or banned by
PSUs/ Govt. Dept., liquidation, bankruptcy &
etc. and subsequently it is found otherwise, such
acts shall be considered in this category.
2 Corrupt/Fraudulent (except mentioned at sl. no. 01 year
1 above) /Collusive/Coercive Practices

2.1 If an agency again commits Corrupt/Fraudulent


2 years (in addition to
(except mentioned at sl. no. 1 above) /Collusive/
the period already
Coercive Practices in subsequent cases after their
served)
banning, such situation of repeated offense to be
dealt with more severity.

3 Indulged in unauthorized disposal of materials 2 years


provided by GAIL
4 If act of vendor/ contractor is a threat to the 2 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
tenders/future tenders.

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.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 48
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 188 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

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 enquiry /bid/tender but before opening of Technical bid, the bid submitted
by the agency shall be ignored.

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

C.3.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the
agency shall be ignored & will not be further evaluated. In case such agency is lowest (L-
1), next lowest bidder shall be considered as L-1.

D. Procedure for Suspension of Bidder

D.1 Initiation of Suspension

Action for suspension business dealing with any agency/(ies) shall be initiated 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 six months
and shall be communicated to the agency and also to Corporate Vigilance Department.
Period of suspension can be extended with the approval of the Competent Authority by
one month at a time with a ceiling of 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 shall 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 shall also be communicated to
the agency.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 49
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 189 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

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:

D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the agency shall be ignored.

D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid of the agency
shall not be opened and BG/EMD submitted by the agency shall be returned to the
agency.

D.3.2.3 After opening of price, BG/EMD made by the agency shall be returned; the offer of the
agency shall be ignored & will not be further evaluated. In case such agency is lowest
(L-1), next lowest bidder shall be considered as L-1.

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

D.3.4 Bidder confirms/undertakes 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. Such an appeal
shall be preferred within one month from the 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’ (Appendix I) shall prevail.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 50
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 190 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
APPENDIX-II

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

1.0 GENERAL

A system for evaluation of Vendors/Suppliers/Contractors/ Consultants(referred elsewhere


as “Seller) and their performance is a key process and important to support an effective
purchasing & contracting function of an organization.
Performance of all participating Seller need to be closely monitored to ensure timely receipt
of supplies, completion of an assignment or complete execution of order by Seller within
scheduled completion period. For timely execution of projects and meeting the operation
& maintenance requirement of operating plants, it is necessary to monitor the execution of
order or Contracts right from the award stage to completion stage and take corrective
measures in time.

2.0 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 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.
3.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet (PRDS)

Performance rating data Sheet for each and every Vendor/


Supplier/Contractor/Consultant for all orders/Contracts with a value of Rs. 50
Lakhs and above is recommended to be drawn up. Further, Performance rating data
Sheet for orders/contracts of Vendor/Supplier/Contractor/ Consultant who are on
watch list/holiday list/ banning list shall be prepared irrespective of order/ contract
value. These data sheets are to be separately prepared for orders/ contracts related
to Projects and O&M. Format, Parameters, Process, responsibility for preparation
of Performance Rating Data Sheet are separately mentioned.

ii) Measurement of Performance

Based on the parameters defined in Data Sheet, Performance of concerned Seller


would be computed and graded accordingly. The measurement of the performance
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 51
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 191 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
of the Seller 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 Seller. Response of Seller would
be considered before deciding further course of action.

iv) Implementation of Corrective Measures:

Based on the response of Seller, concerned Engineer-in-Charge/Purchaser for the


Projects and/or OIC in case of O&M would recommend for continuation or
discontinuation of such Seller 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.

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. 50 Lakhs if Vendor/


Supplier/Contractor/ Consultant is not on watch list/ holiday list/ banning
list.
ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO
with material code ending with 9).

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 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

5.1 FOR PROJECTS

i) Evaluation of performance of Seller 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 of


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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 52
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 192 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
iii) Depending upon the Performance Rating, following action shall 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 Seller 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” (as per Performance Rating carried


out after execution of Order/ Contract and where no reply/ unsatisfactory
reply is received from party against the letter seeking the explanation from
Vendor/Supplier/Contractor/ Consultant along with sharing the
performance rating)

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for


the following action:
1. Poor Performance on account of Quality (if marks obtained against
Quality parameter is less than 20):

(a) First Instance: Holiday (Red Card) for One Years


(b) Subsequent instance (s) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/
Supplier/ Contractor/ Consultant: Holiday (Red Card)
for Two Years

2. Poor Performance on account of other than Quality (if marks


obtained against Quality parameter is more than 20):

(a) First such instance: Advisory notice(Yellow Card) shall


be issued and Vendor/Supplier/Contractor/ Consultant shall
be put on watch list for a period of Two (2) Years.
(b) Second such instance in other ongoing order (s)/ contract
(s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Putting on Holiday (Red Card)
for a period of One Year

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 53
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 193 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
(c) Subsequent instances (more than two) in other ongoing
order (s)/ contract (s) or new order (s) /contact (s) on such
Vendor/ Supplier/ Contractor/ Consultant: Putting on
Holiday (Red Card) for a period of Two Years.

B) Where Poor/Non-Performance leading to termination of contract


or Offloading of contract due to poor performance attributable to
Vendor/Supplier/ Contractor/Consultant

(a) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list
for a period of Two (2) Years.
Further such vendor will not be allowed to participate in the re-
tender of the same supply/work/services of that location which has
terminated / offloaded. Moreover, it will be ensured that all other
action as per provision of contract including forfeiture of Contract
Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other
tenders and to execute other ongoing order/ contract (s) or new
contract/ order (s).
The Yellow card will be automatically revoked after a period of two
years unless the same is converted into Red Card due to subsequence
instances of poor/ non-performance in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant.
(b) Second instances in other ongoing order (s)/ contract (s) or new
order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for period of One Year and they
shall also to be considered for Suspension.
(c) Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Holiday (Red Card) for period of Two
Years and they shall also to be considered for Suspension.

(C) Where Performance rating is “FAIR”:


Issuance of warning to such defaulting Vendor/ Supplier/Contractor/
Consultant to improve their performance.

5.2 DELETED.

5.3 FOR OPERATION & MAINTENANCE

i) Evaluation of performance of Seller in case of Operation and Maintenance shall be


done immediately after execution of order/ Contract.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 54
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 194 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
ii) After execution of orders a PRDS (Format at Annexure-2) shall be prepared for
Purchaser Orders by Site C&P and for Services by respective Engineer-In-Charge.

iii) Depending upon Performance Rating, following action shall be initiated:

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 Seller 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” (as per Performance Rating carried


out after execution of Order/ Contract and where no reply/ unsatisfactory
reply is received from party against the letter seeking the explanation from
Vendor/Supplier/Contractor/ Consultant along with sharing the
performance rating)

Recommend such defaulting Vendor / Supplier / Contractor / Consultant for


the following action:
1. Poor Performance on account of Quality (if marks obtained against
Quality parameter is less than 20):

(a) First Instance: Holiday (Red Card) for One Years


(b) Subsequent instance (s) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/
Supplier/ Contractor/ Consultant: Holiday (Red Card)
for Two Years

2. Poor Performance on account of other than Quality (if marks obtained


against Quality parameter is more than 20):

(b) First such instance: Advisory notice(Yellow Card) shall


be issued and Vendor/Supplier/Contractor/ Consultant shall
be put on watch list for a period of Two (2) Years.
(b) Second such instance in other ongoing order (s)/ contract
(s) or new order (s) /contact (s) on such Vendor/ Supplier/

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 55
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 195 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
Contractor/ Consultant: Putting on Holiday (Red Card)
for a period of One Year
(c) Subsequent instances (more than two) in other ongoing
order (s)/ contract (s) or new order (s) /contact (s) on such
Vendor/ Supplier/ Contractor/ Consultant: Putting on
Holiday (Red Card) for a period of Two Years.

B) Where Poor/Non-Performance leading to termination of contract


or Offloading of contract due to poor performance attributable to
Vendor/Supplier/ Contractor/Consultant
a. First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list
for a period of Two (2) Years.
Further such vendor will not be allowed to participate in the re-
tender of the same supply/work/services of that location which has
terminated / offloaded. Moreover, it will be ensured that all other
action as per provision of contract including forfeiture of Contract
Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other
tenders and to execute other ongoing order/ contract (s) or new
contract/ order (s).
The Yellow card will be automatically revoked after a period of two
years unless the same is converted into Red Card due to subsequence
instances of poor/ non-performance in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant.
b. Second instances in other ongoing order (s)/ contract (s) or new
order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for period of One Year and they
shall also to be considered for Suspension.
c. Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Holiday (Red Card) for period of Two
Years and they shall also to be considered for Suspension.

(C) Where Performance rating is “FAIR”:


Issuance of warning to such defaulting Vendor/ Supplier/Contractor/
Consultant to improve their performance.

6.0 REVIEW & RESTORATION OF SELLER PUT ON HOLIDAY

6.1 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.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 56
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 196 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
Further, in case Seller is put on holiday due to quality, and new order is placed on bidder
after restoration of Seller, such order will be properly monitored during execution stage by
the concerned site.

7.0 EFFECT OF HOLIDAY

7.1 If a Seller is put on Holiday, such Seller shall not be considered in ongoing tenders/future
tenders.

7.2 However, if such Seller 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 provisions of concerned contract. However, this would be
without prejudice to other terms and conditions of the contract.

7.3. Effect on other ongoing tendering:

7.3.1 after issue of the enquiry /bid/tender but before opening of Technical Bid (unpriced bid),
the bid submitted by the Seller shall be ignored.

7.3.2 after opening Technical Bid but before opening the Price Bid, the Price Bid of the Seller
shall not be opened and BG/EMD submitted by the Seller shall be returned to the party.

7.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer of the party
shall be ignored & will not be further evaluated. In case such agency is lowest (L-1), next
lowest bidder shall be considered as L-1.

8.0 While putting the Seller on holiday as per the procedure, the holding company, subsidiary,
joint venture, sister concerns, group division of the errant Seller shall not be considered for
putting on holiday list.

Any Bidder/Seller, put on holiday, will not be allowed to bid through consortium route also
in new tender during the period of holiday.

9.0 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.

10. 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.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 57
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 197 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
Such an appeal shall be preferred within one month from the 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).

11. 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 bidding or withdrawal of bid or modification of bid or
varying any term in regard thereof leading to re-tendering, GAIL shall forfeit EMD if paid
by the bidder and such bidders shall be debarred from participation in retendering of the
same job(s)/item(s).
Further, such bidder will be put on Watch List (Yellow Card) for a period of two years after
following the due procedure. However, during the period in watch list such vendor will be
allowed to participate in all other tenders and to execute other ongoing order/ contract (s)
or new contract/ order (s).

In case of subsequent instances of default in other tender(s) during aforesaid watch list
period, the action shall be initiated as per provision of sl. no. 2 of para A of Clause no. 5.1
(v) and 5.3 (v).

The Yellow card will be automatically revoked after specified period unless the same is
converted into Red Card

12. In case CBIC (Central Board of Indirect Taxes and Customs)/ any equivalent government
agency brings to the notice of GAIL that a Supplier has not remitted the amount towards
GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government
exchequer, then, that Supplier 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 enclosed with the tender document.

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 58
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 198 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
GAIL (India) Limited Annexure-1
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS)

i) Project/Work Centre :

ii) Order No. & date :

iii) Brief description of Items :

iv) Order value (Rs.) :

v) Name of Supplier/ :

vi) Contracted delivery :


Schedule

vii) Actual delivery :


date

Performance Delivery Performance Quality Reliability Total


Parameter Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated
Note:
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Supplier 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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 59
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 199 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY PERFORMANCE 40 Marks

Delivery Period Delay in Weeks Marks

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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 60
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 200 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

1.3 RELIABILITY PERFORMANCE 20 Marks

i) Submission of order acceptance, PBG, Drawings 5 marks


and other documents within time

ii) Attending complaints and requests for after sales 5 marks


service/ warranty repairs and/ or query/ advice
(upto the evaluation period).

iii) Response to various correspondence and 5 marks


conformance to standards like ISO
iv) Submission of all required documents including 5 marks
Test Certificates at the time of supply

Annexure-2
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR O&M)
i) Location :

ii) Order No. & date :

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 61
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 201 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
iii) Brief description of Items :

iv) Order value (Rs.) :

v) Name of Supplier :

vi) Contracted delivery :


Schedule

vii) Actual delivery :


date

Performance Delivery Quality Reliability Total


Parameter Performance Performance Performance#
Maximum Marks 40 40 20 100
Marks Allocated
(*)
Remarks (if any)
PERFORMANCE RATING (**)
Note :
(#) Supplier 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

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under :

1.1 DELIVERY PERFORMANCE 40 Marks

Delivery Period Delay in Weeks Marks

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 62
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 202 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 63
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 203 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

i) Submission of order acceptance, PBG, Drawings 5 marks


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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 64
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 204 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
APPENDIX-III

PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE SECURITY /


SECURITY DEPOSIT
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To, Bank Guarantee No.


M/s GAIL (India) Limited Date of BG
___________________ BG Valid up to (expiry date)
Claim period up to (There should
be three months gap between
expiry date of BG & Claim period)
Stamp Sl. No./e-Stamp Certificate
No.

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.[or currency of Contract]
____________________ (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 or reference to the
contractor to GAIL in such manner and at time, 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

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 65
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 205 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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 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 or
dissolution or changes of constitution or insolvency of the said supplier/contractor or any change in
the legal constitution of the Bank or of GAIL 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. 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
supplier’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.

8. 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.

9. 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.
------------------------------------------------------------------------------------------------------------------------------------------
Page no. 66
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 206 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------

10. Notwithstanding anything contained herein:

a) The Bank’s liability under this Guarantee shall not exceed(currency in figures) . . . . . . . . . . . . .
. . . (currency in words only ) . . . . .

b) This Guarantee shall remain in force upto___________ (this date should be expiry date of defect
liability period / guarantee period of the Contract) and any extension(s) thereof; and

c) The Bank shall be released and discharged from all liability under this Guarantee unless a written
claim or demand is issued to the Bank on or before the midnight of ………………….(indicate date
of expiry of claim period which includes minimum 03 months from the expiry of this Bank
Guarantee) and if extended, the date of expiry of the last extension of this Guarantee. If a claim
has been received by us within the said date, all the rights of GAIL under this Guarantee shall be
valid and shall not cease until we have satisfied that claim.
Details of next Higher Authority of the Officials who have issued the Bank Guarantee:
Name …………………………….
Designation …………………..

Yours faithfully,
_______________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the Bank

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 67
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 207 of 335


General Conditions of Contract – Goods (Rev.2)
--------------------------------------------------------------------------------------------------------------------------------------
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.
5. In case claim period is not mentioned or same date is mentioned against validity and claim period,
then the date of validity of BG shall be considered as three months prior to such date.
6. Supplier shall submit attached cover letter (Annexure) while submitting Contract Performance
Security

MATTER TO BE MENTIONED IN COVERING LETTER TO BE SUBMITTED BY VENDOR ALONG WITH BANK


GUARANTEE
1
BANK GUARANTEE NO :

2 VENDOR NAME / VENDOR CODE : NAME


VENDOR CODE

3 BANK GUARANTEE AMOUNT :

4 PURCHASE ORDER/ LOA NO :

5 NATURE OF BANK GUARANTEE :


(Please Tick ( √ ) Whichever is
Applicable PERFORMANCE SECURITY
BANK GUARANTEE DEPOSIT EMD ADVANCE

(A) EMAIL ID :
BG ISSUED BANK DETAILS
(B) ADDRESS :
(C) PHONE NO :

------------------------------------------------------------------------------------------------------------------------------------------
Page no. 68
Issue date: 23rd December 2022 Document Control No. GAIL/C&P/GCC-Goods-0004/Rev2

Page 208 of 335


SECTION-V

SPECIAL CONDITIONS OF
CONTRACT (SCC)-GOODS

Page 1 of 7
SCC_B378

Page 209 of 335


Table of Contents

1.0 DEFINITIONS
2.0 INTERPRETATIONS
3.0 SELLER’S SCOPE
4.0 DELIVERY / COMPLETION SCHEDULE
5.0 DESPATCH INSTRUCTIONS
6.0 INDEPENDENT SELLER
7.0 LIEN
8.0 INSURANCE
9.0 PRICE REDUCTION SCHEDULE (PRS)
10.0 PRICE VARIATION; VARIATION DUE TO TAXES AND DUTIES
11.0 TERMS AND MODE OF PAYMENT
12.0 ORIGIN OF GOODS
13.0 FALL CLAUSE
14.0 ‘ECA’ FINANCING FOR FOREIGN BIDDERS ONLY
15.0 POST ORDER CORRESPONDENCE
16.0 DELETED
17.0 DELETED
18.0 INDEMNITY BOND
19.0 INSPECTION & QUALITY ASSURANCE/QUALITY CONTROL
20.0 ORDER OF PRECEDENCE
21.0 INVOICING ADDRESS:
22.0 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHAN MANTRI JEEVAN JYOTI
BIMA YOJANA (PMJJBY) IN CASE OF SITE WORK
23.0 STATUTORY APPROVALS
24.0 LIMITATION OF LIABILITY
25.0 GUARANTEE CLAUSE
26.0 DELETED
27.0 DELETED
28.0 APPLICABILITY OF PURCHASE PREFERENCE LINKED WITH LOCAL CONTENT (PP-LC),
POLICY FOR PROVIDING PREFERENCE TO DOMESTICALLY MANUFACTURED IRON &
STEEL PRODUCTS IN GOVERNMENT PROCUREMENT (DMI&SP), PURCHASE PREFERENCE TO
MSE BIDDER, PURCHASE PREFERENCE TO DOMESTICALLY MANUFACTURED ELECTRONIC
PRODUCTS & DOMESTICALLY MANUFACTURED TELECOM PRODUCTS AND DOMESTICALLY
MANUFACTURED PRODUCTS OF PETROLEUM AND NATURAL GAS SECTOR SHALL BE IN LINE
WITH BID DATA SHEET (BDS) AND INSTRUCTIONS TO BIDDERS (ITB)
29.0 COMPLIANCE UNDER LABOUR LAWS (IF SITE WORK IS APPLICABLE)
30.0 DEFINITIONS: PBG AND CPBG HAVE THE SAME MEANING
ANNEXURES:
ANNEXURE-I: Payment Terms
ANNEXURE-II: No Claim Certificate
ANNEXURE-III: Indemnity Bond MSE
ANNEXURE-IV: Format for Advance Bank Guarantee
ANNEXURE-V: List of TPI Agencies
ANNEXURE-VI: DMI&SP Policy

Page 2 of 7
SCC_B378

Page 210 of 335


1.0 DEFINITIONS

1.1 CONSULTANT referred to in Clause 1.1 of GCC-GOODS means “Engineers India Limited” who
are the EPCM consultant to the employer for this project and having registered office at “1,
Bhikaiji Cama Place, New Delhi-110066”.
2.0 INTERPRETATIONS
i. Where any portion of the “GCC – GOODS” and / or “GCC – WORKS” is repugnant to or at
variance with any provisions of the SCC then, unless a different intention appears, the provisions
of the SCC shall be deemed to over-ride the provisions of the “GCC – GOODS” and / or “GCC –
WORKS. SCC provisions shall prevail to the extent of such repugnancy, or variations exist.
ii. In Contract Documents, the singular shall include the plural and vice versa wherever the context
so requires, unless otherwise stated specifically.
iii. Notwithstanding the sub-division of the Contract Documents into separate sections and volumes
every part of each shall be deemed to be supplementary to and complementary of every other
part and shall be read with and into the Contractso far as it may be practicable to do so.
iv. All headings, subtitles and marginal notes to the clauses of the GCC - GOODS, GCC – WORKS,
SCC or to the Specifications or to any other part of Bidding Document are solely for the purpose
of giving a concise indication and not a summary of the contents thereof, and they shall never be
deemed to be part thereof or be used in the interpretation or construction thereof.
v. The terms fully capitalized and/or initial capitalized shall be interchangeable and shall have the
meaning as assigned to fully capitalized term or initial capitalised term.
vi. Except the obligation of payment to Seller, Consultant may discharge all other Purchaser’s
obligations. In Bidding Documents at all such places where obligations are confined to Purchaser
alone, such provision to be read as ‘Purchaser/Consultant’s’ obligation to the extent the context
so means/ requires.

3.0 SELLER’S SCOPE


(GCC –GOODS/WORKS)
3.1 Supply of Goods / Equipment’s as per MR.
3.1.1 Seller’s scope shall include (a) manufacturing of items / goods / equipment’s as per Material
Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control
programme; (c) obtaining Consultant’s approval; (d) arranging Inspection and Testing
certification; (e) Inspection by Purchaser’s/Consultant/Agency Designated by Purchaser and
obtaining Inspection Release Note; (f) obtaining dispatch clearance; (g) Packing; (h) Loading on
truck/trailer for Indian Bidder/ loading on ship at FOB Port of exit including stowing as applicable
for Foreign Bidder.
3.2 Transportation of material upto Project site stated as per bidding document.
3.3 Any other specific requirement / activity though specifically not covered but is required as per
scope of supply, specifications, standards, drawings, GCC, SCC or any other part of Bidding
Document.
4.0 DELIVERY / COMPLETIONSCHEDULE

4.1 Delivery / Completion schedule shall be as specified in the RFQ/IFB/BDS.


4.2 Failing to meet delivery schedule will be subject to Price Reduction Schedule and/or other
remedies available to the Purchaser in Bidding Documents.
4.3 Delivery period, as detailed in Clause 4.1 of SCC, shall be the essence of Contract and no
variation shall be permitted.

Page 3 of 7
SCC_B378

Page 211 of 335


5.0 DESPATCH INSTRUCTIONS

5.1 Seller shall obtain dispatch clearance from the Purchaser/ Consultant prior to each dispatch.
5.2 Copy of Inspection Release Certificate, Dispatch Clearance and Statement showing the name of
the vessel/transporter, description and weight of material and shipping marks etc. to be submitted
along with the documents.
5.3 Consignee address is as follows:
To be provided Later

6.0 INDEPENDENT SELLER

6.1 It is expressly understood and agreed that Seller is an independent party and that neither the
Seller/ its personnel are servants, agents or employees of Purchaser/ Consultant nor the Seller
has any kind of interest in other sellers.
7.0 LIEN

7.1 Seller shall ensure that the supplies made under the Contract is free from any claims of title/liens
from any third party. In the event of such claims by any party, Seller shall at his own cost defend,
indemnify and hold harmless the Purchaser or its authorised representative from such disputes
of title/liens, costs, consequences etc.
8.0 INSURANCE

As per GCC (GOODS) Clause No. 16.


Details of Purchaser’s Insurance Agent and Insurance Policy shall be covered in Purchase
Order.

9.0 PRICE REDUCTION SCHEDULE (PRS)

Refer Cl. No. 26 of GCC.

10.0 PRICE VARIATION


The quoted price shall remain firm & fixed until delivery/ completion period and not be subject to
escalation for any reason whatsoever, except below:
VARIATION DUE TO TAXES AND DUTIES
Quoted Prices shall be subject to increase/decrease due to statutory variations in taxes & duties
as per provisions covered in Instructions to Bidders (ITB).
11.0 TERMS AND MODE OF PAYMENT
11.1 The terms and mode of payment shall be as per attached Annexure-I
11.2 No claim Certificate is Annexed as Annexure–II to this SCC. Seller is required to furnish the
same along with the final invoice/bill. Payment against final bill shall be released only after
Seller’s furnishing this certificate duly filled in signed and stamped.
12.0 ORIGIN OF GOODS
A certificate issued by relevant Chamber of Commerce to this effect shall form part of shipping
documents.
13.0 FALL CLAUSE
Fall Clause under Clause 38 of GAIL’s GCC Goods stand deleted.

Page 4 of 7
SCC_B378

Page 212 of 335


14.0 ‘ECA’ FINANCING FOR FOREIGN BIDDERS ONLY (NOT APPLICABLE)

GAIL intends to finance the supply of the material from the Banks/Financial Institution with the
support of Export Credit Agency (ies) of International repute. GAIL will approach the leading
Bank(s)/ financial institutions at appropriate time for finalizing the loan based on the guarantee
given by the ECA of the supplier/vendor country. The supplier shall be required to extend full
co-operation to the ECA, prospective lenders (Banks and financial institution) and GAIL to
facilitate the finalization of the loan in term of inter-alia providing necessary details and
information etc. that may be needed for carrying out the due diligence exercise by the ECA and
the lending banks.
In the event, GAIL choose to opt for ECA financing, the payment terms would be amended
accordingly to reflect the buyers credit payment facility to the vendor.
In the event GAIL avails the ECA backed financing from the lenders, necessary comfort would
be provided to the vendors with respect to the security of the payment to the vendors against
the supply of material. The payment to the vendors depending upon the circumstances could
be either through the LC or directly from the GAIL lenders who are backed / provided guarantee
by the ECA of the bidder’s country.
Further, the bidders will be required to submit a letter from the ECA of the bidder’s respective
country that subject to the due diligence, the ECA would support by way of providing guarantee
for arranging finance for the purchase by GAIL.

15.0 POST ORDER CORRESPONDENCE

Details of persons for post order correspondence shall be intimated in the Purchase Order.

16.0 DELETED
17.0 DELETED
18.0 INDEMNITY BOND

18.1 Material Requisition involving Site Works/Package, where the Bidder is required to be the sole
custodian of all goods on behalf of Purchaser, and will be responsible for safety, security,
storage, protection etc. till handing over of Equipment/ System. The Purchaser will have the ‘Title
of Ownership’ on all such supplies/ Works performed as soon as any progressive payments are
made to the Bidder, and the Bidder shall not subject these Works for use other than those
intended under the Contract. Bidder shall furnish an Indemnity bond (in the prescribed format
Attached as Annexure-III to SCC) before the commencement of despatches, covering the total
value of goods, valid till the date of handing over of the Equipment/ System. Bidder’s authorised
signatory shall sign the Indemnity bond.
19.0 INSPECTION & QUALITY ASSURANCE/QUALITY CONTROL

Provisions as per Clause 13 of GCC (Goods) subject to modifications as under shall be


applicable:
19.1 Inspection shall be carried out as under:
Indian bidder:
Inspection/Certification of all the goods of Indian origin as per Purchase Order, shall be done by EIL for
which no extra charges shall be payable. All bought out items including import content (if applicable)
shall be subject to inspection (wherever required as per ITP/QAP) by Listed TPI agencies (Annexure-V)
for which charges shall be included in the quoted prices and no additional charges will be paid by
Purchaser.

Foreign bidder:
Page 5 of 7
SCC_B378

Page 213 of 335


Inspection/Certification of all the goods shall be done by Listed TPI agencies (Annexure-V), for which
charges shall be included in the quoted prices and no additional charges will be paid by Purchaser.

20.0 ORDER OF PRECEDENCE


20.1 The Articles contained in this Section shall supplement to the Instructions To Bidders (ITB)
and General Conditions of Contracts (GCC) – Goods. Where any portion of Special
Conditions of Contracts and General Conditions of Contract – Goods is repugnant or at
variance with any provisions of Instructions to Bidders, Instructions to Bidders shall be
deemed to over-ride the provision(s) of Special Conditions of Contract and General Conditions
of Contract-Goods only to the extent that such repugnancies of variations in Instructions to
Bidders are not possible of being reconciled with the provisions of Special Conditions of
Contract and General Conditions of Contract – Goods.
20.2 In case of irreconcilable contradiction in the commercial terms & conditions, Order of
Precedence shall be as under:
(a) Purchase Order
(b) Letter of Award / Fax of Acceptance
(c) Job Specifications, Drawings, Technical/Material specifications.
(d) Bid Data Sheet
(e) Instruction to Bidders
(f) Special Conditions of Contract-Goods
(g) General Conditions of Contract-Goods
(h) Indian Standards
(i) Other Standards
A variation or amendment issued after the execution of the formal contract shall take
precedence over respective clauses of the formal contract and its Annexures.
21 Invoicing Address:

All invoices shall be raised on the following address:


Officer – in – Charge
GAIL (India) Limited,
Details shall be provided after award.

22 PRADHAN MANTRI SURAKSHA BIMA YOJANA (PMSBY) AND PRADHAN MANTRI


JEEVAN JYOTI BIMA YOJANA (PMJJBY) IN CASE OF SITE WORK

Contractor shall ensure that all its personnel deployed under this contract have obtained
additional insurance coverage under the Pradhan Mantri Suraksha BimaYojana (PMSBY)
and Pradhan Mantri Jeevan Jyoti BimaYojana (PMJJBY) through the participating banks
and submit the proof of such insurance coverage to the satisfaction of GAIL. The cost of
the insurance premium amount for both the above schemes shall be borne by the
contractor giving evidence/proof to GAIL in this respect and Contractor shall suitably
consider the same in their bid.
Both the schemes are to be regulated continuously on yearly basis and the same should be
renewed on each successive relevant date in subsequent years.

23 STATUTORY APPROVALS
23.1 Obtaining statutory approvals, required as defined in CONTRACTOR’s scope under Technical
Scope of work, shall be the responsibility of the CONTRACTOR. CONTRACTOR shall
arrange the inspection of the works by the authorities and necessary co-ordination and liaison
work in this respect. The application on behalf of the Employer for submission to relevant
authorities along with copies of required certificates complete in all respects shall be prepared
and submitted by the CONTRACTOR well ahead of time so that the actual construction/

Page 6 of 7
SCC_B378

Page 214 of 335


commissioning of the work is not delayed for want of the approval/inspection by concerned
authorities.
23.2 Statutory fees paid, if any, for all such inspections and approvals by authorities shall be
deemed to be included in the quoted prices, if not specified otherwise.
23.3 Any change/ addition required to be made to meet the requirements of the statutory
authorities shall be carried out by the CONTRACTOR free of charge. The inspection and
acceptance of the work by statutory authorities shall however, not absolve the CONTRACTOR
from any of his responsibilities under this contract.
23.4 All statutory approvals other than specified under 23.1 above shall be obtained by GAIL / EIL
and provided to the CONTRACTOR.

24 LIMITATION OF LIABILITY
24.1 Refer Clause 41 of GCC.

25 GUARANTEE CLAUSE
The Guarantee period shall be as per Clause No. 20.0 of GCC-Goods with modifications as below:

Wherever supply and site work of item is involved, the Guarantee Period shall be12 Months from the
date of handing over of duly completed plant/ equipment/ system to the Owner after completion of the
site work.

26 DELETED
27 DELETED
28 Applicability of Purchase Preference linked with Local Content (PP-LC), Policy for Providing
Preference to Domestically Manufactured Iron & Steel Products in Government Procurement
(DMI&SP), Purchase Preference to MSE Bidder, Purchase Preference to Domestically
Manufactured Electronic Products& Domestically Manufactured Telecom Products and
Domestically Manufactured Products Of Petroleum And Natural Gas Sector shall be in line
with Bid Data Sheet (BDS) and Instructions to Bidders (ITB). (Whichever is applicable)
29 COMPLIANCE UNDER LABOUR LAWS (IF SITE WORK IS APPLICABLE)
Responsibilities of the contractor for compliance under Labour/Industrial laws.

30 Definitions: PBG and CPBG have the same meaning.

Page 7 of 7
SCC_B378

Page 215 of 335


Annexure-I TO SCC

PAYMENT TERMS

1. Supply
a) 5% against approval of drawings, wherever required (identified in PO/ PR) at least in
Code-2 and against submission of BG of equivalent amount.
b) 10% against identification of raw materials at Supplier’s works and against
submission of BG of equivalent amount.
c) 60% (65% where drawing/doc approval not required) against despatch documents
(along with copy of LR/GR and IRN) directly to EIL together with full taxes, duties
and transportation charges.
d) 10% against receipt of material at site.
e) 5% on receipt of all Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
f) 10% on receipt of all material at site.
Note: Bank Guarantee (BG) shall be released after receipt & acceptance of
material/package at site.

2. Supervision:
a) 100% prorate against monthly bills to be submitted by Supplier duly certified
by Engineer-in-Charge.

3. For supply of Mandatory Spares


a) 90% on receipt of spares at site after dispatch of main equipment.
b) 10% on receipt of materials at site.

NOTES :

(i) For all the milestone payments against receipt of material shall be read as “incoming material
inspection report" issued by EIL/Client.

(ii) 1ST Milestone payment shall be released only after receipt of CPBG (wherever applicable) and
manufacturing schedule (in template available on eDMS portal).

(iii) Prorata payments shall be applicable on dispatch of equipment. In case of equipment, prorate
shall not be on part of equipment.

(iv) In case of indigenous SUPPLIERs, wherever taxes/duties are separately indicated, the order value
shall be exclusive of taxes/duties. 100% payment of GST shall be paid on receipt of GST invoices and
on proof of payment of GST, i.e., on auto-population under GST portal.

(iv) Payment to indigenous SUPPLIERs shall be released through Electronic Clearing System
(ECS) and to foreign SUPPLIERs, payments other than against shipping documents, i.e., for
Site Work and Supervision/Training etc. shall be through wire transfer.

Page 1 of 2
SCC_B378

Page 216 of 335


(v) Status of bills after submission can be viewed on our websitehttp://www.engineersindia.com
(vi) Irrevocable Letter of credit shall be acceptable from foreign Suppliers in place of Advance Bank
Guarantee as well as Contract cum Performance Bank Guarantee.
(vii) Irrevocable Letter of Credit for payment to Foreign SUPPLIERs shall be established in favour of
the supplier in a bank in his country, for an appropriate amount (in line with Payment Terms).
L/C shall be opened within 45 days of receipt of acknowledgement of FOA/PO and receipt of
CPBG (wherever applicable). In case confirmed L/C is insisted by supplier, L/C confirmation
charges shall be to supplier’s account.
(viii) All payments (other than through L/C) shall be released within 30 days of receipt of invoice and
all requisite documents, complete in all respects.
(ix) All bank charges of respective bankers shall be to respective account.
(x) Supplier shall submit Billing Schedule within three weeks after placement of FOA/PO (whichever
is issued earlier) for EIL/OWNER’s approval (wherever applicable). Suppliers requiring multiple
despatches will restrict the number of despatches to maximum three, unless agreed otherwise
by Project Manager.
(xi) In case of Annual Maintenance Contract (AMC), CPBG @ 3% of maximum annual AMC amount
shall be submitted within 2 weeks from the date of order and shall be valid for the entire AMC
period plus 2 months claim period.
(xii) In case of Columns/Vessels/Reactors where Template to be supplied by Supplier, 15% payment
against raw material identification shall be split in 1%+14% and it shall be specified that 1%
payment out of 15% shall be paid after receipt of templates at site. Supplier has to ensure
supply of templates within two month from the approval of drawings at least in code.
(xiii) In case site is not available up to 6 (Six) months (wherever site work is applicable), after receipt
of all supplies at site, the payment against the same shall be released on submission of
additional Bank Guarantee of equivalent amount valid for 1 (One) year or such extended
period as may be required.
(xiv) Certification for placement of sub-order and/or identification of major raw material, in the above
payment terms, shall be carried out by EIL/TPI agency, as applicable

Page 2 of 2
SCC_B378

Page 217 of 335


ANNEXURE-II TO SCC

-----------------------------------------------------------------------------------------------------------------------------------------------------

NO CLAIM CERTIFICATE
[On the Letter-head of Contractor]

We, _________________, a company incorporated under the laws of India/ a Consortium between *___ and
*____ (name of Consortium partners to be inserted)/ a Partnership Firm consisting of *___ and *___ (name of
Partners to be inserted)/ a Sole Proprietorship (as the case may be), having its registered office at
__________________ and carrying on business under the name and style M/s. _______________________
were awarded the contract by GAIL (India) Ltd. in reference to Tender No. ______________ dated _______
(“Contract”).

After completion of the above-said Work under the contract, we have scrutinized all our claims, contentions,
disputes, issues and we hereby confirm that after adjusting all payments received by us against our R.A. Bills,
our balance entitlement under the Contract is to a sum of Rs. __________ (Rupees _________ only) as per our
Final Bill dated ________ towards full and final settlement of all our claims, dues, issues and contentions from
GAIL (India) Ltd.

We confirm and declare that with the receipt of aforesaid monies, all our claims, dues, disputes, differences
between M/s. ___________ and GAIL (India) Ltd. under and with reference to said Contract stands fully and
finally settled.

We further absolve GAIL (India) Ltd. from all liabilities present or future arising directly or indirectly out of the
Contract.

We further confirm that the present settlement has been arrived at after mutual negotiations and is freely and
fairly entered into between the parties. There is no economic duress or any other compulsion on us in entering
into this settlement.

Signature with Seal of contractor


Dated:

Page 1 of 1

Page 218 of 335


ANNEXURE-III TO SCC

------------------------------------------------------------------------------------------------------------------------------------------------------

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 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.
Page 1 of 1

Page 219 of 335


Page 220 of 335
Page 221 of 335
Page 222 of 335
Annexure V to SCC

List of TPI for USAR PDH PP Project

1) M/s TUV SUD South Asia Pvt Ltd.


2) M/s TUV Rheinland (India) Pvt. Ltd.
3) M/s TUV India Pvt. Ltd. / TUV Nord Group (TUV)
4) M/s Apave Assessments India Pvt. Ltd. (AAIPL)
5) M/s VCS Quality Services Pvt Ltd
6) M/s DNV
7) M/s IR Class Systems and Solutions Pvt Ltd
8) M/s Projects & Development India Ltd (PDIL)
9) M/s Tata Projects Ltd
10) M/s Llyods Register (LRS)
11) M/s Bureau Veritas (BV)
12) M/s Société Générale de Surveillance (SGS)
13) M/s Gulf Lloyds Industrial Services (GLI)
14) M/s International Certification Services (ICS)
15) M/s Bureau Veritas (Ind.) Pvt. Ltd (BVIS)
16) M/s Intertek India Pvt. Ltd.
17) M/s Moody International (Moody)
18) M/s RINA India Pvt. Ltd.
19) M/s Competent Inspectorate and Consultants LLP
20) M/s ABS Industrial Verification (India) Pvt. Ltd.
21) M/s Certification Engineers International Ltd (CEIL)

Notes**GAIL reserves the right to conduct stage wise & final inspection of raw
materials/components/equipment in addition to the aforesaid Third Party Inspection.

Page 223 of 335


Annexure-VI to SCC –GOODS

TERMS & CONDITIONS OF SUPERVISION SERVICES

1. Bidder shall quote per diem charges which shall include lodging, boarding,
medical, local transport, all insurances including Bidder’s personnel and third
party insurance, all other incidental charges and all taxes & duties except GST
(for bidders registered in India) which shall be quoted extra and shall be
payable against submission of Invoice as per GSTrules.
2. Tax(s) as per Government policy shall be deducted at source by Purchaser
while making payments against eachinvoice.
3. For Foreign Bidders : To & fro air fare by economy class through most
economical route preferably by Air India and/or AC 2 Tier by Train
Fare(*)within India nearest to site(Mumbai), will be reimbursed at actual. Local
transportation in bidder’s country shall be to bidder’saccount.
4. For Indian Bidders: To & fro air fare by economy class through most
economical route preferably by Air India and/or AC 2 Tier by Train Fare(*)
nearest to site(Mumbai), will be reimbursed atactual.
(*)In case a bidder travel’s by any other mode of transport, the payment shall
be made against documentary evidence subject to maximum of AC 2 Tier train
fare.
5. Per diem charges shall be payable from the day bidder’s person reaches site up
to the day he leaves the site. No payment will be made for traveldays/period.
6. In case bidder’s representative is not called for during Intervening weekly
off/Holidays, the same shall be payable at the normal rate of site services.
However, in case Seller’s representative is called at site during weekly
off/Holiday, the same shall be paid @ overtime rate quoted extra bybidder.
7. In case bidder’s representative takes leave, per diem charges for that day shall
not be payable.
8. Working hours prevailing at site, normally 8 hours/day - Monday through
Saturday and holidays as applicable to Purchaser’s site personnel shallapply.
9. Selection of Foreign/ Indian supervisory personnel shall be left to
Owner’s/Purchaser’s choice.
10. Vendor’s supervisory personnel shall observe/abide by site working conditions
prevailing at the existing site, safety codes, Indian laws and locallaws.
11. A notice period of 15 days will be given for mobilization of supervisory
personnel for supervision oferection.
12. Validity period of per diem rate shall be up to the end of guarantee period plus
grace period of one year.
13. Payment: 100% against submission of monthly bills and time sheets certified
by the Engineer-in-Charge.
14. Requirement of Employment Visa for ForeignNationals
All foreign nationals coming to India for execution of Projects / Orders will
have to apply for Employment Visa only and that grant of Employment Visa
would be subject to strict adherence of following norms:
i) Employment Visa is granted only for the skilled and qualified
professional or to a person who is being engaged or appointed by a
company, organization, Industry or undertaking etc. in India on contract

Page 224 of 335


or employment basis at a senior level, skilled position such as technical
expert, senior executive or in managerial positionetc.
ii) Request for employment Visa for jobs for which large number of
qualified Indian are available is not considered
iii) Under no circumstances an Employment Visa is granted for routine,
ordinary secretarial / clerical jobs. Bidders are advised in their own
interest to check latest Visa rules from Indian Embassy/ High
Commission in their country in case foreign nationals are required to be
deputed to Indian during execution of the Order.

CHARGES FOR SUPERVISION OF ERECTION/TESTING/COMMISSIONING:

Vendor’s Reply/Information
S. Description Quoted in priced bid
No. ( )Currency

Per diem charges (per person) for 8 hours


1. Quoted in priced bid
work on normal working days (Monday to /Day
Saturday)
Overtime rate/ hour beyond normal 8 hours
2. Quoted in priced bid
work on normal working days. /Hour

Overtime rate/hour for work on weekly off


3. Quoted in priced bid
days/ holidays (as applicable at Project site). /Hour

Notes:

1. In case bidder recommends more than one category level of supervisory


personnel the information desired at Sr. Nos.1 to 5 above in the table shall be
furnished separately for each category of supervisorypersonnel.
2. Quoted per diem rate shall be considered in the evaluation as per RFQDocument.

Bidder’s Acceptance:

RFQ No.: Signature with Name &Dateand


Item: Seal/Stamp of theBidder
Offer No. :

Page 225 of 335


PREAMBLE TO PRICE SCHEDULE (INDIAN)
RFQ NO. : DC/B378-000-YC-MR-2351/238
ITEM : Special Control Valves-Mixed
NAME OF BIDDER: M/s ______________________________________________
OFFER REFERENCE NO: _________________________________
1 Scope of Supply shall be strictly as per Material Requisition and other documents which are part of RFQ
2 Bidder confirm that he has noted the contents of the Preamble to the Price Schedule, Price Schedule, RFQ, Material Requisition, amendment (if any) etc and quoted his prices accordingly without any
deviation.
3 Bidder to clearly indicate 'Quoted 'against each Sr. No .in the price column in the unpriced Price Schedule and % of taxes/duties against relevant columns of taxes and duties. Bidders to submit Price part of
above Price schedule in their Priced Bid and Unpriced part with the Unpriced Bid.
4 Quoted prices are firm and fixed till complete execution of the entire order and no variation on any account is allowed, unless otherwise categorically specified in RFQ documents.
5 Prices to include Mandatory Spares(if any), commissioning spares (if any),special tools and tackles (if any) & documentation as per MR.
6 Prices for mandatory spares to be quoted separately in BoQ1.
7 Bidder to note that Technical loading, if any, shall be as per loading criteria specified in the MR and the same shall be considered for evaluation.
8 In case of discrepancies in the Item Description/Quantity in this price schedule then description/quantity etc as per MR/ amendment (if any) shall prevail.
9 Bidder shall furnish prices/details as above, in accordance with ITB .
10 All the Columns of quoted items in the price schedule must be filled with required information, as applicable.
11 Bidder must quote the price in enclosed Price Schedule formats only. The formats shall not be changed and/or retyped. For any deviation to the formats, offer may be rejected.
12 The quoted prices shall be inclusive of all inspection and testing requirements as specified in the enclosed MR.
13 The evaluation methodology for award shall be as per Section-II (Evaluation Methodology)/ ITB
14 Evaluation and ordering shall be done on item-wise lowest cost Basis.
15 As stated elsewhere in tender, bidder is required to quote all components of Price schedule. In case, it is found that some of components of Price Schedule viz. Freight, Ocean/Air Freight Charges, Incidental
Services Component, etc. are left blank or quoted “Nil / Zero” in Price Bid, the same shall be considered inclusive in total quoted price for evaluation and ordering. No confirmation from the bidder shall be
sought in this regard

16 i) Bidders must submit this preamble with their bid with both unpriced & priced offer.
ii) Bidders are mandatorily required to enter their name in the each page of excel file / pdf file of Price Schedule provided in the e-tender portal for submission of Unpriced & price bid

17 Bidder shall provide a separate quote in BoQ1 for Advance diagnostic software (as per requirements specified in MR) with 1 License to diagnose 10 Nos. of positioners/ control valves from the DCS platform
for the offered make of positioners. This price will be divided on a pro rata basis and added to the Item price of each offered tag for evaluation. Bidder shall note that this price shall NOT be included in the
base price of the control valve tag.
18 Price quoted by the bidder for Advance diagnostic software with 1 License to diagnose 10 Nos. of positioners/ control valves shall also be applicable for the price of unit rate of 1 license of Advance diagnostic
software for addition/ deletion purpose at a later stage.

19 Following sheets are integrated part of this BoQ/Price Schedule:


1) Preamble
2) BoQ1
3) FORMAT-A1 (DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT (RAW MATERIALS) (INDIAN BIDDER) )
4) FORMAT-A2 (PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIGENOUS BIDDER) )
5) FORMAT-A3 (GST DETAILS)
6) FORMAT-A4 (PRICE SCHEDULE FOR SUPERVISION AT SITE CHARGES (FOR INDIAN BIDDER) )
7) FORMAT-A5 (PRICE SCHEDULE (INDIAN BIDDERS) For Unit Rates for Addition / Deletion)

Bidders must fill necessary prices/ details wherever applicable.


Validate Print Help Item Wise BoQ

Tender Inviting Authority: < DIPTIMAN CHATTERJEE GM(SCM) ENGINEERS INDIA LIMITED >

Name of Work: < Special Control Valves-Mixed >

Contract No: < DC/B378-000-YC-MR-2351/238 >


Name of the
Bidder/
Bidding Firm /
Company :
PRICE SCHEDULE
(DOMESTIC TENDERS - RATES ARE TO GIVEN IN RUPEES (INR) ONLY)
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevant columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER # TEXT # NUMBER # NUMBER NUMBER NUMBER NUMBER # TEXT #
Sl. Item Description Item Code / Quantity Units Total Supply Price Total Freight Charges Total Mandatory Spares Per diem charges (per TOTAL AMOUNT TOTAL AMOUNT In Words
No. Make Including taxes and up to site excluding Supply price including person) for 8 hours in
duties but excluding GST GST (MR item no 3.0) its freight excluding work on normal working Rs.
(MR item no 1.00) In in GST (MR item no 4.0) days (Monday to
Figures To be entered by Rs. in Saturday) excluding
the Bidder in Rs. GST (MR item no 8.0)
Rs. in
Rs.

1 2 3 4 5 6 8 10 20 12 13
0 Special Control Valves-Mixed

MR sr. no. : 1.0001 , Item code : 101-HV-11602 , Item


1 1.0001 1 nos. 0.00 INR Zero Only
description : Control Valve- Butterfly Type

MR sr. no. : 1.0002 , Item code : 101-PV-11201 , Item


2 1.0002 1 nos. 0.00 INR Zero Only
description : Control Valve- Butterfly Type

MR sr. no. : 1.0003 , Item code : 101-TV-11112 , Item


3 1.0003 1 nos. 0.00 INR Zero Only
description : Control Valve- Butterfly Type

MR sr. no. : 19:


4 Advance diagnostic software (ADS) (full version) as per ADS 1 LS 0.00 INR Zero Only
enclosed special instruction to vendor of MR.
DETAILS OF BUILT-IN-CIF VALUE OF IMPORT CONTENT (RAW MATERIALS) (INDIAN BIDDER)
RFQ NO. : DC/B378-000-YC-MR-2351/238 FORMAT-A1

ITEM : Special Control Valves-Mixed


ITEMWISE BREAK-UP OF BUILT-IN-CIF VALUE OF IMPORT CONTENT, ITEM DETAILS OF IMPORT CONTENT AND RATES OF IMPORTS DUTY CONSIDERED AND INCLUDED IN
QUOTED FOT DESPATCH POINT PRICES UNDER PRICE SCHEDULE FORMAT-A
NAME OF BIDDER: M/s ______________________________________________
DESCRIPTION CIF value of RATE OF CUSTOM DUTY INCLUDED IN QUOTED FOT
Import Content DESPATCH POINT PRICES
included in
For Item no./ Sl . No. as per Description of Unit of Qty quoted supply CUSTOM BASIC SOCIAL IGST TOTAL
price schedule format Imported items Measure prices TARRIF NO. CUSTOMS WELFARE (%) CUSTOM
ment (INR) DUTY (%) SURCHARGE ON DUTY (%)
S no.
CUSTOMS DUTY
(%)

1
2
3
4
5
6
7
8
Note:
1 Bidder has to ensure that currency quoted in this format shall be same with the currency quoted in the main price schedule format.
The Employer/Purchaser is entitled to concessional rate / project rate of Customs Duty for imports made for this Project. Employer/Purchaser will obtain
Certificate/Letter from Ministry of Petroleum (MoP&NG) for availing project rate of duty for goods imported by Employer/Purchaser [PO issued by GAIL/EIL (on behalf
of GAIL)]. The present rate (Project import) of basic Customs duty is @ 5%. The other taxes and duties like IGST & Social Welfare Surcharge shall be as applicable at
prevailing rate.
The bidder while quoting the price may consider the project rate of custom duty. However, in case bidder is allowed, vide any other notification, a lower rate of
customs duty than project rate of customs duty for import of raw materials and components, in such case bidder may consider the same and quote accordingly. Bidder
shall ascertain the applicable customs tariff and rate of customs duty quoted by them and shall be solely responsible towards applicability and correctness of such
tariff and rates. The ordering shall be carried out based on the customs tariff and rates of customs duty quoted by the bidder. However, in case of wrong classification
in respect of project rate of duty, customs tariff, rate of customs duty etc. no variation including statutory variation of Customs Duty will be payable extra. The
bidder(s) must indicate quantity, CIF value & rate of custom duty considered in the Price Schedule.
If bidder has considered Customs Duty for import contents other than the Project rate of customs duty in their offer, then statutory variation on the customs duty shall
be payable extra on the project rate of customs duty or the rate of customs duty considered by the bidder, whichever is lower.
2 Bidder shall required to furnish all the necessary documents including (i) details of inputs (raw materials& components) required for execution of job (ii) Chartered
Engineer certificate certifying the inputs (iii) copies of Industrial Entrepreneur Memorandum (IEM) and registration-cum-membership certificate (iv) declaration stating
that the benefit arising under the project import will be passed on to the Employer/Project Authority and any other document required by MoP&NG, to enable the
Employer/Purchaser for applying/obtaining the Certificate/letter for project rate of custom duty from MoP&NG.
The Employer’s/Purchaser’s responsibility will be limited only to obtain necessary Certificate/letter from MoP&NG for availing project rate of custom duty.
If a bidder quote merit rate of customs duty for import content, then evaluation shall be carried out based on quoted rates of custom duty and in case bidder happens
to be L1 bidder based upon their quoted rates, the differential basic custom duty between project rate and as quoted rate shall be pass on GAIL OR it shall be
recovered by GAIL from the invoices.
In case, no import is made for execution of the order, this clause will not be applicable.

3 Un-priced copy shall be furnished exactly duplicate of price schedule duly indicating rate of duties except for CIF value.
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 Basic Custom Duty and Customs
4 Social Welfare Surcharge.

5 Bidder to consider input tax credit of IGST avilable at their end (in case of import of raw materials / component) in their prices.
FORMAT-A2
PRICE SCHEDULE FOR 2 YEARS OPERATION & MAINTENANCE SPARES (FOR INDIGENOUS BIDDER)
RFQ NO. : DC/B378-000-YC-MR-2351/238
ITEM : Special Control Valves-Mixed
NAME OF BIDDER: M/s ______________________________________________

Quantity UNIT SUPPLY PRICE INCLUDING PACKING AND


Sl. No. as TRANSPORTATION
Description as per MR UOM Recommended in
per MR
Nos.
(in INR)
1 2 3 4 5

05.00 Supply of two years operation and Maintenance Spares as per enclosed special instructions to vendor in MR

1
2

10

Notes:
1. Bidder to enlist two years operation & maintenance spares as per MR. This shall be list for which vendor has to furnish the rates. However list of recommended spares with
unit rate along with recommended quantity for two years of trouble free operation and maintenance shall be submitted by the bidder including other spares which the bidder feels
are required as recommended spares in the list.
2. The prices for these spares shall be valid upto Guarantee/Warranty period of main Equipment/Item.

3. GAIL/EIL reserves the right to select and order any of the spares out of above list within the validity period as mentioned above.
GST DETAILS FORMAT-A3
RFQ NO. : DC/B378-000-YC-MR-2351/238
ITEM : Special Control Valves-Mixed

NAME OF BIDDER *
OFFER REFERENCE *
CONTACT PERSON *
MOBILE NO *

ADDRESS FOR FUTURE CORRESPONDENCE *

TEL NO *
FAX NO *
EMAIL ID *

BID DETAILS * : -

1 Dispatch point from where material shall be dispatched

2 GST Registration Number for Despatch Point

3 Specify Invoicing Place

4 HSN for Goods

5 SAC for Services

6 Rate of GST applicable extra on - Supply Extra @ _____________%


Rate of GST applicable extra on - advance diagnostic
7 Extra @ _____________%
software
8 Rate of GST applicable extra on - Freight Extra @ _____________%

9 Rate of GST applicable extra on - Supervision Extra @ _____________%

10 Rate of GST applicable extra on - Mandatory spares Extra @ _____________%

11 Rate of GST applicable extra on 2 Year O&M spares Extra @ _____________%


FORMAT-A4
PRICE SCHEDULE FOR SUPERVISION AT SITE CHARGES (FOR INDIAN BIDDER)
RFQ NO. : DC/B378-000-YC-MR-2351/238
ITEM : Special Control Valves-Mixed

NAME OF BIDDER: M/s ______________________________________________

Overtime Rate/Hour Overtime Rate/Hour for


Per Diem charges (Per person)
beyond normal 8 hours work on weekly off
Item SL. for 8 hours work on normal
work on normal working days/holidays (as
No. as per Tag No. Description of Items as per MR working day excluding GST
day excluding GST applicable to Site)
MR thereon.
thereon. excluding GST thereon.
Currency (INR) Currency (INR)
1 2 3 4 5 6
8 Per-Diem rate for supervision as MR

8.0001 {8}101-HV-11602 Per Diem Rate for 101-HV-11602


Rate quoted in column of
BoQ1 sheet for per diem
8.0002 {8}101-PV-11201 Per Diem Rate for 101-PV-11201
charges shall be considered
for evaluation & ordrering.
8.0003 {8}101-TV-11112 Per Diem Rate for 101-TV-11112

Note:
Per manday charges quoted by the bidder at Col 4 shall be in accordance with the "Terms & Conditions for Supervision of Erection & Commissioning" enclosed with the bidding
1 document.

One (01) day of visit for Commissioning for site assistance shall be considered in the offer for evaluation purpose for each tag based on per diem rate quoted by
2 the bidder.

3 Bidder to note that apart from quoted price in BoQ/Price schedule, no price for supervision shall be quoted elsewhere.
PRICE SCHEDULE (INDIAN BIDDERS) For Unit Rates for Add
RFQ NO. : DC/B378-000-YC-MR-2351/238

ITEM : Special Control Valves-Mixed

NAME OF BIDDER: M/s ______________________________________________

ITEM NO. AS
Unit Rates of item for Addition / Deletion Purpose
PER MR
06.00 Unit Rates for addition/deletion
1 2
Unit Rates of items for addition/deletion purpose,as per the enclosed
6.001 instructions to vendor with MR
i) Air Filter Regulator
ii) HART/ FF Positioner
iii) Limit Switches.
iv) Set of Seat.
FORMAT-A5
dition / Deletion

Unit Rate (INR)


UOM

3 4

EA
EA
EA
EA
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced, copied,
MATERIAL REQUISITION (TOP SHEET)
ITEM DESCRIPTION: Special Control Valves-Mixed
GROUP ITEM CODE 15EN DESTINATION : GAIL USAR (MAHARASHTRA)
ITEM CATEGORY II DELIVERY PERIOD

DOCUMENT NUMBER
(Always quote the Document Number given below as reference)

B378 000 YC MR 2351 A 19/04/2023 16 51


JOB NO UNIT/ MAIN DOC. SR.NO. REV DIVN. DEPT.
exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

COST CODE DATE


ORIGINATOR

Notes:
1. This page is a record of all Revisions of this Requisition
2. The nature of the Revision is briefly stated in the "Details" column below, the Requisition in its entirety shall be considered for
contractual pupose.
3.Vendor shall note the MR category and shall submit his offer in line with the requirements included in attached
'Instructions to Bidders'

REV DATE BY CHK APPD DETAILS


A 19/04/2023 GS KB KS ISSUED FOR BIDS

This is a system generated approved document and does not require signature.

Project : PDH-PP
ENGINEERS INDIA LIMITED
Client : M/s GAIL Sheet 1 Of 4
NEW DELHI

Page 234 of 335


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced, copied,
S.NO TAG NO . DESCRIPTION QUANTITY GROUP
/ ITEM CODE

1 Design, engineering, manufacture, procurement of materials


and bought out components, assembly at shop, inspection
(including TPI if applicable), testing at manufacturer's
works, packing, transportation & delivery to site,
documentation as per the enclosed EIL standard
specifications, special instructions to vendors, job
specification, datasheets, etc

1.0001 101-HV-11602 Control Valve- Butterfly Type 1 Nos


1.0002 101-PV-11201 Control Valve- Butterfly Type 1 Nos
exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

1.0003 101-TV-11112 Control Valve- Butterfly Type 1 Nos


4 Supply of Mandatory Spares as per enclosed special
instructions to vendor
4.0001 101-HV-11602-SPARES Mandatory Spares for 101-HV-11602 1 Lot
4.0002 101-PV-11201-SPARES Mandatory Spares for 101-PV-11201 1 Lot
4.0003 101-TV-11112-SPARES Mandatory Spares for 101-TV-11112 1 Lot
5 Supply of two years operation and Maintenance Spares as
per enclosed special instructions to vendor
6 Unit Rates
6.001 Unit Rates of items for addition/ deletion purpose as per the 1 Lot
enclosed special instructions to vendor.
8 Per Diem rate for visit of bidder's specialist at site during
commissioning for site assistanceas per enclosed special
instructions to vendor.
8.0001 {8}101-HV-11602 Per Diem Rate for 101-HV-11602 1 per diem
8.0002 {8}101-PV-11201 Per Diem Rate for 101-PV-11201 1 per diem
8.0003 {8}101-TV-11112 Per Diem Rate for 101-TV-11112 1 per diem
19 Advance diagnostic software (full version) as per enclosed
special instruction to vendor.
19.0001 {19} ADS Advance diagnostic software (full version) as per enclosed 1 Nos
special instruction to vendor.

Vendors shall quote prices against these items in their price schedule
Vendor to note that the numbers given in square '[]' and curly '{}' brackets are not for their use and
meant for store purpose only.Items shall be tagged as per equipment Tag No. only.

Project : PDH-PP REQUISITION No. REV


ENGINEERS INDIA LIMITED
B378-000-YC-MR-2351 A
NEW DELHI Client : M/s GAIL
Sheet 2 Of 4

Page 235 of 335


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will not be reproduced, copied, LIST OF ATTACHMENTS
S. No. DOCUMENT TITLE DOCUMENT NO. REV DATE SHEETS

1 Vendor Data Requirement B378-000-YC-VD-2351 0 19/04/2023 3

2 Special Instruction to Vendor B378-000-16-51-SIV-2351 A 19/04/2023 9

3 Technical Questionarrie B378-000-YC-TM-2351 A 19/04/2023 1

4 Datasheet Index with Datasheets B378-000-16-51-ID-2351 A 19/04/2023 11

5 Schematic for Control Valve with volume B378-000-16-51-SK-2351 A 19/04/2023 1


bottle
6 Compliance Format B3788-000-16-51-CF-2351 A 19/04/2023 2

7 Standard specification for Control Valves 6-52-0031 5 11/11/2021 25


exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1641-515 Rev.1 A4-210x297

8 Inspection and test plan for Control valves 6-81-2031 4 21/05/2020 7

9 Specification for quality management 6-78-0001 2 12/06/2020 7


system requirements from bidders
10 Specification for documentation 6-78-0003 2 12/06/2020 11
requirements from suppliers
11 Job specification for non destructive B378-6-44-0016 0 31/08/2022 21
examination requirements of piping

In case of any subsequent revision of MR or PR,only revised sheets of the attachments listed above shall be issued
alongwith the revision.
GENERAL NOTES:

Project : PDH-PP REQUISITION No. REV


ENGINEERS INDIA LIMITED
B378-000-YC-MR-2351 A
NEW DELHI Client : M/s GAIL
Sheet 3 Of 4

Page 236 of 335


Engineers India Limited Vendor Drawing/ Document Submission Schedule

Page 237 of 335


Client/ Project:M/s GAIL/ PDH-PP Vendor's Name : Contact Person (Name/ Tel/ Fax/ email) : Status Date:

Item Description:Special Control PR No.: Review Status Code:


Valves-Mixed 1. No Comments
Date of LOI:
2. Proceed with manufacture/ fabrication as per commented document.
PO No.: Revised document required.
3. Document does not conform to basic requirements as marked.
Date of PO: Resubmit for Review. R: Retained for Reference V: Void
EIL Originating Department :Instrumentation Contact Person(EIL):

Anticipated (Ant) Date of submission by vendor


Schedule
Drg/ Doc. Nomenclature Vendor Drg/ Doc No. Category Date of 1st Actual (Act) Date of submission by vendor Form
S.No. as per EIL Vendor Data Review(R)/ Submission Date of Return (Rew) by EIL Electronic Remarks
Requirement Records(I) (Rev. 0) (E)/ Print (P)
Title Review Status (Code)
Rev. 0 Rev. 1 Rev. 2 Rev. 3
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Ant
Act
Rew
Code
Form No. EIL-1641-1923 Rev.1
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
VENDOR DATA REQUIRMENT

With Final
Description AFTER PURCHASE ORDER
Proposal Documentation
(Prints) / As Built
Prints Date Needed
1. Dimensional details with mounting details and model X(i) 4W X
number
2. Connections by purchase(Piping,Electrical Etc.) X(i) 4W X
3. Wiring diagrams X(i) 4W X
4. Parts list X(i) 4W X
5. Recommended spare parts list (for two years operation ) X X
6. Installation, Operation and maintenance manual X
7. Sizing calculations for control valve & actuator X X(a) 2W X
8. Test certificates X
9. Certificate from statutory body for valve/ accessories X
10. Assembly details X
11. Catalogues in english X X(i) 2W X
12. Testing and Inspection procedures X
13. Compliance Statement X
14. Filled in Datasheets X X(a) 2W X
15. Tubing/ hook-up drawing X(a) 4W X
16. Control valve operating signatures for smart/ field bus X
positioners
17. Vendor Drawing & Document Schedule X(a) 2W
18. Soft Copy (CD) of final documentation X
19. List of Mandatory Spares X(a) 4W X
20. Fugitive Emissions type test certificate X X(i) 4W X

0 19/04/2023 GS KB KS REQ. NO. : B378-000-YC-MR-2351


210x297

ORDER NO. : Page 1 Of 3

REV DATE BY CHKD APPVD VENDOR :

PLANT : PDH-PP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI B378-000-YC-VD-2351 0
CLIENT M/s GAIL

Page 238 of 335


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
VENDOR DATA REQUIRMENT

NOTES :

1. Fold all drawings to 216mm X 279mm and roll transparencies.

2. Vendor to provide all printed matter to ENGINEERS INDIA LIMITED (EIL).


ATTENTION -

Vendor Print Control


EIL, R&D Complex, Sector-16 (on NH8), Gurgaon-122001
LEGEND:

Categories preceeded with * will be approved for fabrication by Engineers India Limited.
The remaining drawings are needed for information only.

A/C = As compiled A/R = As required W/S = With shipment W = Weeks

IMPORTANT

While submittimg drawings and documents for review as indicated in vendor data requirement,
vendor must ensure the following :

1. A blank space measuring 75 mm W x 38 mm H shall be provided on all vendor drawings


(on the front side) for marking review codes etc. by ENGINEERS INDIA LIMITED.

2. The review of the drawings shall be done as applicable, under the following review codes :
a) Review Code 1 : No Comments.
b) Review Code 2 : Proceed with manufacture / fabrication as per commented drawing.
Revised drawing required.
c) Review Code 3 : Document does not conform to the basic requirements as marked.
Resubmit for review.

3. Review of the vendor drawings by EIL would be only to check compatibility with basic design and
concepts and would in no way absolve the manufacturer / fabricator of his responsibility to meet the
applicable codes, specifications and statutory rules and regulations.

4. For drawings / documents indicated as FOR INFORMATION in the vendor data requirement,
vendor must clearly mark FOR INFORMATION ONLY on the submitted drawings / documents.

5. Any drawing/ document not indicated in the list above but required during erection, commissioning or for
reconfiguration of the system shall also be supplied by the Vendor on demand.

6. X indicates required. Suffix Codes mean the following:


- (i) For Information
- (a) For Approval

7. The soft copy of documentation shall be in editable form (CAD. Excel, Database etc ).

0 19/04/2023 GS KB KS REQ. NO. : B378-000-YC-MR-2351


210x297

ORDER NO. : Page 2 Of 3

REV DATE BY CHKD APPVD VENDOR :

PLANT : PDH-PP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI B378-000-YC-VD-2351 0
CLIENT M/s GAIL

Page 239 of 335


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-726 Rev.0 A4-
VENDOR DATA REQUIRMENT

8. Note-1 & 2 above is not applicable as document shall be submitted as soft copies through vDMS.

9. Refer elsewhere in the RFQ for final documentation procdeure.

10. DCI shall be prepared by vendor based on the VDR attached with PR and submitt within 15 days from the
date of FOA.

0 19/04/2023 GS KB KS REQ. NO. : B378-000-YC-MR-2351


210x297

ORDER NO. : Page 3 Of 3

REV DATE BY CHKD APPVD VENDOR :

PLANT : PDH-PP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI B378-000-YC-VD-2351 0
CLIENT M/s GAIL

Page 240 of 335


Document No.
SPECIAL INSTRUCTIONS TO
VENDORS B378-000-16-51-SIV-2351
Rev A
Page 1 of 9

SPECIAL INSTRUCTIONS TO VENDORS

A 19/04/23 Issued With MR GS KB KS

Rev. Prepared Checked Approved


Date Purpose
No by by by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 241 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 2 of 9

Part A (Bidding Instructions):

A1. Bidders must follow the following guidelines while submitting their offer. Offers not
complying with these guidelines shall be rejected summarily without any intimation to the
Bidder.
a) Furnish quotations only for those items that bidder can supply strictly as per MR
specifications.
b) No correspondence whatsoever shall be entered into or entertained after the bid
submission.
c) The submission of prices by the bidder shall be construed to mean that they have
confirmed compliance with all technical specifications of the corresponding item(s).
d) In case of any contradiction between these bidding instructions and any other documents
attached with the MR, this bidding instruction shall govern. However, it shall be obligatory
on the bidder part to bring to the notice of the Purchaser all such conflicts, wherein the
purchaser’s decision shall be final.

A2. Bidder is responsible to meet all technical requirements in the Material Requisition
including Instrument datasheets/ specifications. If at any stage, till the completion of order, the
offered instruments and its accessories are found unsuitable to meet the specification, Bidder
shall replace the same with suitable items, without any time/ cost implication.

A3. In addition to the requirements specified above, bidder must follow the following guidelines
while submitting their offer. Offers not complying with these guidelines shall be rejected
summarily without any intimation to the bidder:
a) The Material Requisition (MR) specifications (i.e. datasheets, standard specifications and
other attachments to this MR) shall be fully complied with. No deviations of any type are
acceptable.
b) Bidder shall submit the Lump-sum price for each tag separately, covering all the items,
accessories, testing requirements as specified in this MR following the price schedule
format of RFQ. If any change at a later date is required in the selection of accessories due
to wrong selection, the same shall be borne by the bidder.
c) Bidder shall furnish unit rate of each type of valve accessories, separately for any addition/
deletion as per clause No.B4 of this SIV. Bidder shall note that these unit rates are only for
addition/ deletion at a later date.
d) All documentation submitted by the bidder including their quotation, catalogues, drawings,
installation, operation and maintenance manuals etc., shall be in English language only.
e) Bidder to note that alternate quote shall not be furnished for any tag. As per project
philosophy an offer with alternate quote shall be rejected.

A4. After placement of order, bidder shall furnish the filled in datasheets and List of Mandatory
spares (to be prepared Tag wise with details of Item description, Model/ Part No, quantity as a
minimum), for inclusion in the PR within two weeks of issue of LOI. Bidder to note that Delivery
will be reckoned from the date of issue of LOI and any delay in submission of the filled in
datasheets and resulting delay in delivery shall be in Bidder’s account.

A5. The Bidder shall submit the required drawings/ documents as per the Vendor Data
Requirements (VDR) enclosed with the MR.

A6. Bidder shall fill and furnish the following documents along with the offer:
1. Technical Compliance Statement.
2. Unpriced bid (without prices) as per the RFQ format.
3. Technical Questionnarie.
4. Experience Record Proforma (ERP) with supporting documents.
5. Filled in datasheets along with sizing calculations.
The above documents (duly signed and stamped) are the only basis of technical evaluation.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 242 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 3 of 9

Offers will be evaluated based on the above-mentioned documents only. Therefore, bidder
shall take proper note of this important requirement and comply.

A7. Bidder shall submit the 'Technical Questionnaire' in this M.R. duly filled in along with the
offer. Answers to the contents of this Technical Questionnaire shall be unambiguous i.e. 'yes',
'no' or the required data/ information. An offer without the filled-in Technical Questionnaire or
with vague, non-committal replies or referenced reply to some catalogue, etc, without specific
page and paragraph No. shall be considered incomplete and is liable for rejection.

A8. MUST COMPLY REQUIREMENTS:


a) Bidder must indicate their contact person; email ID, fax number, telephone number and
postal address in their offer.
b) Offer must be complete in all respects complying fully with the MR requirements without
exception. No price change, whatsoever, shall be allowed to the bidder after submission of
bid even if it results from any technical clarification.
c) Any price change subsequent to the submission of the offer because of any technical query
or any other reason attributable to the bidder may lead to rejection of the offer.
d) Technical queries if necessary shall be forwarded either in email or by fax. Bidder shall be
allowed to forward their replies either by email or by fax, addressed directly to Purchase
department (addressed to the Purchase department from where the enquiry is issued)
indicating the enquiry number in each of such correspondence. Bidder shall also forward a
hardcopy of the mail duly signed and addressed to both the above.
e) Any query raised on the email or fax must be replied within the specified period. Replies
received beyond the specified period may lead to ignoring any subsequent correspondence
from the bidder.
f) Bidder to note that a pre-bid meeting shall be held in which bidder can seek any
clarification/ confirmation (if required). Bidder shall ensure that this meeting is attended by
both technical and commercial personnel of the Bidder who should have thoroughly
scrutinized the MR beforehand so that all issues are finally resolved in this meeting.
Deviations on technical requirements shall not be entertained. In case bidder has any valid
technical reason, bidder must highlight and discuss the same as part of Pre-bid meeting
itself.
g) Offered models shall be accompanied by detailed technical catalogues in English. An offer
without catalogues shall be considered incomplete and is liable for rejection. In addition,
bidder shall furnish the following details for control valves:
 Sizing calculation.
 Port size/ Selected Cv.
 % opening at maximum, normal and minimum flow.
 Noise level at maximum, normal and minimum flow.

Part-B (Specific Job Requirements):

B1. This MR consists of Control Valves- Butterfly Type, for the following units of PDH-PP
Project of GAIL, USAR:
 PDH (Propane Dehydrogenation Unit).

B2. Each datasheet is provided with general notes & notes specific to that tag no. Bidder shall
read the datasheet/ specification together with these notes given at the bottom of datasheets.
All the requirements provided in datasheet shall be strictly complied and in case of any
discrepancy, it shall be brought to the Purchaser’s notice for resolution, in which case,
Purchaser’s decision shall be final and binding without any implication.

B3. Bidder to note that ordering shall be carried out item-wise. Price of each Tag shall include
all the requirements of MR including testing and inspection requirements, documentation, TPI,
accessories, radiography, statutory certifications, other special requirements, etc as applicable

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 243 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 4 of 9

and as specified in individual datasheets, SIV and other documents which forms part of this
requisition.

B4. Bidder shall furnish unit price for the following for addition/ deletion purpose:
a) Air Filter Regulator.
b) HART/ FF Positioner.
c) Limit Switches.
d) Set of Seat.

B5. In case higher size/ rating valve is required as per bidder’s design, bidder can highlight the
same with proper clarification/ back up documents/ sizing calculation for selection of higher
size/ rating in their offer.

B6. SPECIFIC TEST REQUIREMENTS


Bidder to note that the charges for all the applicable testing requirements as per below shall be
included in the base price of respective Tag.

a) RADIOGRAPHY REQUIREMENTS:
Valve castings and welds shall undergo Radiography as follows:
For all valve castings with ratings ANSI 600# and above, valve size 18" and above or as
specified in the valve datasheets, 100% radiography testing shall be applied. The radiography
procedure shall be as per ANSI B16.34 and acceptance criteria shall be as per ANSI B16.34
Annexure-B. For areas of casting to be radiographed for valves not covered as per
ANSIB16.34, the bidder shall furnish details of the areas to be radiographed as per ANSI
B16.34.

b) POST WELD HEAT TREATMENT:


Post weld heat treatment (PWHT) shall be provided for welds, if any. Radiography shall be
carried out after completion of the PWHT/ Stress relieving operation wherever required.

c) NDT REQUIREMENTS:
NDT requirements for welds (if any) shall be as per Job specification for Non-destructive
examination requirements of piping (B378-6-44-0016) attached with the MR and shall be
considered for all the tags.

B7. For Control Valves covered in this MR, The Standard Specification for Control valves (6-
52-0031) shall be read in conjunction with this Special Instructions to Vendors and valve
datasheets enclosed with this MR. Wherever any discrepancy exists between the above
documents, 'Special Instructions to Vendor' and the Valve datasheets shall govern.

B8. Control Valve accessories like Air Filter Regulators, Limit switches, Positioners, pneumatic
air lock relay, hand-wheel, etc. (wherever applicable) shall be supplied in fully assembled
conditions.
a) Valve tubing for the valve/ actuator assemblies shall be 6 mm OD with 1 mm wall thickness
with SS316L tubing and SS316 fitting (as a minimum).
b) Tube fittings (Male connectors) shall be ANSI SS316, flareless compression type. The
fitting/ ferrule hardness shall be in the range of RB 85-90 so as to ensure a minimum
hardness difference of RB 5 to 10 between tube and fittings. The ferrule shall be of
stainless steel material.
c) Tubing of higher size of 12 mm OD with 1.2 mm wall thickness (if required) for proper
actuation of actuator shall be furnished by bidder during detailed Engineering. Accessories
like Air Filter Regulator shall be selected to match the air tubing requirements. This shall
have no price or delivery implication.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 244 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 5 of 9

Bidder shall supply Instrument Tubing of the following Make only:

Sr No INSTRUMENT TUBING MAKE


1 Shubhlaxmi Metals And Tubes Pvt. Ltd
2 Ratnamani Metals And Tubes Ltd
3 Heavy Metal & Tubes (India) Private Ltd
4 TK Fujikin Corporation
5 Remi Edelstahl Tubulars Ltd (Form RMIL)
6 DK-LOK Corporation

Bidder shall supply Tube fittings of the following Make only:

Sr No TUBE FITTING MAKE


1 Swagelok Company
2 Excelsior Engg. Works
3 HP Valves & Fittings India Private Ltd
4 Panam Engineers Limited
5 Precision Engineering Industries
6 Wesmec Engineering Private Limited
7 TK Fujikin Corporation
8 SSP Fittings Corporation
9 Parker Hannifin Corporation
10 Ham-Let (Israel-Canada) Ltd.
11 Fluid Controls Pvt Ltd
12 Met-Lok Valves And Fittings
13 Havi Engineering India Pvt Ltd
14 Prime Engineers
15 Excel Hydro Pneumatics Pvt Ltd
16 Shreemaruti Instruments Pvt Limited
17 Swastik Engineering Works
18 Sealexcel (India) Pvt. Ltd.
19 Multimetal Industries
20 Arya Crafts & Engineering Pvt Ltd
21 Astec Valves & Fittings Pvt. Ltd.
22 Comfit & Valves Pvt. Ltd.
23 Crane Instrumentation & Sampling, INC
24 Aptek Instrumentation Pvt Ltd
25 DK-LOK Corporation

B9. The actuator offered shall be pneumatically operated type working on instrument air
pressure of 6.5 Kg/cm2g. Bidder shall size these actuators (including volume bottles wherever
applicable) based on air supply pressure of 4.0 kg/cm2g. Bidder shall be responsible for the
sizing of the actuator based on process data provided in the data sheet and supply air
pressure indicated above. Sizing calculations shall not be verified during evaluation stage.
Bidder shall submit sizing calculations for purchaser's reference after award of the order. Any
change in actuator model number necessary to meet MR requirements during detail
engineering shall be carried out by bidder without any implication.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 245 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 6 of 9

B10. For Control Valves, bidder to note the following with regard to special trim requirements:
a) Bidder to note that for Anti-Cavitation trim valves/ Low noise trim valves, trim material shall
always be stellited.
b) Bidder to provide hardened trim material wherever indicated in the respective control valve
datasheets. Also, bidder to provide hardened trim material wherever flashing is applicable
as per bidder’s sizing calculations. In case stellited trim material is indicated against
respective tags in the valve datasheets, bidder to provide the same.

B11. Smart/ FF Positioners shall be provided for each control valve as specified in the
datasheets. Bidder to provide positioners from the following Make only:
 M/s Samson
 M/s Flowserve
In case bidder offers positioners of any other make, same shall be accepted based on PTR
requirements during offer evaluation stage.

For FF positioner specifications, refer datasheet (B378-000-YC-DS-3901) attached with the


MR. FF positioner shall also meet following requirements:
a) Capability to become device link master required for each FF positioner.
b) Vendor shall indicate clearly in the offer whether the offered device supports EDDL or FDT/
DTM. Bidder shall also submit filled up datasheets for offered positioners, in attached
format along with model no. and model decoding detail along with the offer.
c) Bidder to ensure that for Fieldbus positioners DD files and Device support files shall be in
native format. Bidder shall configure node address before shipment.
d) Bidder to ensure that for Fieldbus positioners following minimum data shall be filled in excel
format.
 Tag No.
 FF Registered product code
 Device Type
 Manufacturing ID number
 ITK revision
 Firmware revision
 Device Revision
 DD File Revision
 CF file Revision
 Hist Test Compilation
Actual format shall be provided during detail engineering.
Also, positioner vendor to clarify whether output splitter (OS) block is available.
e) Back-up LAS functionality shall be disabled at the time of shipment.
f) Device Descriptor (DD) files for configuring the Smart/ FF device parameters and Common
File Format (CFF) files for integrating the device into the system shall be provided by the
bidder for offline configuration by DCS vendor and the same shall match with the device
configuration details of the positioner.
g) All FF & HART positioners shall be shipped in the "Ready -to-Run" mode

B12. For Control Valves, Advance diagnostic software (full version) necessary for device
checks, maintenance, etc for offered positioners (Smart/ FF) shall be supplied by the bidder.
Any such maintenance software related to the positioner devices shall be of "plug-in" type and
the software shall be easily integrated with Instrument Asset Management System (IAMS)
platform supplied by DCS vendor. This maintenance software shall be of full version of latest
release with advanced features and the offered valve positioners shall be compatible with the
same. The Software shall be seamlessly integrated with the major makes of DCS (like ABB,
Emerson, Honeywell, Schneider, Siemens and Yokogawa).
Bidder shall provide a separate quote as per RFQ format for Advance diagnostic software (as
per requirements specified above) with 1 License to diagnose 10 Nos. of positioners/ control
valves from the DCS platform for the offered make of positioners. This price will be divided on
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 246 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 7 of 9

a pro rata basis and added to the Item price of each offered tag for evaluation. Bidder shall
note that this price shall NOT be included in the base price of the control valve tag. Also,
bidder shall clearly indicate in the technical offer if the offered software is freely downloadable.

The above said price quoted by the bidder for Advance diagnostic software with 1 License to
diagnose 10 Nos. of positioners/ control valves shall also be applicable for the price of unit rate
of 1 license of Advance diagnostic software for addition/ deletion purpose at a later stage.

B13. Bidder to ensure that valve positioners shall be able to communicate to Purchaser's
Universal Hand Held communicator. In case bidder’s offered positioner is not able to accept
commands from HHC and bidder has his own proprietary communicator, bidder shall supply
his proprietary communicator (One No.) as a part of their base offer and price of same shall be
included in base quoted price of the Tag.

B14. Limit Switches:


a) Limit switches shall be inductive proximity type and these shall meet NAMUR (DIN-19234)
requirements. Refer datasheet No B378-000-YI-DS-7001 for detailed specification of limit
switches.
b) All limit switches in the electrically classified hazardous area in the field shall be certified
intrinsically safe & Proximity type. Also, all limit switches shall be certified weatherproof to
IP-65 as a minimum.
c) Limit switches shall be provided for open and close positions for control/ diverter valves as
indicated in control/ diverter valve datasheets.

B15. Bidder to note that all electrical/ electronic accessories on the valve and actuator shall be
suitable for installation in electric area classification as specified in the individual valve
datasheets. For control valves, bidder shall refer clause no. 1.2.2 (v) of Standard Specification
for Control Valves (Doc. no. 6-52-0031) for the requirement of statutory approvals.

B16. Bidder shall supply Air filter regulators as per datasheet No. B378-000-YC-DS-3001
attached with this MR. Quantity shall be as per individual control valve datasheets only. Air
filter regulators shall be supplied from the following sub-vendors only:

Sr No AIR FILTER REGULATOR MAKE


1 Shah Pneumatics
2 Thompson Valves Ltd
3 Veljan Hydrair Pvt Ltd
4 Janatics India Pvt Ltd
5 Placka Instruments India P Ltd
6 Marsh Bellofram
7 Shavo Norgren (I) Pvt Ltd
8 Divya Control Elements Pvt Ltd
9 Schrader Duncan Limited

B17. Inspection and Testing Requirements:


a) All the imported items being supplied by the bidder shall be subject to inspection at (OEM)
manufacturer works in the country of origin by TPI (Third Party Inspection) agency. The QA
plan and inspection test plan shall be developed by the bidder in accordance with MR
requirements and the same shall be approved by TPI agency. Copy of approved QA and
inspection test plan shall be submitted to EIL for comments, if any. The inspection agency
shall ensure receipt of Code-1 approved documents from EIL prior to issuing of release
note for dispatch. Value addition of such items, if is being done by the bidder in India along
with Inspection certificates of TPIA shall be subject to inspection by Owner/ EIL in India.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 247 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 8 of 9

b) In case no imported items are being supplied/ integrated by the bidder, TPI (Third Party
Inspection) shall not be applicable and all the items are being supplied/ integrated by the
bidder at his works in India shall be subject to inspection at bidder's/ valve manufacturer’s
works by Owner/ EIL only.
c) For Control Valves, as a minimum, the inspection and testing requirements as per
Standard Specification for Control Valves (6-52-0031) and Inspection Test Plan for Control
Valves (6-81-2031) attached along with the MR shall be adhered to.
d) Charges for all the testing and inspection requirements as stated above shall be included in
the base price of each Tag and no additional charges shall be paid by the purchaser.

B18. Bidder shall furnish a separate quote for spare parts for the control valves and their
accessories for 2 years of normal operation for each Tag separately as recommended by the
bidder and as per clause 1.2.8(b) of 6-52-0031 as a minimum. Bidder shall provide list in
tabular form indicating the common spares size, materials, model no. wise applicable for
offered tags.

B19. MANDATORY SPARES:


Bidder shall supply the mandatory spares for each valve as per details mentioned below. Price
for the same shall be quoted separately for each valve as per the price schedule and same
shall be considered for evaluation purpose of each valve.

The following mandatory spares shall be supplied:


a) As per clause 1.2.7 of 6-52-0031 for each Tag.
b) 1 No of Trim set consisting of seat, seat ring/ seal ring, plug with stem, cage (as
applicable).
c) 1 No of Positioner with links.
d) 1 No of Diaphragm.
e) 1 No of Air Filter Regulator along with gauges.
f) 1 No of Bonnet Gaskets/ gland packings, piston O-rings, bearing & liner.
g) 1 No of Limit switch box.
h) 1m of actuator tubing for cases where tubing size is greater than 6 mm.
i) 1 No of any special accessories provided along with the control valve like boosters, quick
exhaust valves, temp dependent fuses, etc.
The list of mandatory spares shall not be reviewed during offer/ evaluation stage. It is bidder's
responsibility to meet the above requirement.

B20. Bidder to note that the drawing/ documents are to be submitted by the bidder after
purchase order as per VDR shall be for information category and for reference for further
engineering by owner and bidder shall be responsible for completeness and correctness of the
same. The specifications shall be as per MR only.

B21. Back-up Volume bottles/ Volume tanks, wherever unavoidable, shall be provided by the
bidder with all required accessories meeting the requirements as specified in Standard
Specification for Control Valves (6-52-0031) and as per schematic B378-000-16-51-SK-2351
attached with the MR.

B22. Bidder to ensure that submission of all drawings/ documents mentioned in VDR shall be
in soft copies through EIL VDMS portal only during detail engineering & no document shall be
submitted through hard copies. However, as built document shall be submitted in hard copy
along with soft copy. Bidder shall furnish soft copies of all as built drawings and datasheets in
AutoCAD/ MS excel formats for loading in owner’s documentation node.

B23. All the offered Control Valves shall be certified and comply with fugitive emission
requirements as per clause 2.5.1.5 of the Standard Specification for Control Valves (6-52-
0031), attached with the MR.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 248 of 335


Document No.
SPECIAL INSTRUCTIONS TO B378-000-16-51-SIV-2351
VENDORS Rev A
Page 9 of 9

B24. Purchaser may require the service of bidder's specialist during commissioning for site
assistance. Hence, bidder must quote per diem rate for the visit of their specialist to site as per
the following:
One (01) day of visit shall be considered in the offer for evaluation purpose for each Tag,
based on the per diem rate quoted by the bidder.
This is exclusively for site assistance and does not include any visit by bidder for
malfunctioning of valve & its accessories or valve not meeting the requirements as per
specifications. Bidder to note that in case bidder’s/ manufacturer's visit is found necessary
because of non-functional behavior or not meeting agreed specifications during warranty
period, this shall be considered as per warranty agreement and bidder shall depute their
expert, as required with in short notice period.

B25. Clause No. 2.1.8.3 of the Standard Specification for Control Valves (6-52-0031) shall be
read as below:
Where provided, control valve bottom drains shall be blind flanged only with dimensions and
rating corresponding to ASME B16.5. Material of blind flanges shall be same as valve body
material.

B26. SITE CONDITIONS:


The valves/ instruments covered in the MR shall be suitable for unprotected installation in Hot,
Humid and Corrosive environment. The site environmental conditions at USAR are as follows:
Ambient temperature (Max/Min): 40.5 deg C / 9.4 deg C.
Relative Humidity: 100% (max) @ ambient temperature.
Maximum recorded rainfall: 125 mm in 1 hour.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 249 of 335


The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned and on the borrower's express agreement that they will
TECHNICAL QUESTIONNAIRE
This questionnaire shall be duly filled in and submitted along with unpriced sets of offers to avoid further
queries and to ensure proper evaluation of your offer in time. If this is not complied with, your offer is liable to be rejected.
not be reproduced, copied, exhibited or used, except in limited way permitted by a written consent given by the lender to the borrower for the indended use. EIL-1651-TEQ

------------------------------------------------------------------------------------------------------------------------------------------------------------------
-------
ANSWER 'YES' 'NO' OR 'NOT
APPLICABLE'

DESCRIPTION BIDDER'S RESPONSE

1. Have you any deviations to the following:


i) General Specifications (clausewise)
ii) Special requirements (clausewise)
iii) Instrument specifications indicated in the data sheets.
iv) The scope of supply as indicated in the material requisition. If `yes' have you included
the list of deviations? (If no deviations are furnished, it will be assumed that all
the specifications and requirements of the subject requisition are complied with and
no deviations whatever will be accepted after the placement of order.)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
2. Have you quoted for the spare parts including consumable items required for the startup
and 2 years normal operation/maintenance of the Instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
3. Have you quoted for the mounting accessories, special calibration kits and equipments
(complete with technical details) required if any, for the erection, commissioning and
maintenance of the instruments?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
4. A) Have you enclosed the relevant technical catalogue/Literature in ENGLISH language including
model decoding details, drawings etc. necessary for the evaluation of your offer?
(NOTE: In case of line mounted instruments, viz. control valves, positive displacement meters,
Pressure relief valves etc., for all the lines quoted, relevant dimensional details required for
the installation must be furnished along with the offer.)
B) Have you confirmed that the documents required as per vendor data Requirements will be
supplied after the placement of order.
C) If so, have you indicated the extra price applicable, if any?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
5. Have you furnished sizing, noise level calculations and certified capacity curves for the
instruments, wherever applicable?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
6. Have you furnished, separately the `Shop inspection charges, if any, for inspection at
your works by EIL/Third party? (The details of the tests to be carried out on the instruments
during shop inspection are to be furnished)
-------------------------------------------------------------------------------------------------------------------------------------------------------------
7. Have you furnished the certificates from statutory bodies vis. BASEEFA, FM, CSA etc. for the
Explosion proof construction / intrinsically safe design of the instruments, wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
8. Have you furnished the certificates from statutory authority i.e., CCOE certificate for all electrical
equipments for intrinsically safe/ explosion proof design wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
9. Have you confirmed that IBR certification in Form III(C) or equivalent certification from statutory
bodies viz. Lloyds, Bureau veritas, TUV etc. will be furnished wherever specified?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
10. Have you indicated separately the installation and commissioning charges, in case the same
are included in your scope of work?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
11. Have you furnished the estimated power / utility consumptions and special cable requirements,
if any, for the instruments quoted?
-------------------------------------------------------------------------------------------------------------------------------------------------------------
12. Have you furnished the customer reference list in India/Abroad.
-------------------------------------------------------------------------------------------------------------------------------------------------------------------
------- NOTE : If the answer is 'NO' , then furnish reasons thereof.
[ ] Deviation [ ] No Deviation Vendor Seal And Signature

A 19/04/2023 GS KB KS REQ. NO. : B378-000-YC-MR-2351


ORDER NO. : Page 1 Of 1

REV DATE BY CHKD APPVD VENDOR :

PLANT : PDH-PP SPECIFICATION REV


ENGINEERS INDIA LIMITED
UNIT : 000
NEW DELHI B378-000-YC-TM-2351 A
CLIENT M/s GAIL

Page 250 of 335


Document No
Datasheet Index B378-000-16-51-ID-2351
Rev A
Sr No Tag No Datasheet No Quantity
1 101-HV-11602 B378-101-YC-DS-3145 1
2 101-PV-11201 B378-101-YC-DS-3149 1
3 101-TV-11112 B378-101-YC-DS-3150 1
Accessories
Air Filter Regulator B378-000-YC-DS-3001 As per Valve datasheets
Smart/ FF Positioner B378-000-YC-DS-3901 As per Valve datasheets
Limit Switches B378-000-YI-DS-7001 As per Valve datasheets
Mandatory Spares for each valve as per SIV attached with the MR 1 Lot

Page 251 of 335


30/12/2021

Page 252 of 335


30/12/2021

Page 253 of 335


Datasheet for Fieldbus Positoner
Sr No Tag No. Note-1
1 Type : Foundation Fieldbus
2 Housing material Manufacturer Std (Metallic)
3 Housing Color Manufacturer Std
4 Electrical Class IEC Zone 2, Gas Group IIC, T3
5 Electrical Supply Bus-powered
6 Air supply pressure As per SIV
7 Pneumatic connection 1/4" NPTF
8 Cable entry 1/2"NPTF
9 Configuration method Bus, 2 wires
10 Communication Protocol Foundation Fieldbus
Twisted pair 18 AWG (0.8mm2)
Physical Communication medium
11 Trunk/ Spur 16 AWG (1.3 mm2)
12 Polarity Protection Yes
13 Required device descriptors .sym, .ffo, .cff
14 Current drawn * (<20mA)
15 LAS Capability Yes
16 No. of VCR's *
17 DD revision *
18 CFF revision *
19 Advance Diagnostic software Required
20 Type of Protection Intrinsically safe
21 Ingress Protection IP65
22 Manufacturer *
23 Model *

"*" To be furnished by vendor


Notes: 1. Sr No 1: Quantity shall be as per Control Valve Data sheets attached with this MR.
2. Provide "Device Description" files according with Fieldbus Foundation FF-524.
3. Provide "Capability Format File" described in the Fieldbus Foundation FF-103.
4. All devices must be registered at Fieldbus Foundation.

Sheet 1 of 2
VENDOR DRAWING NO- ORDER NO:-
FILE- REQ NO: B378-000-YC-MR-2351 19.04.23 GS KB KS
CLIENT : GAIL, USAR DATE BY CHKD APPD
PROJECT : PDH-PP DATASHEET NO. REV
VENDOR : B378-000-YC-DS-3901 A
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the
borrower's express agreement that they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and
private use permitted by any written consent given by lender to the borrower

Page 254 of 335


Fieldbus Datasheet

Basic Function Blocks

Analog Input(AI) No. Arithmetic(A) Execution Time(msec)


Execution Time(msec) Digital Alarm(DA) Execution Time(msec)
Descrite Input(DI) No. Calculate( C ) Execution Time(msec)
Execution Time(msec) Analog Alarm(AA) Execution Time(msec)
Bias(B) No. Dead Time(D) Execution Time(msec)
Execution Time(msec) Complex Analog o/p(CAO) Execution Time(msec)
Manual Loader(ML) No. Step o/p PID(SOPID) Execution Time(msec)
Execution Time(msec) Set Pt Ramp generator Execution Time(msec)
PID No. Signal Characterizer(SC) Execution Time(msec)
Execution Time(msec) Digital Human Interface (DHI)
Analog Output(AO) No. Execution Time(msec)
Execution Time(msec) Device :
Descrite Output(DO) No. Segment # :
Execution Time(msec)
Control Selector(CS) No. Note: Vendor to Fill up Data for all available Function Blocks
Execution Time(msec)
Proportional/Derivative (PD) No.
Execution Time(msec)
Ratio( R ) Execution Time(msec)
Advance Function Blocks
Pulse Input(PI) Execution Time(msec)
Complex Descrete o/p (CDO)
Execution Time(msec)
Device Control(DC)
Execution Time(msec)
Integrator (I) Execution Time(msec)
Analog human Interface (AHI)
Execution Time(msec)
Input Selector(IS)
Execution Time(msec)
Lead Lag Controller(LL)
Execution Time(msec)
Signal Splitter(SS)
Execution Time(msec)
Timer(T) Execution Time(msec)

Sheet 2 of 2
VENDOR DRAWING NO- ORDER NO:-
FILE- REQ NO: B378-000-YC-MR-2351 19.04.23 GS KB KS
CLIENT : GAIL, USAR DATE BY CHKD APPD
PROJECT : PDH-PP DATASHEET NO. REV
VENDOR : B378-000-YC-DS-3901 A
This drawing and the design it covers are the properties of ENGINEERS INDIA LIMITED. They are merely loaned and on the
borrower's express agreement that they will not be reproduced, copied, loaned, exhibited, nor used except in the limited way and
private use permitted by any written consent given by lender to the borrower

Page 255 of 335


1 Tag No. 101-HV -11602
2 Service Regeneration Air
3 Line No. 72"-RA-101-11603-B83M-S2
4 Area Classification IEC Zone 2, Gr-IIC, Temp Class T3
5 Ambient Temperature: Min. Max. 9.4 °C 40.5 °C
GENERAL 6 Allowable Sound Pressure Level dBA 85
7 Control Action- On-Off (or) Modulating Modulating
8 Available Air Supply Pressure: Min. Max. 4.5 kgf/cm²-g 10.5 kgf/cm²-g
9 Failure Position Close
10
PIPE
11 Line Size and Schedule 72 in 22 mm thk
LINE
12 Line ID (mm) Line OD (mm) 1784.8 1828.8
13
14 Process Fluid Fluid State Fluid Phase Regeneration Air Vapor
15 % Flash % Solids
16 Differential Pressure-Shut Off 2.81 kgf/cm²
17 Units @ Max. Flow @ Norm. Flow @ Min. Flow
18 Flow Rate kg/h 631838
19 Inlet Pressure kgf/cm²-g 0.57
PROCESS 20 Pressure Drop kgf/cm² 0.34
21 Inlet Temperature °C 674
CONDITIONS 22 Inlet Density -
23 Inlet Compressibility Factor - 1.
24 Inlet Viscosity cP 0.04
25 Inlet Specific Heat Ratio -
26 Inlet Vapour Pressure
27 Critical Pressure kgf/cm2-a 17.63
CALCULATED 28 Flow Coefficient Cv Max. Nor Min. - 87677
29 Travel Inlet Velocity % m/sec
RESULTS 30 Sound Pressure Level dBA 109
31 MFR Model * * 56 MFR Model * *
32 Body Type Butterfly 57 Signal: Inlet Outlet 4-20 mA *
33 Body Size Port Size 64 in * 58 Type Smart, HART
34 Rated Cv Characteris. * Equal % 59 Air Supply Pressure
POSITIONER 4 (kg/cm2-g)
35 End Connec. & Rating Lug Type (Note-3) 60 Bypass Gauges No Required, 2No
36 Facing and Finish RTJ/63AARH 61 I/P Converter Not Required
37 Body,Bonnet Material ASTM A182 Gr. F321H 62 Silencer Exp Baffle Plate
ACCESSORIES
BODY 38 Packing Material Grafoil 63 Pneu. Lock Relay/Vol. Bos
AND 39 Rated Travel Mfr Std 64 Type -
TRIM 40 Lubricator Isolat. Valve No No SOLENOID65 When De-Enegr.Valve: -
41 Guiding No. of Ports Mfr Std 1 VALVE 66 Tag No. -
42 Trim Type High Performance Butterfly 67 MFR Model - -
43 Trim Material SS347H Stelitted 68 Type Quantity Proximity 3 Nos
44 Other Wetted Parts Material SS347H 69 Contacts / Rating 24V DC
45 Soft Seat Material Not Required Not Required SWITCHES 70 Switching Position Full Close
46 71 Tag No. See Notes
47 Gasket Material See Notes 72 MFR Model * *
48 Bonnet Type Extended 73 Set Pressure *
49 Model * * AIR SET 74 Filter Gauge Required 1 No
MFR
50 Type Pneumatic Spring Diaphragm 75 MFR Model * *
ACTUATOR 51 Size Area * * Tightness 76 Leakage Class Class IV
52 Air Failure Valve: Not Required TESTS 77 IBR Hydrogen - -
53 Handwheel Location Required 78 Req. Number B378-000-YC-MR-2351
54 Bench Range * 79 Manufacturer *
55 Spring Action Close 80 Model *
PURCHASE 81 Purchase Order Num.
Notes:
82 Price Item Number
83 Serial Number
INSTRUMENT SPECIFICATION
Control Valve - B378
Project: 500 KTPA PDH-PP PROJECT
Job No. B378
A GS 19-04-2023 Issued With MR Unit No.: 101-PDH Sheet 1 of 2
No. By Date Revision Code: 72 Doc. No.: B378-101-YC-DS-3145 Rev.: A

Page 256 of 335


Tag Number : 101-HV -11602

Sr No 32: Extended Body Butterfly Valve shall be supplied.


Sr No 33: Valve body size indicated is minimum requirement. Vendor can offer a higher size valve as per the sizing calculations to meet the process
requirements.
Sr No 47: Gasket shall be Oct Ring Type and Gasket Material shall be 25-20 Cr-Ni Type 310 (150 HB Max).
Sr No 71: Tag Nos for Limit Switches shall be 101-HZSL-11602A, 101-HZSL-11602B and 101-HZSL-11602C.

1. "*" indicates to be furnished by vendor.


2. Design Pressure is 2.81 kg/cm2(g), Design Max Temperature is 704 degC.
3. Valve shall be of Lug Type design and shall be suitable for mounting between purchaser's 64"/ 300# (RTJ/63AARH) Job standard flanges. Long bolts
and nuts suitable for mounting the valve between purchaser's flanges shall be supplied by the vendor. Bolt & Nut material shall be A193 Gr.B8MCL.1 &
A194 Gr.8MA respectively. Detailed flange dimensional drawing indiacting flange OD, bolt circle dimension, gasket thickness, details of bolts & stud
nuts including length, numbers, thread size, PCD, etc shall be provided during detailed engineering. Bidder to design the valve accordingly.
4. Molecular Weight is 28.23
5. Radiography requirements shall be complied as per SIV.
6. As the Predicted noise level is exceeding 85 dBA, source treatment for noise shall be resorted to (Low Noise Trim Design). When source treatment
for noise is not sufficient to reduce the noise level below 85 dBA, vendor shall provide path treatment like diffuser plate (silencer), etc in addition to
source treatment so as to reduce the noise level below 85dBA. Also, bidder to note that valve will have a special insulation of thickness 200 mm
(Insulation scope- By purchaser).
7. Bidder to refer SIV clause No B21, regarding supply of volume bottle/ volume tank.
8. Acceptable Limit of valve Mach No is 0.33

INSTRUMENT SPECIFICATION

Control Valve - B378

A GS 19-04-2023 Issued With MR Sheet 2 of 2


No. By Date Revision Code: 72 Dwg. No.: B378-101-YC-DS-3145 Rev.: A

Page 257 of 335


1 Tag No. 101-PV -11201
2 Service Hydrocarbon FEED
3 Line No. 42"-P-101-11611-B73M-S2
4 Area Classification IEC Zone 2, Gr-IIC, Temp Class T3
5 Ambient Temperature: Min. Max. 9.4 °C 40.5 °C
GENERAL 6 Allowable Sound Pressure Level dBA 85
7 Control Action- On-Off (or) Modulating Modulating
8 Available Air Supply Pressure: Min. Max. 4.5 kgf/cm²-g 10.5 kgf/cm²-g
9 Failure Position Close
10
PIPE
11 Line Size and Schedule 42 in 12 mm thk
LINE
12 Line ID (mm) Line OD (mm) 1042.8 1066.8
13
14 Process Fluid Fluid State Fluid Phase Hydrocarbon FEED Vapor
15 % Flash % Solids
16 Differential Pressure-Shut Off 2.81 kgf/cm²
17 Units @ Max. Flow @ Norm. Flow @ Min. Flow
18 Flow Rate kg/h 167218
19 Inlet Pressure kgf/cm²-g 0.07
PROCESS 20 Pressure Drop kgf/cm² 0.59
21 Inlet Temperature °C 600
CONDITIONS 22 Inlet Density -
23 Inlet Compressibility Factor - 1
24 Inlet Viscosity cP 0.022
25 Inlet Specific Heat Ratio - 1.054
26 Inlet Vapour Pressure
27 Critical Pressure kgf/cm2-a 43.33
CALCULATED 28 Flow Coefficient Cv Max. Nor Min. - 24869
29 Travel Inlet Velocity % m/sec
RESULTS 30 Sound Pressure Level dBA 110
31 MFR Model * * 56 MFR Model * *
32 Body Type Butterfly 57 Signal: Inlet Outlet 4-20 mA *
33 Body Size Port Size 42 in * 58 Type Smart, HART
34 Rated Cv Characteris. * Equal % 59 Air Supply Pressure
POSITIONER 4 (kg/cm2-g)
35 End Connec. & Rating Lug Type (Note-3) 60 Bypass Gauges No Required, 2No
36 Facing and Finish RTJ/63AARH 61 I/P Converter Not Required
37 Body,Bonnet Material ASTM A182 Gr. F321H 62 Silencer Exp Baffle Plate
ACCESSORIES
BODY 38 Packing Material Grafoil- Dual 63 Pneu. Lock Relay/Vol. Bos
AND 39 Rated Travel Mfr Std 64 Type -
TRIM 40 Lubricator Isolat. Valve No No SOLENOID65 When De-Enegr.Valve: -
41 Guiding No. of Ports Mfr Std 1 VALVE 66 Tag No. -
42 Trim Type High Performance Butterfly 67 MFR Model - -
43 Trim Material SS347H Stelitted 68 Type Quantity Proximity 2 Nos
44 Other Wetted Parts Material SS347H 69 Contacts / Rating 24V DC
45 Soft Seat Material Not Required Not Required SWITCHES 70 Switching Position Full Open, Full Close
46 71 Tag No. See Notes
47 Gasket Material See Notes 72 MFR Model * *
48 Bonnet Type Extended 73 Set Pressure *
49 Model * * AIR SET 74 Filter Gauge Required 1 No
MFR
50 Type Pneumatic Spring Diaphragm 75 MFR Model * *
ACTUATOR 51 Size Area * * Tightness 76 Leakage Class TSO (Class V)
52 Air Failure Valve: Not Required TESTS 77 IBR Hydrogen - -
53 Handwheel Location Not Required 78 Req. Number B378-000-YC-MR-2351
54 Bench Range * 79 Manufacturer *
55 Spring Action Close 80 Model *
PURCHASE 81 Purchase Order Num.
Notes:
82 Price Item Number
83 Serial Number
INSTRUMENT SPECIFICATION
Control Valve - B378
Project: 500 KTPA PDH-PP PROJECT
Job No. B378
A GS 19-04-2023 Issued With MR Unit No.: 101-PDH Sheet 1 of 2
No. By Date Revision Code: 72 Doc. No.: B378-101-YC-DS-3149 Rev.: A

Page 258 of 335


Tag Number : 101-PV -11201

Sr No 38: Dual Packing shall be provided to withstand full vaccum conditions.


Sr No 47: Gasket shall be Oct Ring Type and Gasket Material shall be 25-20 Cr-Ni Type 310 (150 HB Max).
Sr No 71: Tag No's for Limit switches shall be 101-PZSH-11201 (Full Open) & 101-PZSL-11201 (Full Close).

1. "*" indicates to be furnished by vendor.


2. Design Pressure is 2.81 kg/cm2(g)/ Full Vaccum; Design Max Temperature is 649 degC.
3. Valve shall be of Lug Type design and shall be suitable for mounting between purchaser's 42"/ 300# (RTJ/63AARH) Job standard flanges. Long bolts
and nuts suitable for mounting the valve between purchaser's flanges shall be supplied by the vendor. Bolt & Nut material shall be A193 Gr.B8MCL.1 &
A194 Gr.8MA respectively. Detailed flange dimensional drawing indiacting flange OD, bolt circle dimension, gasket thickness, details of bolts & stud
nuts including length, numbers, thread size, PCD, etc shall be provided during detailed engineering. Bidder to design the valve accordingly.
4. Molecular Weight is 44.21
5. Radiography requirements shall be complied as per SIV.
6. As the Predicted noise level is exceeding 85 dBA, source treatment for noise shall be resorted to (Low Noise Trim Design). When source treatment
for noise is not sufficient to reduce the noise level below 85 dBA, vendor shall provide path treatment like diffuser plate (silencer), etc in addition to
source treatment so as to reduce the noise level below 85dBA. Also, bidder to note that valve will have a special insulation of thickness 200mm
(Insulation scope- By purchaser).
7. Bidder to refer SIV clause No B21, regarding supply of volume bottle/ volume tank.
8. Acceptable Limit of valve Mach No is 0.4

INSTRUMENT SPECIFICATION

Control Valve - B378

A GS 19-04-2023 Issued With MR Sheet 2 of 2


No. By Date Revision Code: 72 Dwg. No.: B378-101-YC-DS-3149 Rev.: A

Page 259 of 335


1 Tag No. 101-TV -11112
2 Service REACTOR EFFLUENT
3 Line No. 72"-P-101-12301-B73M-S2
4 Area Classification IEC Zone 2, Gr-IIC, Temp Class T3
5 Ambient Temperature: Min. Max. 9.4 °C 40.5 °C
GENERAL 6 Allowable Sound Pressure Level dBA 85
7 Control Action- On-Off (or) Modulating Modulating
8 Available Air Supply Pressure: Min. Max. 4.5 kgf/cm²-g 10.5 kgf/cm²-g
9 Failure Position Close
10
PIPE
11 Line Size and Schedule 72 in 22 mm thk
LINE
12 Line ID (mm) Line OD (mm) 1784.8 1828.8
13
14 Process Fluid Fluid State Fluid Phase Reactor Effluent Vapor
15 % Flash % Solids
16 Differential Pressure-Shut Off 2.81 kgf/cm²
17 Units @ Max. Flow @ Norm. Flow @ Min. Flow
18 Flow Rate kg/h 132181 120165 67602
19 Inlet Pressure kgf/cm²-g -0.61 -0.65 -0.71
PROCESS 20 Pressure Drop kgf/cm² 0.04 0.02 0.01
21 Inlet Temperature °C 565 565 565
CONDITIONS 22 Inlet Density -
23 Inlet Compressibility Factor - 1 1 1
24 Inlet Viscosity cP
25 Inlet Specific Heat Ratio - 1.084 1.084 1.084
26 Inlet Vapour Pressure
27 Critical Pressure kgf/cm2-a 46.02 46.02 46.02
CALCULATED 28 Flow Coefficient Cv Max. Nor Min. - 79771 114207 86296
29 Travel Inlet Velocity % m/sec
RESULTS 30 Sound Pressure Level dBA 86.9 73.6 62.5
31 MFR Model * * 56 MFR Model * *
32 Body Type Butterfly 57 Signal: Inlet Outlet FF *
33 Body Size Port Size 60 in * 58 Type Fieldbus
34 Rated Cv Characteris. * Equal % 59 Air Supply Pressure
POSITIONER 4 (kg/cm2-g)
35 End Connec. & Rating Lug Type (Note-3) 60 Bypass Gauges No Required, 2No
36 Facing and Finish RTJ/63AARH 61 I/P Converter Not Required
37 Body,Bonnet Material ASTM A182 Gr. F321H 62 Silencer Exp Baffle Plate
ACCESSORIES
BODY 38 Packing Material Grafoil- Dual 63 Pneu. Lock Relay/Vol. Bos
AND 39 Rated Travel Mfr Std 64 Type -
TRIM 40 Lubricator Isolat. Valve No No SOLENOID65 When De-Enegr.Valve: -
41 Guiding No. of Ports Mfr Std 1 VALVE 66 Tag No. -
42 Trim Type High Performance Butterfly 67 MFR Model - -
43 Trim Material SS347H Stelitted 68 Type Quantity - -
44 Other Wetted Parts Material SS347H 69 Contacts / Rating -
45 Soft Seat Material Not Required Not Required SWITCHES 70 Switching Position -
46 71 Tag No. -
47 Gasket Material See Notes 72 MFR Model - -
48 Bonnet Type Extended 73 Set Pressure *
49 Model * * AIR SET 74 Filter Gauge Required 1 No
MFR
50 Type Pneumatic Spring Diaphragm 75 MFR Model * *
ACTUATOR 51 Size Area * * Tightness 76 Leakage Class Class IV
52 Air Failure Valve: Not Required TESTS 77 IBR Hydrogen - -
53 Handwheel Location Required 78 Req. Number B378-000-YC-MR-2351
54 Bench Range * 79 Manufacturer *
55 Spring Action Close 80 Model *
PURCHASE 81 Purchase Order Num.
Notes:
82 Price Item Number
83 Serial Number
INSTRUMENT SPECIFICATION
Control Valve - B378
Project: 500 KTPA PDH-PP PROJECT
Job No. B378
A GS 19-04-2023 Issued With MR Unit No.: 101-PDH Sheet 1 of 2
No. By Date Revision Code: 72 Doc. No.: B378-101-YC-DS-3150 Rev.: A

Page 260 of 335


Tag Number : 101-TV -11112

Sr No 33: Valve body size indicated is minimum requirement. Vendor can offer a higher size valve as per the sizing calculations to meet the process
requirements.
Sr No 38: Dual Packing shall be provided to withstand full vaccum conditions.
Sr No 47: Gasket shall be Oct Ring Type and Gasket Material shall be 25-20 Cr-Ni Type 310 (150 HB Max).

1. "*" indicates to be furnished by vendor.


2. Design Pressure is 2.81 kg/cm2(g)/ Full Vaccum; Design Max Temperature is 649 degC.
3. Valve shall be of Lug Type design and shall be suitable for mounting between purchaser's 60"/ 300# (RTJ/63AARH) Job standard flanges. Long bolts
and nuts suitable for mounting the valve between purchaser's flanges shall be supplied by the vendor. Bolt & Nut material shall be A193 Gr.B8MCL.1 &
A194 Gr.8MA respectively. Detailed flange dimensional drawing indiacting flange OD, bolt circle dimension, gasket thickness, details of bolts & stud
nuts including length, numbers, thread size, PCD, etc shall be provided during detailed engineering. Bidder to design the valve accordingly.
4. Molecular Weight is 30.09
5. Vendor to provide Mechanical Minimum Stop.
6. Radiography requirements shall be complied as per SIV.
7. As the Predicted noise level is exceeding 85 dBA, source treatment for noise shall be resorted to (Low Noise Trim Design). When source treatment
for noise is not sufficient to reduce the noise level below 85 dBA, vendor shall provide path treatment like diffuser plate (silencer), etc in addition to
source treatment so as to reduce the noise level below 85dBA. Also, bidder to note that valve will have a special insulation of thickness 200mm
(Insulation scope- By purchaser).
8. Bidder to refer SIV clause No B21, regarding supply of volume bottle/ volume tank.
9. Acceptable Limit of valve Mach No is 0.33

INSTRUMENT SPECIFICATION

Control Valve - B378

A GS 19-04-2023 Issued With MR Sheet 2 of 2


No. By Date Revision Code: 72 Dwg. No.: B378-101-YC-DS-3150 Rev.: A

Page 261 of 335


REV. DATE REVISION BY CHECKED APPD. APPD.
The drawing, design and details given on this format are the property of ENGINEERS INDIA LIMITED. They are merely loaned on the borrower's express agreement that they PDH-PP PROJECT, GAIL-USAR A 19/04/2023 ISSUED WITH MR GS KB KS
will not be reproduced, copied, exhibited or used, except in the limited way permitted by a written consent given by the lender to the borrower for the intended use.

SOLENOID AIR FILTER REGULATOR


VALVE

PNEUMATIC TUBING

PSV
(BY VENDOR)
DE-
EN VENT

3/4" GATE VALVE SW

BY VENDOR PG
BACK-UP
VOLUME
1/2" CHECK VALVE SW BOTTLE

ACTUATOR

3/4" GATE VALVE SW


LIMIT SWITCHES (WITH PLUG)

BY VENDOR

MALE CONNECTOR
1/2" TH X *mm OD
VALVE
BY PURCHASER

*- SIZE BY VENDOR BASED ON AIR SUPPLY REQUIREMENT FOR VALVE

INST. AIR

NOTES:-
1. ELECTRICAL ENTRIES (#) SHALL BE PROVIDED WITH GLANDS SUITABLE FOR SPECIFIED AREA CLASSIFICATION.
2. 10m TUBING SHALL BE LOOSE SUPPLIED ALONG WITH THE EACH VOLUME TANK FOR CONNECTING THE VOLUME TANK WITH VALVE
AT SITE.

DRAWING NO. REV.


ENGINEERS INDIA LIMITED CONTROL VALVE WITH VOLUME BOTTLE B378-000-16-51-SK-2351 A
Page 262 of 335

NEW DELHI
SHT. 1 OF 1
1-1641-0504 REV.0 A4-210x297
Document No.
B378-000-16-51-CF-2351
COMPLIANCE STATEMENT
Rev A
Page 1 of 2

TECHNICAL COMPLIANCE STATEMENT


(To Be Signed By Bidder's Principal Corporate Level Signatory on Company Letterhead)

I, on behalf of M/s _____________________________ confirm that the proposal of

_____________________________quoted by M/s______________________________

for PDH-PP Project of GAIL-INDIA, against Material Requisition No. B378-000-YC-MR-

2351 (Special Control Valves) is in total compliance to the scope as well as all the

technical specification and no deviation, variation or reservation whatsoever has been

mentioned in the technical offer. It is further agreed that the technical details furnished in

our offer will be reviewed by EIL/ OWNER during detailed engineering stage after order

and any change required to meet the requirements of enquiry specification including

amendment(s) (if any) will be incorporated by us without any price and time implication.

(Bidder’s Signature & Stamp)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Page 263 of 335


Document No.
COMPLIANCE STATEMENT B378-000-16-51-CF-2351
Rev A
Page 2 of 2

BIDDER’S CONFIRMATION/
Sr No. COMPLIANCE STATEMENT/ QUERY
ANSWER
Please note that it is mandatory to furnish replies
to the technical queries listed below, without
which your offer will be considered incomplete.

1. Confirmed that compliance to “Special Instruction


to vendor”, various technical specifications,
drawings and document with Technical
Questionnaire” have been submitted with the
offer.

2. Confirmed that mandatory spares have been


quoted as per SIV.

3. Confirmed that testing & inspection charges have


been included in the base price of each valve.

4. Confirmed that Two Years Operational Spares


have been quoted as per SIV.

(Bidder’s Signature & Stamp)

Template No. 5-0000-0001-T2 Rev. 1 Copyrights EIL – All rights reserved

Page 264 of 335


STANDARD SPECIFICATION No.
k39R Jt 1/ft
- ENGINEERS STANDARD SPECIFICATION
elgez Rats W INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
(A Govt of India UndettaAng) Page 1 of 23

W*O• fffg 11TW rqPikkii


STANDARD SPECIFICATION FOR
CONTROL VALVES

041‘141°>1A
5 11.11.21 Revised and Reissued as Standard Specification HM /AJS AR MN SM

4 27.03.17 Revised and Reissued as Standard Specification AM ADB RG DM

3 11.04.11 Revised and Reissued as Standard Specification MN RG RP/JMS DM

2 15.02.07 Revised and Reissued as Standard Specification SM TGM HCJ VC

1 01.11.96 Revised and Reissued as Standard Specification RK BRS RB AS


Standards Standards
Committee Bureau
Rev. Prepared Checked
Date Purpose Convenor Chairman
No by by
Approved by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 265 of 335


STANDARD SPECIFICATION No.
af-a MENGINEERS STANDARD SPECIFICATION
Og-zn tiMeglegf INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
wren riemeAAJosim IA GoN of India Unclenak.91
Page 2 of 23

A DiDrev iations:

AARH Arithmetic Average Roughness Height

CIMFR Central Institute of Mining and Fuel Research

EDDL Electronic Device Description Language

ERTL Electronics Regional Testing Laboratory

FCRI Fluid Control Research Institute

FDT/DTM Field Device Tool/Device Type Manager

FF Fieldbus Foundation

FISCO Fieldbus Intrinsic Safety Concept

HART Highway Addressable Remote Transducer

HHT Hand Held Terminal

NACE National Association of Corrosion Engineers

NPS Nominal Pipe Size

NPT National Pipe Thread

PID Proportional, Integral and Derivative

PTFE Poly Tetra Fluoro Ethylene

SS Stainless Steel

TSO Tight Shutoff

Instrumentation Standards Committee

Convenor: Mr. Mainak Nandi

Members: Mr. Arupjyoti Saikia


Mr. Sachin Garg
Mr. Jerry Johnson
Mr. Mayank Kaushik
Mr. Sourav Mukherjee
Ms. K. Pratheepa
Mr. R.K. Gupta (Proj.)

Format No. 8-00-0001-F1 Rev. 0 Copyright Eli - All rights reserved

Page 266 of 335


STANDARD SPECIFICATION No.
os_kENGINEERS STANDARD SPECIFICATION
6-52-0031 Rev. 5
ligeMilegleir INDIA LIMITED FOR CONTROL VALVES
tnetarrovianom IA Govt of India Underlakm
Page 3 of 23

CONTENTS

1.0 GENERAL 4

2.0 DESIGN AND CONSTRUCTION 9

3.0 NAMEPLATE 22

4.0 INSPECTION AND TESTING 22

5.0 SHIPPING 23

ANNEXURES:
ANNEXURE -1: STUD-BOLT AND NUT MATERIAL REQUIREMENT
ANNEXURE - 2: GASKET MATERIAL REQUIREMENT

Copyright EIL — All rights reserved


Format No. 8-00-0001-F1 Rev. 0

Page 267 of 335


STANDARD SPECIFICATION No.
eiti M.,ENGINEERS STANDARD SPECIFICATION
fafaeg MP, INDIA UMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
R92,
15/Z WIJRFA) t of IWO UM
(AGm MIA.9)
Page 4 of 23

1.0 GENERAL

1.1 Scope

1.1.1 This specification, together with the data sheets describes the requirements for the design,
materials, fabrication, documentation, nameplate marking, inspection, testing and shipping
of control valves.

1 1.2 The related standards referred herein and mentioned below shall be of the latest edition of
the following codes, standard practices and publications, unless otherwise specified.;

ASME American Society of Mechanical Engineer.

B 1.20.1 Pipe Threads, General Purpose (Inch)


B 16.5 Pipe Flanges and Flanged Fittings
B 16.20 Metallic Gaskets for Pipe Flanges
B 16.34 Valves — flanged, Threaded and Welding End.
B 16.47 Large Diameter Steel Flanges: NPS 26 through NPS 60
Metric/Inch Standard

ANSI/FCI American National Standard Institute/Fluid Control Institute


FCI 70-2 Control Valve Seat Leakage

API American Petroleum Institute

6D Specification for Pipeline and Piping Valves


598 Inspection Requirements
609 Lug and wafer type, Butterfly valves.
624 Type Testing of Rising Stem Valves Equipped with
Graphite Packing for Fugitive Emissions

AWWA American Water Works Association


C207 CL.D Steel Pipe Flanges for Water Works Services

BS British Standards

6364 Valves in cryogenic service

EN European Standards

10204 Inspection Documents For Metallic Products.

IBR Indian Boiler Regulation.


IS/IEC Indian Standards/International Electro-Technical Commission

IS/IEC 60079 Electrical Apparatus for Explosive Gas Atmosphere.


IS/IEC 60529 Degree of Protection Provided by Enclosures (IP Code).
IEC 60534-3-2 Face to Face dimension of rotary valves except butterfly
valves.
IEC 60534-4 Inspection & Routine Testing
IEC 60534-8-3 Industrial process control valves, noise consideration,
control valve aerodynamic noise prediction method
IEC 60534-8-4lndustrial process control valves, noise consideration,
prediction of noise generated by hydrodynamic flow
IEC-611f 8 Fieldbus Standard for use in Industrial Control Syst.;:n
IEC-61158-2 Physical layer specification and Service definition for
Fieldbus
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 268 of 335


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
*Ie.e fal5leg INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
(.1C,eizavE,
VIJW.1) (A Govt of Intim UnCloffok.ocl)
Page 5 of 23

FF 890 Function Block Application Process Part 1


FF 891 Function Block Application Process Part 2
FF 892 Function Block Application Process Part 3
FF 893 Function Block Application Process Part 4
FF 894 Function Block Application Process Part 5
IEC 61508 Functional Safety of Electrical/Electronic/Programmable
Electronic Safety related Systems.
IEC-61511 Functional safety instrumented system for the process
industry sector
IEC-61804 Function Blocks (FB) for Process Control: Electronic
Device Description

ISA International Society of Automation


75.01.01 Flow equation for sizing control valves.
75.02 Control valve capacity test procedure.
TR75.04 Control Valve positioner stability
75.05.01 Control Valve terminology
75.07 Laboratory measurement of aerodynamic noise generated
by control valves
75.08.01 Face to face dimensions for integral flanged Globe-style
control valve bodies (ASME Class 125,150,300 and 600)
75.08.02 Face to face dimensions for flangeless control valve
(ASME Class 150,300 and 600)
75.08.04 Face to face dimensions for Buttweld-end globe style
control valve (ASME Class 4500)
75.08.05 Face to face dimensions for Buttweld-end globe style
control valve (ASME Class 150,300, 600, 900, 1500 and
2500)
75.08.06 Face to face dimensions for flanged Globe-style control
valve bodies (ASME Class 900, 1500 and 2500)
75.11.01 Inherent flow characteristic and Rangeability of control
valves.
75.19.01 Hydrostatic testing of control valves.
75.22 Face to centre-line dimensions for flanged Globe-style
Angle control valve bodies (ASME Class 150,300 and
600)
75.25.01 Test Procedure for Control valve response measurement
for step inputs
TR 75.25.02 Control valve response measurement for step inputs
75.13 Method of evaluating the performance of positioners with
analog input signals and pneumatic output.
75.17 Control valve aerodynamic noise prediction.
RP75.23 Considerations for evaluating control valve cavitation

ISO International Organization for Standardization

15848-1 Industrial valves — Measurement, test and qualification


procedures for fugitive emissions

ITK Interoperability Test Kit (latest version)

MSS Manufacturer's Standardisation Society

SP25 Standard Markings System for Valves, Fittings, Flanges and


Unions

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 269 of 335


STANDARD SPECIFICATION No.
eit4 aft ENGINEERS STANDARD SPECIFICATION
OgejilafaegW. ff INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
IMPER elWIRE,MRJRM (A Govt. of India UnderlakM
Page 6 of 23

NACE Nationai Association of Corrosion Engineers

MR0103 Materials Resistant to Sulphide stress cracking in Corrosive


Petroleum Refinery Environments

OSHA Occupational Safety and Health Authority

1.1.3 In the event of any conflict between this standard specification, job specifications/data
sheets, statutory regulations, related standards, codes etc., the following order of priority
shall govern:

a) Statutory regulations

b) Job Specifications/Data Sheets

c) Standard specification

d) Codes and standards

1.1.4 In addition to meeting purchaser's specifications in totality, vendors' extent of responsibility


shall also include the following:

a) Purchaser's data sheets specify the minimum acceptable materials for the control
valve body and trim. Alternate superior materials of construction shall also be
acceptable with consent of purchaser provided vendor assumes complete
responsibility for proper selection of material for these parts for their compatibility
with the process fluid and its operating conditions.

Purchaser's data sheets specify the control valve size, flow coefficient (Cv) and
required flow rangeability. Vendor shall be responsible for selecting their
standard valve flow coefficient suitable for the specified service and process
conditions specified in the purchaser's data sheets.

c) Selection of actuator to meet the shut off differential pressure indicated in the
purchaser's data sheets.

d) Checking for cavitation, flashing and noise generated and provide suitable trim
and treatment to limit these within appropriate limits.

1.2 Bids

1.2.1 Vendor's quotation shall be strictly as per the bidding instructions to vendor attached with
the Material Requisition.

1.2.2 Whenever a detailed technical offer is required, vendor's quotation shall include the
following:

i) Compliance to the specifications.

ii) Whenever specifically indicated, a detailed specification sheet for each control
valve which shall provide information regarding type, material of construction,
capacity sizing code, inlet and outlet type, size and rating, etc. of the control valve
and its valve accessories. The material specifications and units of measurement
indicated in the specification sheet shall be to the same standards as those in
purchaser's data sheet.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 270 of 335


STANDARD SPECIFICATION No.
0924_it1ft ENGINEERS STANDARD SPECIFICATION
oge_iitaiegmr INDIA LIMITED
Mien eiwevirana(Awni (A Gad. of India Undenalong)
FOR CONTROL VALVES 6-52-0031 Rev. 5
Page 7 of 23

iii) Whenever the requirement of sizing aicui at i o n is specifically indicated in the


materials requisition, vendor shall furnish sizing calculation for each tag number
clearly highlighting the standard used for calculation, noise level, cavitation or
flashing, Cv selected, percentage opening at minimum, normal and maximum
flow, inlet and outlet velocity etc.

iv) Proven references in line with clause no. 1.2.3 of this specification specifically for
valves with ASME Class 600 and above, temperature more than 250°C and below-
29°C, pressure drop greater than 50 kg/cm2 and sTkAlal application like hydrogen,
NACE ,Cryogenic etc.

v) A copy of approval for items such as limit switches, solenoid valves, electro-
pneumatic converters, electro-pneumatic positioners, smart positioners, Fieldbus
positioners from local statutory authority, as applicable, such as Petroleum and
Explosives Safety Organization (PESO) in India, along with:

i) Test certificate from recognised test house like Central Institute of Mining
and Fuel Research (CIMFR) / Electronics Regional Testing Laboratory
(ERTL) etc. for flameproof enclosure and/ or intrinsic safety, as specified
in the data sheets as per relevant Indian Standard for all Indian
manufactured equipments.

ii) Certificate of conformity from agencies like Laboratorie Central Des


Industries Electriques (LCIE), British Approval Service for Electrical
Equipment in Flammable Atmospheres (Baseefa), Factory
Mutual (FM), Physikalisch-Technische Bundesanstalt (PTB), Canadian
Standards Association (CSA), Underwriters Laboratories (UL) etc., for
compliance to ATEX directive's or equivalent recognised standards for all
equipments manufactured outside India.

vi) Limitation, if any, in changing actuator orientation at site.

vii) Deviations on technical requirements shall not be entertained. In case vendor has
any valid technical reason, they must include a list of deviations tag number wise,
summing up all the deviations from the purchaser's data sheets and other technical
specification along with the technical reasons for each of these deviations.

viii) Published catalogues giving detailed technical specifications (i.e. available sizes,
ratings, sizing codes, approvals & certifications, MOC, etc), model decoding
details and other information for each type of control valve and accessories
covered in the bid. For fieldbus positioners, information shall include, but not
limited to, product certification, power supply, current drawn,
Standard/Advanced/Enhanced function blocks available and the execution time
for each block, device type, number of link objects, Virtual Communication
Relationships, Basic and advanced diagnostic features, failure mode etc. In case
catalogues do not provide all such technical details, vendor shall submit
supplementary technical literature.

1.2.3 For valves in cryogenic service, vendor shall meet the following acceptance criteria:

a) Vendor shall furnish, along with the offer, type test certificate, duly witnessed by
Third Party Inspection agency like M/S LRIS, DNV BV, TUV, CEIL etc. of having
successfully conducted the cryogenic test as per BS 6364 on the offered valves
(same model, size, rating and material) in cryogenic service. Further vendor to note
the following:

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 271 of 335


STANDARD SPECIFICATION No.
aft
- ENGINEERS STANDARD SPECIFICATION
EiliegNif INDIA UNITED FOR CONTROL VALVES 6-52-0031 Rev. 5
IA Govt of India Und.10.9)
Page 8 of 23

i) Test tempdrature shall be -45°C for LTCS and -196°C for all gracies of
austenitic Stainless Steel.

Test carried out on a particular size of one type of valve, pressure rating and
material shall qualify all sizes equal to and below the test valve size for the
same type, pressure rating and material. In case of austenitic Stainless Steel
any one grade would qualify for other grades of austenitic Stainless Steel.

In case vendor does not have cryogenic type test certificate for the offered valves as
mentioned above, vendor shall confirm to conduct the cryogenic test on the offered
valves and furnish cryogenic test report meeting requirements specified in Clause
1.2.3 a) above with the following as a minimum:-.

i) Vendor must have proven references as per clause 1.2.4 of this specification
for each of the offered valves (same model, size, rating and material) in
cryogenic service. The references with details shall be furnished with the
offer.

Cryogenic test shall be conducted at maximum operating pressure specified in


Purchaser's datasheets.

iii) In case the vendor fails to conduct cryogenic test(s) within 12 weeks or failure
in the test(s) conducted after receipt of order, the purchaser reserves the right
to invoke any of the provisions of the purchase order including cancellation of
the Purchase Order at the risk and cost of vendor.

1.2.4 All items, as offered, shall be field proven and should have been operating individually for a
period of minimum six (6) months on the bid due date in the process conditions similar to
those as specified in the purchaser's data sheets. Items with proto-type design or items not
meeting provenness criteria specified above shall not be offered.

1.2.5 Whenever specified, vendor must furnish certified values of failure rates, probability of
failure on demand (PFD) and test intervals for the safety integrity level (SIL) analysis.

1.2.6 All documentation submitted by the vendor including their quotation, catalogues, drawings,
installation, operation and maintenance manuals etc., shall be in English language only.

1.2.7 Vendor shall specifically note that the quote for control valves shall include the following:

a) One extra set of packing and bonnet gasket with each tag.

b) One extra set of stem seal 0-ring for each actuator and piston 0-ring additionally
for each piston actuated valve.

c) Line bolting (set of studs and nuts) and set of gasket, in case of flangeless valves as
per material given in Annexure-1 and Annexure-2 with each such tag number.

1.2.8 Vendor shall separately quote for the following:

a) Control valve diagnostic package for seat ring, gland packing and actuator
diagnostic with smart positioner.

b) Two years' operational spares for offered control valve and its accessories, which
shall include plug, seat ring, gasket set, packing set, diaphragm/o-ring set etc. as a
minimum.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 272 of 335


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
*Igen laPiegNIF INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
lawMi elenee madam/ (A Govt of India Undertaking)
Page 9 of 23

•c'y Any special tools needed for maintenance work. Vendor must certify in their offer
in case no special tools are necessary for the offered control valves and their
accessories.

d) Required software for operation and diagnosis of the control valve shall be
provided separately in the physical device such as CD/DVD.

1.3 Drawing and Data

1.3.1 Detailed drawings, data, catalogues and manuals required shall be submitted by the vendor
as per Vendor Data Requirements (VDR) attached with the requisition.

1.3.2 Final documentation consisting of design data, installation manual, operation and
maintenance manual etc. shall be submitted by vendor after placement of purchase order
which shall include the following as a minimum:

a) Specification sheet for each control valve, positioner and other accessories and
sizing calculation.

b) Certified drawings and technical catalogues for each control valve and its
accessories, which shall provide dimensional details (face-to-face and height of
completely assembled valve). Dimensions of clearance space for maintenance
work, weight of completely assembled valve, internal constructional details,
materials of construction of actuator, wiring diagram, installation procedure for
control valves and their accessories, orientation with respect to flow direction
marked on the body, sizing codes, approvals & certifications.

Copy of the type test certificates and the test certificates for all tests indicated in
Inspection Test Plan.

d) Calibration, configuration and maintenance procedures including replacement of


its parts/ internals wherever applicable.

Control valve operating signatures whenever smart positioners or Fieldbus based


positioners are specified.

f) Device Descriptor (DD) Files for configuring Smart positioner /Fieldbus


parameters

g) Common File Formats (CFF) for integrating the Fieldbus positioner into the
control system.

2.0 DESIGN AND CONSTRUCTION

2.1 Body

2.1.1 Control valves shall have flanged end connections integral to the valve body. Split body type
valve design shall not be offered unless specifically indicated in the purchaser's data sheets.
Whenever flangeless control valve body design is specified in the purchaser's data sheet,
following shall apply:

a) Wafer type or lug type body design for control valves body size up to 6 inches.

b) Lug type body design for butterfly type of control valve body size more than 6
inches.

Format No. 8-00-0001-F1 Rev. 0 Copyright Ell_ — All rights reserved

Page 273 of 335


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
kitift mew INDIAIndiaLIMIED
lailETT PROW (29J0{071) Undertak.9)
(A GOA 01
FOR CONTROL VALVES 6-52-0031 Rev. 5
Page 10 of 23

2.1.2 'The minimum control valve body size shall be 1 inch. Control valve body size of less than 1
inch shall be offered only when specifically indicated in the purchaser's data sheet. The
control valve body size shall be adhered to the size mentioned in the data sheet, if due to
process condition and other parameters the same size is not suitable than higher size can be
offered with reason. Only after acceptance of offered higher size by client/EIL, vendor shall
proceed. In general, Control Valve size shall neither be more than the inlet line size nor be
less than half the inlet line size unless specified otherwise in datasheets.

2.1.3 The valve body rating shall be equal to or higher than the flange rating specified in the
data sheets. As a minimum, control valve body shall be rated for ASME Class 300.
However, end connection shall be as specified in purchaser's data sheet.

2.1.4 The control valves shall be suitable for installation in horizontal as well as in vertical lines.

2.1.5 For all applications, where full port valves are specified in on-off service, following shall
apply:
a) Port size shall be equal to line size for rating up to ASME Class1500.
b) Port size shall not be smaller than one size lower than that of the line size for body
rating ASME Class 2500 and above.

2.1.6 Vendor to note that there shall not be any price or time implications in case the valve port
size need to be changed to accommodate minor process changes while keeping the valve size
and other specifications same during detailed engineering.

2.1.7 Flow Direction

2.1.7.1 In general, 'flow direction shall be as below:

a) Flow tending to open for single seated unbalanced valve design.

b) Flow entering between the seats for double seated valves.

c) Flow entering at the side and leaving at the bottom for angle valves.

For valves design other than those specified above, flow direction shall be as per
manufacturer standard.

2.1.7.2 Flow direction shall be clearly marked on the control valve body.

2.1.7.3 For 3-way control valves, service like mixing or diverting, shall be clearly identified with inlet
and outlet end connection clearly marked on the control valve body.

2.1.8 End Connections

2.1.8.1 Unless otherwise specified, the following shall govern:

a) Threaded end connections shall be to NPT as per ASME B1.20.1.

b) Flanged end connections shall be as per ASME B 16.5/ B 16.47B/ AWWAA C207
CL.D.

c) Flange face finish shall be as per ASME B16.5. The face finish shall be as follows:

125 AARH : 125 to 250 micro inch AARH

63 AARH : 32 to 63 micro inch AARH

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 274 of 335


STANDARD SPECIFICATION No.
aft
- ENGINEERS STANDARD SPECIFICATION
Igza g VW INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
MOT 2120,Re.(3,10.1) (A Govt of InOta Undo)ak.KO
Page 11 of 23

j Grooves of ring type joint tianges shall be octagonal as per ASME B 16.20

2.1.8.2 Face-to-face dimensions of globe type control valves shall be in accordance with ISA 75.08.

2.1.8.3 Where provided, control valve bottom drains shall be blind flanged. Flange dimensions and
rating shall correspond to ASME B16.5.

2.1.9 Material of Construction

2.1.9.1 The material of construction of control valves body shall be as specified in the data sheet.
No material shall be substituted by vendor without specific written approval from purchaser.

2.1.9.2 Control valve body, bonnet, bottom flange, line flanges and other pressure containing
assemblies shall be of the same material of construction as specified for valve body in the
purchaser's data sheets.

2.1.9.3 The bonnet flange and bottom flange shall have metallic spiral wound gaskets suitable for
the specified service. The gaskets with asbestos bearing fillers shall not be used.

2.1.9.4 Vendor shall be responsible for selecting proper material for the internal parts of control
valve. All such materials shall have the same or better specification than specified in the
purchaser's data sheets.

2.1.9.5 The material of construction of silencers, diffuser plates, diffuser plate assembly etc shall be
as per the body material specified in the purchaser's data sheets, as a minimum.

2.2 Trim

2.2.1 The term 'trim' covers those parts of valve assembly (excluding the body, bonnet and
bottom flange) which are exposed to and are in contact with the line medium consisting of
but not limited to the seat ring, valve stem, valve plug, valve plug guide, guide bushing and
cage.

In case of rotary type of control valves like butterfly, ball, segmental ball, rotary plug,
eccentric disc and rotary disc, the term trim covers disc/ball, seat ring, shaft and bearing.

2.2.2 Guiding

2.2.2.1 Single seated globe and angle type control valves shall have heavy top plug guiding or cage
guided design as per data sheets. The cage shall provide a continuous plug guiding

2.2.2.2 Double seated valves shall have top and bottom or cage guiding and shall be of the pressure
balanced type.

2.2.2.3 Whenever cage type control valves are specified, top guided or top and bottom guided
control valves can be offered provided it meets all other process and functional
requirements. But whenever top or top and bottom type of guiding is specified, cage type
control valves shall not be offered. However, if the service requires the anti-cavitation trim
or low noise trim then in place of top or top and bottom guiding the cage type control valve
can be accepted only after reviewing the control valve sizing.

2.2.2.4 Rotary control valves like butterfly, segmental ball, eccentric rotary plug etc shall have
blowout proof shaft guiding design.

2.2.3 Trim Design

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — AU rights reserved

Page 275 of 335


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
51ges faReg® INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
laalarr Mean, naJnani) IA Govt of India Undertaking)
Page 12 of 23

2.2,-.3.1 Conn ol valve manufacturer/vendor shall be responsible for nitn selection and trim desigri of
the control valve. However it must meet the following minimum requirements:

a) Control valve trim design shall suit the type of guiding specified in the data sheet.

b) The trim design and material of construction shall be selected to minimize the risk
of galling particularly in case of cage guided valves. Vendor shall select proper
material pairs, surface finish, hardness and clearances wherever possibility of
galling exist.

c) Under extreme temperature conditions, vendor shall consider increased clearances


at room temperature and seal welding of threaded seat rings etc. Hard facing of
trim shall be used in high temperatures. For very low temperature application,
material used shall have adequate cold impact strength.

d) For globe/angle/3-way type of control valves, stem and plug shall be detachable and
shall be attached together by suitable threaded design secured with a pin to avoid
plug rotation during operation.

e) For top and bottom guided control valves with sizes above 8", post and guide
bushing design shall be used to prevent rotation of plug and stem.

0 Whenever cavitation conditions are expected, vendor shall select a special anti-
cavitation trim design and shall use trim material of sufficiently high hardness.

g) Whenever the possibility of aerodynamic noise in a control valve exists under any
operating condition specified in purchaser's data sheet, vendor shall select a special
ldw noise trim for that application.

h) For control valves with anti-cavitation or low noise trim, the no. of stages shall be
decided by vendor ensuring that the selected number of stages can sufficiently
withstand the dynamic fluid forces to avoid vibration of stem and plug during
normal continuous operation. Vendor shall ensure trim design to account for worst
case dynamic force / power generated by the process fluid under maximum
operating conditions with a 10% safety margin.

2.2.3.2 The plug inherent characteristics shall be as indicated in the purchaser's data sheet.
However, following shall be followed unless otherwise specified:

a) Control valves with low noise and anti-cavitation trim design shall have modified
equal percentage or linear characteristics.

b) Rotary type control valves shall have modified equal percentage or equal
percentage characteristics.

c) Control valves with flow co-efficient less than 0.4 shall have equal percentage or
linear characteristics.

d) All other control valves shall have equal percentage characteristics, unless linear
characteristic is specified in Purchaser's data sheets or required to meet the valve
percentage opening limits within the process operating conditions.

Whenever linear or modified equal percentage characteristics are specified, equal percentage
characteristics shall also be acceptable. Characterized positioner cam design to meet
specified inherent control valve characteristics shall not be offered.

2.2.3.3 Trim Material


Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 276 of 335


STANDARD SPECIFICATION No.
15INZIEqaftENGINEERS STANDARD SPECIFICATION
zll faitegrliv INDIA LIMITED
own eROWEen MOW FOR CONTROL VALVES 6-52-0031 Rev. 5
(A Govt of India Undertaking)
Page 13 of 23

2.2.3.3.1 Whenever stellited or hardened trim is specified iii the data sheets following material of-
construction for the trim parts shall be acceptable.

a) Plug and seat Stellite sheathing/hard alloy coating or solid stellite

b) Cage Nitrided or stellite sheathing/hard alloy coating or solid


stellite.

c) Guide bushing Stellite coating/sheathing or solid stellite

d) Valve stem Hardened SS /Inconel X-760

In case of steam, water, air and other non-hydrocarbon utility services 17-4 PH SS or 440C
is also acceptable.

Special material requirements, if specified in the datasheets, shall supersede the above
mentioned requirements.

2.2.3.3.2 Minimum acceptable hardness in case of stellited or hardened trim shall be of the order of
RC 38 (BHN 352) to RC 45 (BHN 429).

2.2.3.4 Leakage class

a) Leakage class as per ANSI FCI 70.2 shall be specified in the purchaser's data sheet
for each control valve. Where no leakage class is specified, the same shall be
considered as Class III for Top-bottom Guided valves and Class IV for all other type
of valves. Higher leakage class shall be provided wherever indicated in purchaser's
data sheet.

b) For control valves specified with Class VI leakage class, vendor shall select the soft
seat (elastomer) material suitable for the process conditions i.e., shut off pressure,
maximum temperature and process fluid.

2.2.3.5 Control valve experiencing cavitation, flashing and noise are generally identified in the
purchaser's data sheet. Same must be offered without exception. In case in any valve,
vendor's calculation show occurrence of cavitation, flashing or noise under any of the
specified process condition, vendor shall select proper type of valve trim to suit such
process conditions even if the same is not explicitly specified in the Purchaser's data sheets.

2.2.3.6 Minimum acceptable materials of construction to be considered by vendor for valve


components are specified in Purchaser's datasheets.
However, alternate superior materials may be provided if they meet all process conditions
(operating, design, fluid properties, corrosion, etc), testing (ASME, API, radiography, etc)
and statutory requirements (ASME, API, IBR, NACE, etc) specified by purchaser.
Accordingly, the following alternate materials can be accepted: Body & bonnet: ASTM
A105, ASTM A 216 gr. WCB / WCC in place of carbon steel.

2.3 Sizing

2.3.1 The control valve capacities in terms of flow coefficient (Cv) shown in the purchaser's data
sheets have been calculated based on the formulae given in the standard ISA 75.01 "Control
valve sizing equations".

All factors used while arriving at the sizing are also as per ISA 75.01. Vendor must resize
the control valves considering various factors specific to the offered valves.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 277 of 335


STANDARD SPECIFICATION No.
don aft
: ENGINEERS STANDARD SPECIFICATION
51gaiiIIWZINTIV INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
Wien owerztaaaaral IA Gov* of WM Undenak.91
Page 14 of 23

2.3.2 Purchaser's data sheet indicates calculated flow co-efficient values at minimum, normal and •
maximum operating conditions. Vendor shall calculate this co-efficient as per the offered
control valve and select the size considering valve openings as under:

At maximum flow - less than 90% open

At normal flow - typically 75% open

At minimum flow - more than 10% open

2.3.3 Rangeability of globe type of valves shall be 30:1, as a minimum. Vendor shall ensure that
the actual rangeability of offered valves shall meet these requirements. For other types of
offered control valves, vendor to specify that the available rangeability of the offered valves
meet the requirements specified in the purchaser's data sheets.

2.3.4. Wherever butterfly valves are specified, these shall be high performance type with
maximum valve opening of 90°.

2.3.5. Vendor shall offer valves with standard Cv as per their catalogue. However in case it is
unavoidable due to percentage opening or any other technical sizing criteria to offer valve
Cvs which are not indicated in standard product catalogue, vendor shall ensure that capacity
test certificate is made available for the valves from independent test laboratory like FCRI,
etc. clearly indicating the capacity in terms of Cv values (as per ISA 75-01) and valves shall
be provided accordingly.

2.3.6 Vendor to note that wherever more than one case is specified in data sheet, vendor to size the
control valves for all cases and select the valve based on the governing case.

2.4 Noise

2.4.1 Vendor shall examine each control valve for noise generation possibilities. The noise level
shall be calculated as per ISA 75.17 or any other equivalent standard.

2.4.2 Noise generated by control valve during operation shall be limited to OSHA specified levels
i.e. the maximum allowable noise shall be less than 85 dBA, when measured at a distance
governed by ISA 75.17.

2.4.3 If the predicted noise level is found to exceed 85 dBA SPL, control valve shall be treated for
noise. Source treatment for noise shall be resorted to. When source treatment for noise is not
sufficient to reduce the noise level below 85 dBA, vendor shall provide path treatment like
diffuser plate (silencer) etc in addition to source treatment so as to reduce the level below
85dBA. Whenever additional path treatment is recommended, the maximum differential
pressure across the diffuser plate shall not exceed 40% of the specified differential pressure.
Where path treatment is required for noise, suitable baffle / diffuser plates shall be provided
installed within expander assembly with flanged ends.

2.4.4 Vendor shall also furnish noise calculations with and without the use of these devices and
the noise abatement achieved in individual components.

2.4.5 Whenever Diffuser plate is provided by the vendor as part of path treatment of noise,
Diffuser plate shall be inserted between control valve body and pipe flanges. Vendor shall
supply long studs and nuts along with a pair of gaskets on the downstream side with material
as per Annexure-1 and Annexure-2 attached with this specification.

In cases where the diffuser plate size is higher than the valve body size or there is a need of
multiple diffuser plates, vendor shall supply the complete diffuser assembly with eccentric

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 278 of 335


STANDARD SPECIFICATION No.
ENGINEERS STANDARD SPECIFICATION
ElfflegVW INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
...-eRtorecm7,000 IA Govt of India Undertak.9)
Page 15 of 23

expander and flanged end connections for mating with the upsiteain control valve flange and
downstream line size, unless otherwise specified in the Requisition.

2.5 Packing Box, Bonnet and Stem

2.5.1 Packing Box

2.5.1.1 The packing box shall be flanged bolted to the bonnet and shall meet the requirements
specifies in purchaser's data sheet.

2.5.1.2 Generally low friction type packing like braided PTFE will be used wherever operating
conditions permit. For high temperature application (with design temperature above 200°C),
Grafoil or equivcbalent gasket suitable for the specified service shall be selected. Asbestos
based packing material shall not be used.

2.5.1.3 Where specifically indicated, control valve shall have its packing box drilled and tapped to
1/4" NPT (F) for connecting external lubricator. When external lubricator is not provided,
this hole shall be plugged.

2.5.1.4 An isolating valve shall be provided with all valves having external lubrication provision.
Vendor shall specify the lubricator stick material used in each case.

2.5.1.5 Fugitive Emission Requirements

a) Unless otherwise specified, all Control valves shall comply with the following
performance class requirement as per ISO-15848-1:

Service Tightness Class Endurance Class Temperature Class


H2, H2S and All / AM CC1 t200 °C
Benzene
All other services CH / CM CC1 t200 °C

Type test certificates shall be provided by vendor with the offer clearly indicating the
extension of qualification to untested valves. All valves supplied by vendor shall fall
within this extended qualification criteria.

c) In case any valve supplied by vendor is not covered under the extended qualification
criteria of type test certificates, vendor shall test the valve as per ISO-15848-1, prove
compliance to performance class requirement as per clause 2.5.1.5 a), furnish the test
reports for purchaser's review as part of vendor document submission before
inspection and only then proceed for dispatching the valve to site.

Alternatively, Control valves with type test qualification as per API 624 are also
acceptable in place of Class CH / CM of ISO-15848-1.

2.5.1.6 For application in vacuum service, vendor to provide inverted packing design suitable for
vacuum service. For pressure-cum-vacuum service, the control valve shall have dual packing
design suitable for the application and Fugitive emission requirement is not mandatory for
such application.

2.5.2 Bonnet

2.5.2.1 The bonnet shall be flanged bolted to the body. Threaded bonnets are not permitted.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 279 of 335


STANDARD SPECIFICATION No.
afaexift
- NEERS STANDARD SPECIFICATION
sige. twegw GA
ORR €92,1,R,
D
111300.1) (A Govt of India Undertaking)
FOR CONTROL VALVES 6-52-0031 Rev. 5
Page 16 of 23

2.5.22 Wherever the operating temperature of the fluid is above 200°C, extension or radiation
finned bonnet shall be provided. Vendor standard bonnet design shall also be acceptable if
these are suitable for higher temperatures.

2.5.2.3 For the operating temperature below 0°C, vendor shall provide extended bonnet design.
Vendor standard bonnet design shall also be acceptable if these are suitable for lower
temperatures. For valves in cryogenic application bonnet extension shall be as per BS-6364
as a minimum.

2.5.2.4 For valves with Bellow seal type bonnet, Vendor's standard proven design considering extra
gland packing with equivalent sealing characteristics for minimizing the leakage to the
external environment from the valve bonnet is also acceptable.

2.5.3 Stem

2.5.3.1 The stem surface finish shall be fine. Extra fine surface finish shall be provided wherever
the packing material is PTFE.

2.5.3.2 The stem/shaft shall be designed for the maximum thrust of the actuator without any
measurable deflection.

2.5.3.3 The valve stem/shaft shall be connected to the actuator stem/shaft by suitable arrangement to
avoid backlash problem.

2.6 Actuator

2.6.1 Pneumatic Actuator

2.6.1.1 Actuator shall be sized for the shut-off differential pressure indicated in purchaser's data
sheets. However, for 3-way type control valve, the actuator shall be sized for maximum
differential pressure, unless specifically indicated otherwise.

2.6.1.2 The actuator shall be designed to move the valve to the failure position specified in the
purchaser's data sheet. For failure position specified as 'fail-locked' (with Drift close or
Drift open), vendor shall provide fail-lock relays to meet the requirement.

2.6.1.3 Actuator casing shall be made of pressed steel or anodised aluminium. Non-metallic
actuator casings shall not be offered.

2.6.1.4 Springs shall be corrosion-resistant and shall be cadmium or nickel-plated. Alternately


vendor standard coating shall also be acceptable. These shall be of the enclosed type. The
compression of the springs shall be adjustable.

2.6.1.5 In general, an actuator operating range of 0.2-to 1.0 kg/cm2g is preferred. However when
vendor standard actuator model is not able to meet the specified shutoff pressure, higher
actuator operating range may be offered.

2.6.1.6 In general, spring opposed diaphragms type actuators shall be used. Only when this type of
actuator becomes extremely unwieldy, based on the data specified in the purchaser's
datasheet, should a piston and cylinder type of actuator be considered.

2.6.1.7 Whenever piston and cylinder actuator is considered, single acting spring return type shall be
used.

2.6.1.8 Whenever double acting springless type of actuator is specified in Purchaser's valve data
sheet or offered by the vendor, all accessories like pilot valves, booster relays, non-return
valve, pressure gauge, volume tank etc. shall be provided to ensure desired action on air
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 280 of 335


STANDARD SPECIFICATION No.
k39faq.A aft ENGINEERS STANDARD SPECIFICATION
Oge..e OfReZWIF INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
.efmfe,nfacItm) IA Govt of India Undertaking)
Page 17 of 23

failure*: Volume tank is not required when failure position in--Purchaser's data sheet is
specified as 'Fail lock' only.

2.6.1.9 Volume Tanks (Volume bottles / Air reservoirs), required for double acting springless type
actuator or where ever specified in Purchaser's valve data sheet shall be provided by vendor
with all required accessories including PG, PSV, NRV, etc. in 316 Stainless steel
construction as a minimum. The volume tank shall be sized at the minimum air supply
pressure for a minimum of three full strokes. Volume tanks shall be painted with same
colour as that of the corresponding actuator. The volume tanks when provided shall be free
standing equipment and not mounted on valve actuator. Volume tanks shall be of SS304
construction and shall be designed as per ASME Sec VIII Div. I with a design pressure of
10.5 Kg/cm2g with a minimum thickness of 6mm. Unless otherwise specified, vendor shall
supply minimum 10 m of interconnecting tubing between the Volume Bottles / Volume
tanks and actuator assembly. Volume bottle shall be tagged with the associated control valve
tag number by the vendor

2.6.1.10 For actuator casing design, vendor shall consider at least any one of the following:-

- Actuator casing shall be suitable for 1.5 times the maximum pneumatic operating pressure

- Actuator provided with upstream safety valve set at "Actuator Casing suitable pressure less
0.2 kg/sq.cm.g"

- Actuator provided with Positioner having Overpressure Limit feature and set for the
"Actuator Casing suitable pressure less 0.2 kg/sq.cm.g"

2.6.1.11 Valve stem position indicator shall be provided for every control valve. The position
indicator scale shalt be marked from 0 to 100% in steps of 10%.

2.6.1.12 In general, side-mounted hand-wheel shall be provided whenever specified in Purchaser's


data sheet. Hand-wheel shall provide manual control in both opening and closing directions
independent of spring action. Hand-wheels shall be of non-rising type suitable for accurate
valve positioning .The hand-wheel actuator shall be sized to provide the required thrust for
valve positioning with 178N force applied to the hand-wheel.

2.6.1.13 Actuator orientation shall be as per purchaser's requirements, in general. When, no


requirements are indicated by purchaser, vendor shall provide recommended actuator
orientation. It shall be possible to change this orientation at site for the offered valve-
actuator combination in case it is found necessary.

2.6.1.14 The failure position of valves shall be indicated in the data sheet, vendor to note that change
in failure position if intimated by Purchaser during review of engineering drawings in the
order execution phase shall not have any implication.

2.6.1.15 All the control valves shall be provided with rain protection for diaphragm vent ports. 1/4
inch SS tube formed to inverted U shape with necessary fitting shall be provided for this
purpose.

2.6.2 Actuator Sizing

2.6.2.1 Vendor shall be fully responsible for the sizing and selection of the correct actuator for the
specified control valve. Any change in actuator model number necessary to meet requisition
requirements after placement of order shall be taken care of by vendor without any price or
time implication. While sizing the actuator, vendor shall ensure that the actuator is able to
develop sufficient thrust to properly seat the control valve plug/disc at a pressure which is at
least 0.5 units less than the minimum air supply pressure specified in purchaser's datasheet
and the specified shut-off conditions.
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 281 of 335


STANDARD SPECIFICATION No.
laPkiel,eft - ENGINEERS STANDARD SPECIFICATION
Ogar fetiAeg yaw INDIA LIMI1ID
1.1121.1 (92,1012,1.3%.1)
IA Gert of k1Ai8 Undertaking)
FOR CONTROL VALVES 6-52-0031 Rev. 5
Page 18 of 23

2.6.2.2 While' sizing the actuator, vendor must ensure that the sizing factors indicated below are
fully complied. Higher sizing factor may be considered if found necessary by vendor.

a) For control valves with leakage class IV and below, the actuator shall be sized
considering actuator thrust at least 1.3 times the total force induced by shut-off
conditions specified in the data sheet and the force required to overcome packing
friction. Vendor shall utilize this factor as 1.5 in case the control valve is operating
between 80% to 90% or 10% to 20% in any of the specified conditions.

b) For control valves with leakage class V and above, the actuator shall be sized
considering actual thrust at least 1.5 times the total force induced by specified shut-
off conditions in the purchaser's data sheet and the force required to overcome
packing friction.

2.6.2.3 Vendor shall indicate the recommended actuator orientation. In addition other allowable
orientations shall also be provided along with the offer. The orientation of the actuator may
be changed after order during detail engineering. The vendor shall do the same without any
price or time implication.

2.7 Accessories

2.7.1 Positioners

2.7.1.1 Positioners shall be of force-balance type or smart digital type or fieldbus type as specified
in the purchaser's datasheet. They shall be direct acting, with an adjustable gain unless
otherwise specified.

2.7.1.2 The pneumatic positioner shalt be provided with an integral by-pass switch whenever the
operating range of the actuator is the same as that of the control signal.

2.7.1.3 Every positioner shall have two pressure gauges mounted on it, one each for air supply and
for positioner output to actuator. In addition, pneumatic positioner shall have a third
pressure gauge for control signal.

2.7.1.4 Pneumatic connections shall be 1/4" NPT (F) / Y2" NPT (F) as per vendor's requirement and
cable entry shall be 'A" NPTF. If connection for cable entry is different than that specified,
suitable adapters shall be provided.

2.7.1.5 Positioners shall be side-mounted on control valves and shall be Linkage-less / contact less
type. Alternatively positioners with SS linkages is also acceptable. Any applicable links shall
be of corrosion resistant Stainless steel linkages and with rugged brackets. All control valve
positioners shall have metallic casing.

2.7.1.6 All positioners in Electrical Gas Group IIC area as specified in Purchaser's datasheet shall
be dual certified. i.e certified intrinsically safe Ex' i' and Flameproof Ex'd'.

2.7.1.7 Valve position shall be available through HART/FF signal as a default. Additionally,
Positioners shall be provided with 4-20mA hardwired output signal for position transmission
if specifically indicated in Purchaser's data sheet.

2.7.1.8 The Software necessary for advance control valve diagnostics like seat ring condition, gland
packing condition, actuator leakage, device checks, maintenance etc. shall be supplied by
vendor. Any such diagnostic software related to Smart or fieldbus positioner shall be of
"plug-in" type and the software shall be easily integrated with Asset Management System
Platform of purchaser. These advance diagnostic software shall be of latest release or version
with advanced features

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 282 of 335


STANDARD SPECIFICATION No.
._19ia aft ENGINEERS STANDARD SPECIFICATION
elgenia5lesWINDIA UMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
Govt of Mot Unclertaktrop)
Page 19 of 23

2.7.1.9 Vendor shall also ensure that all electric & pneumatic entries 'td be suitably plugged before
dispatch to site and metallic plug shall be provided.

2.7.2 Smart type and fieldbus type positioners

2.7.2.1 Digital smart positioners or fieldbus type of positioners with diagnostic capabilities shall be
supplied whenever specified in the purchaser's data sheets. These shall meet the following
minimum requirements:

a) The positioner sensor and sensing mechanism shall be rugged and shall not be
affected by the line/valve vibration. The performance of the positioners shall be
immune to above vibration.

b) The positioner's output and input range shall be field adjustable without any
hardware modification. The output from the positioners shall be available for both
single acting as well as double acting actuator.

c) Each positioner shall be operable, configurable and accessible through HART


compatible hand held configurator/fieldbus configurator as applicable.

The positioner shall be a two-wire device, which shall operate on two-way digital
communication mode. All engineering, configuration, diagnostic and maintenance
related data shall be provided by the positioner.

e) The smart positioner shall provide HART protocol of latest version and shall be
capable of implementing commands from Instrument Asset Management System /
hand-held HART configurator.

f) Positioners with fieldbus output shall meet the following requirements:

i) All positioners must satisfy the requirements of the fieldbus registration


laboratory with applicable checkmark like FieldBus Foundation, Profibus
Nutzerorganisation e.v (PNO) or as specified in the purchaser's data sheets.

ii) All positioners shall have analog output (AO) and controller blocks (PID).

iii) All positioners must be interoperable and shall have valid interoperability
test clearance like ITK latest version for foundation fieldbus or equivalent
for profibus PA, as applicable.

iv) The fieldbus positioners shall support peer-to-peer communication with two
wire communicator and bus powered supply.

v) Fieldbus positioners as offered shall not be polarity sensitive.

vi) The fieldbus positioners in hazardous area shall be certified as per entity
concept or shall be FISCO approved as per the requirements specified in the
purchaser's specification.

vii) Internal software shall be configured by the vendor including the following
information:

-Serial Number

-Device tag (Tag No.)

-Process Description/service

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 283 of 335


STANDARD SPECIFICATION No.
fir ENGINEERS STANDARD SPECIFICATION
Og taieg®INDIA UNITED
(A Govt of NAN, Undeitaking)
FOR CONTROL VALVES 6-52-0031 Rev. 5
Page 20 of 23

viii) Positioners shall be capable of supporting incremental Device Description


(DD) for extra functionality and/or software revisions in Device memory.

g) The positioners shall be suitable to operate with commercially available asset


management software and shall support the following features, as a minimum:

i) It shall allow multi-master for configuration, calibration, diagnosis and


maintenance. The primary could be a host computer and secondary could
be a hand held communicator.

ii) It shall be capable of implementing universal commands. It shall be


possible to communicate all commands of commercially available asset
management system to/ from smart positioner.

The offered positioners shall meet the following performance characteristics: -

i) Overall control accuracy shall be better that ±0.5% of span.

ii) Repeatability shall be less than ± 0.25% of span.

iii) Hysteresis shall be less than ± 0.5% of span.

iv) Vendor shall supply the valve's operating signatures in the form of hard
copy and soft copy for each control valve supplied with smart positioners.
The necessary software for advanced control valve diagnostics like seat
ring condition, gland packing condition, actuator leakage etc. shall also be
included.

i) All positioners shall have metallic casing and cover either of stainless steel or of
anodized aluminium.

j) Fieldbus positioners shall support EDDL requirements as per IEC


61804/FDT/DTM requirements, as specified in job specifications.

k) Acceptance criteria for Performance/Calibration of Valves with Smart / FF


Positioners shall be 1% of span.

2.7.3 Electro-Pneumatic Converter

2.7.3.1 Electro-pneumatic converter shall be of electronic feedback type unless specified otherwise
and shall be yoke mounted.

2.7.3.2 It shall have an integral terminal housing. Electro pneumatic converter with flying leads
shall not be acceptable.

2.7.3.3 Unless otherwise mentioned, it shall be intrinsically safe.

2.7.3.4 Pneumatic connections shall be 1/4" NPT (F) / '/2" NPT (F) as per vendor requirement. The
electrical connections shall be 1/2" NPT (F). If they are different, suitable adapters shall be
provided.

2.7.3.5 The overall accuracy of the electro-pneumatic converter shall be better than ±0.3%.

2.7.3.6 Acceptance criteria for Performance/Calibration of Valves shall be 1.5% of span.

2.7.4 Air Filter Regulator

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 284 of 335


STANDARD SPECIFICATION No.
t3lfZk..itigift. ENGINEERS STANDARD SPECIFICATION
51gem kililegW INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
(W FAMIZMIJA11.1) in GoA of India Undefiaki(g)
Page 21 of 23

2.7.4.1 Vendor shall supply air filter regulator with each positioner complete with an integral output
gauge.

2.7.4.2 Air filter regulator shall be sized considering the air supply pressure and flow required to
meet requirements specified in the purchaser's data sheets.

2.7.4.3 Filter material shall be sintered bronze. Filter size shall be maximum 5 microns. However,
lower filter mesh size shall be considered to suit the electro pneumatic converter vendor's
requirement.

2.7.5 Valve Jacketing

2.7.5.1 The jacketed valves shall have steam inlet/outlet connections as flanged.

2.7.5.2 The valve end connections shall be one size higher than the normal valve connections for
jacketed valve.

2.7.6 Hand held configurator for Smart Instruments

Hand Held configurator shall be universal type and shall be able to communicate with all
make and models of smart instruments with HART output like transmitters, smart
positioners etc., and shall be capable of carrying out all engineering functions like
calibration, configuration and diagnostics. The hand held configurator shall be certified
intrinsically safe when used in hazardous area. Carrying case shall be supplied with each
configurator.

2.7.7 Fieldbus configuration :

The fieldbus configuration, whenever specified in datasheet, shall be provided with


hardware and software for configuration and maintenance of fieldbus devices and also to
perform diagnostics and troubleshooting of the fieldbus segments.

2.7.8 Battery charger

Both Fieldbus and HART configurations shall be supplied with battery charger for battery
charging. Unless otherwise specified, battery charger shall operate at 230V 50Hz supply.

2.7.9 Wherever solenoid valves have been asked for control valves in modulating service, the
control valves are for modulating cum shutdown application. For all such cases, solenoid
valve shall be installed between positioner output and actuator. The de-energisation of
solenoid valve shall bring the control valve to failure position by venting the actuator

2.8 Control valve accessories like Air Filter Regulators (AFR), Smart Positioners, Foundation
Fieldbus Positioners , Solenoid valves, Limit switches, handwheel, Pneumatic lock relay
etc. (Wherever applicable) shall be supplied in fully assembled conditions with minimum of
1/4" / 6.0mm or 8.0mm OD with 0.04"/ 1 mm wall thickness SS316L air tubing. Material for
mounting part/bracket shall be SS as minimum. Tube fittings shall be of flareless
compression type of SS316 material. The fitting/ ferrule hardness shall be in the range of
RB 85-90 so as to ensure a minimum difference of RB 5 to 10 between tube and fitting. The
ferrule shall also be made of stainless steel (SS 316). Tubing of higher size like '/2" /
12.0mm OD or higher, min 0.049"/ 1.2mm thick (if required) for proper actuation of
actuator / control valve shall be provided by vendor. Accessories like AFR shall be selected
to match the air tubing requirements.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 285 of 335


STANDARD SPECIFICATION No.
Ofazielift,ENGINEERS STANDARD SPECIFICATION
ligarMIERNEPleg W' INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
maw443.111..1) IA Govt India UndertakIng)
Page 22 of 23

2.9 Special Service Valves

All control valves in oxygen and chlorine service shall be thoroughly degreased using
reagents like trichloro-ethylene or carbon tetra-chloride. End connections shall be blinded /
plugged after this degreasing process in order to avoid entrance of grease and oil particles.

2.10 Finish

2.10.1 The body shall be painted as below:

Carbon steel body - Light grey (RAL -7035)


Alloy steel body - Canary yellow (RAL-1003)
Stainless steel body - Natural
Above 150°C Operating Temp. - Aluminium white (RAL — 9006)

Items like silencers, diffuser plate assemblies etc., shall be painted as per respective control
valve body requirements.

2.10.2 The actuator shall be painted as below:

Direct action (open on air failure including fail lock drift open) valves - Green (RAL-6024)
Reverse acting (close on air failure including fail lock drift close) valve- Red (RAL-3001)
Fail Lock / Fail Last (Stay-put on air failure) valve -Yellow(RAL-1004)

Items like air volume tanks etc., supplied as an accessory along with the actuators, shall be
painted as per corresponding actuator.

2.10.3 Valve Body, Actuator and accessory Paint colours complying to equivalent BIS Standard
IS-5 in place of specified RAL Codes mentioned above are also acceptable.

3.0 NAMEPLATE

Each control valve shall have a stainless steel nameplate attached firmly to it at a visible
place, furnishing the following information:

a) Tag number as per purchaser's data sheet.


b) Body and port sizes in inches.
c) Valve flow coefficient (Cv).
d) Stem travel in millimetres.
e) Action on air failure.
f) Spring range.
g) Air supply pressure.
h) Manufacturer's model number for the valve body, actuator and positioner.

4.0 INSPECTION AND TESTING

Purchaser reserves the right to inspect and witness testing at vendor's works as per
Inspection Test Plan. All these tests shall be completed by the vendor and test reports shall
be submitted to purchaser for scrutiny.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 286 of 335


STANDARD SPECIFICATION No.
daRq.Jel ENGINEERS STANDARD SPECIFICATION
Ogg kifilegNii,
1.11erf (924W,013,10.1)
INDIA LIMITED FOR CONTROL VALVES 6-52-0031 Rev. 5
(A Govt al India Undertaktng)
Page 23 of 23

5.0 SilIPPENIG

5.1 The control valve and its accessories shall be supplied pre-assembled and pre-tubed.

5.2 All threaded and flanged openings shall be suitably protected to prevent entry of foreign
material.

5.3 Valves with external lubricators shall be lubricated prior to shipment.

5.4 Valves in oxygen and chlorine service shall be packed separately along with a certificate
indicating 'CERTIFIED FOR OXYGEN / CHLORINE SERVICE', as applicable.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL — All rights reserved

Page 287 of 335


t3IfR eft
- ENGINEERS STUD-BOLTS AND NUTS Annexure 1 to
51'e.ff 16715tegW INDIA LIMITED MATERIAL REQUIREMENT STANDARD SPECIFICATION NO.
WW1 MAR M1J,19.1/ IA Govt of India Undertaking)
6-52-0031 Rev. 5
Page 1 of 1

Sr. No. Piping Classes Nut and Bolt Material

1 A1A, A2A, A5A, A6A, A7A, A8A, A9A, A-193 Gr. B7


A10A, Al 1A, A13A, A14A, A15A, A-194 Gr. 2H
AI9A, A20A, A32A, A33A, A1K, A6K,
AIM, A1N, B1A, B2A, B5A, B6A, B9A,
B13A, B18A, B19A, B32A, B1K, B6K,
B18K, B1M, B3M, B5M, BIN, B6N,
DIA, D2A, D5A, D18A, D1K, D18K,
D18P, E1A, E2A, E5A, E5E, F5A

2 A16A, B16A A-193 Gr. B7M


A-194 Gr. 2HM

3 A1B, MD, A4F, A4G, B1B, BID, B5D, A1-193 Gr. B16
B1E, B3F, B4F, B4G, D1B, D2B, DID, A-194 GR. 4
D2D, D5D, D5E, F2D

4 A2K, B2K, D2K A-320 Gr. B8 CL.2


A-194 Gr. 8

5 A4A; A1H, B4A, B1H, D4A, D1H A-320 Gr. L7


A-194 Gr. 4

6 A3Y A-307 Gr. B


A-563 Gr. B

7 A3A, A3K, A3Y, A4Y, J3A A-307 Gr. B


A-563 Gr. .B

8 A1Z, A4Z, A5Y, A5Z, J2A, J5A A-307 Gr. B (Galv)


A-563 Gr. B (Galv)

9 B4K, B5K A-193 Gr. B8 M C11


A-194 Gr. 8 MA

10 A32Y A-193 Gr. B (Galv)


A-194 Gr. 2H (Galv)

11 B3M, B4K, B5K, B5M A-453 Gr. 660 CL.A


A-453 Gr. 660 CL.A

Note : Bolts & Nuts material mentioned above is applicable for loose supply of nuts/bolts.

Format No. 8-00-0001-F1 Rev. 0 Copyrights EIL - All rights reserved

Page 288 of 335


dafi;k_it4 (ft ENGINEERS GASKETS MATERIAL Annexure 2 to
sl EfilegWff INDIA LIMITED REQUIREMENT STANDARD SPECIFICATION No.
(MK, 21WIAZ,C93,10.11 Govt of India Undertakm
6-52-0031 Rev 5
Page 1 of 1

Sr.
Piping Classes Gasket Material
No.
1 AlA, A75A, A9A, A10A, Al 1A, A13A, A14A„ Al9A, SP.WND SN:)16+GRAFIL+ I Ring
A1B, AID, A1H, A1K, AM, A4A, A4F, A4G, B1A,
B1H, B2A, B4A, B6A, B9A, B I3A, B18A, B19A, B32A,
B18K, D1A, D2A, DIH, D1K, D4A, D18A, D18K, D18P
2 B5M SP WND SS316H+ GRAFIL + I RING
3 A2K; B2K, D2K SP WND SS 316+GRAFIL+SS 316 I/O
RING
4 B 1N SP 'WND SS 316L+GRAFIL + I RING
5 B6N SP WND SS 316L + GRAFIL
6 A1Z, A3Y, A4Y, A4Z, J2A BUTYL RUBBER
'7 E1A, E2A, E5A, F5A SOFT IRON
8 E5E, F2D 5% CR, 0.5% MO
9 B4K, B5K SS 316H+GRAFIL+I RING SS 316 0 RING
10 A5Z BS 7531 GR X (PTFE JACKETED)
11 A5Y, A8A, A15A, A32Y, A33Y IS 2712 Gr. A/1
12 EOM SP WND SS 321-1=GRAFIL+I RING
13 AIN, A6K, A16A, B16A SP.WND SS316L+GRAFIL+ I Ring
14 A3A, A3K, A33A, J3A, J5A, A32A, A20A NON ASBESTOS BS 7531 GR X
15 A2A SP.WND SS316L+GRAFIL+ I Ring
16 B5A, D5A SP.WND SS316L+GRAFIL+ I Ring
17 A7A, till;, BID, B1E, B1K, B3F, B4F, B4G,B5D, DLB, SP WND SS 316 + GRAFIL + I RING
D1K, D2B, D1D, D2D, D5D, D5E
18 B6K, BIM SS 316 + GRAFIL

1. The gaskets material shall be applicable for loose supply of gaskets.

Format No. 8-00-0001-F1 Rev. 0 Copyrights EIL - All rights reserved

Page 289 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 1 of 7

कन्ट्रोल वाल्वों के ललए


निरीक्षण व परीक्षण योजिा

INSPECTION AND TEST PLAN


FOR
CONTROL VALVES

4 21.05.20 Revised and Reissued NP RS RKS SKS

3 20.09.13 Revised and Reissued MJ RS SCG DM

2 22.03.12 Revised and Reissued MJ GS AKC DM

1 09.05.08 Revised and Reissued


RB SKD SKP VC

0 09.12.02 Issued for implementation RG AKC AKB GRR

Standards Committee Standards Bureau


Rev. Prepared Checked Convenor Chairman
Date Purpose
No. by by
Approved by

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 290 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 2 of 7

Abbreviations
ASME : American Society of Mechanical Engineers IS : Intrinsic Safety
ATEX : Atmosphère Explosibles LPT : Liquid Penetrant Testing
BASEEFA : British Approval Service for Electrical Equipment in Mfr : Manufacturer
Flammable Atmospheres MTC : Material Test Certificates
CEIL : Certification Engineers International Limited MOC : Material of Construction
CIMFR : Central Institute of Mining & Fuel Research NABL : National Accreditation Board for Testing and
CSA : Canadian Standards Association Calibration Laboratories
Cv : Valve Flow Coefficient NDT : Non Destructive Testing
DGMS : Directorate General of Mines Safety NEMA : National Electrical Manufacturers Association
DP/DPT : Dye Penetrant Testing No. Number
EPC : Engineering Procurement Construction PESO : Petroleum Explosive Safety Organization
ERTL : Electronics Regional Test Laboratory PMI : Positive Material Identification
FCRI : Fluid Control Research Institute PO : Purchase Order
FF : Fieldbus Foundation PQR : Procedure Qualification Record
FISCO : Fieldbus Intrinsically Safe Concept PR : Purchase Requisition
FM : Factory Mutual PTB : Physikalisch-Technische Bundesanstalt
HART : Highway Addressable Remote Transducer PWHT : Post Weld Heat Treatment
IC : Inspection Certification QC : Quality Control
IEC : International Electrotechnical Commission RT : Radiography Test
IP : Ingress Protection SIL : Safety Integrity Level
I/P Converter : Current-to-Pneumatic Converter SOV : Solenoid Valves
IR : Insulation Resistance TC : Test Certificate
IRN : Inspection Release Note TPI or TPIA : Third Party Inspection Agency
ITP : Inspection and Test Plan UL : Underwriter’s Laboratories
Lab. : Third Party Laboratory VDR : Vendor Data Requirement
LCIE : Laboratorie Central Des Industries Electriques WPS : Welding Procedure Specification
WPQ : Welders Performance Qualification
Inspection Standards Committee

Convenor : Mr. R.K. Singh


Members : Mr. Rajesh Sinha Mr. Himangshu Pal Mr. Chandrashekhar
Mr. R. Muthuramalingam Mr. Avdhesh Agrawal Mr. Mahendra Mittal
Mr. Arupjyoti Saikia(Engg.)

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 291 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 3 of 7

1.0 SCOPE

This Inspection and Test Plan covers the minimum inspection and testing requirements for Control valve.

2.0 REFERENCE DOCUMENTS

PO/PR / Standards referred there in /Job specifications / Approved documents.

3.0 INSPECTION AND TEST REQUIREMENTS

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
1.0 Procedures -- -- -- -- -- --
Welding procedure Qualification for welds, WPS W (New)
1.1 WPS/PQR/WPQ overlays as applicable 100% PQR -- H R
WPQ (Existing)
2.0 Material Inspection

Incoming Material like


Forgings & Casting for
MTC /
Body/ Bonnet, Trim , Chemical & Mechanical Properties,
2.1 100% Lab.TC/ H H R
silencers, diffuser plates, Heat Treatment, Hardness as applicable.
Supplier’s TC.
Expanders, Reducers, Flanges
Fasteners etc. ( as applicable)

Accessories such as :
Positioners, I/P Converters, Supplier’s TC/
2.2 Solenoid Valves, Actuator, Make, Model no., functional check 100% Certificate of H R R
Limit Switches, Air Filter Compliance
Regulators etc.(as applicable)

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 292 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 4 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
3.0 In process Inspection
 DPT on Stellited/ Hardened Trim (as
Supplier’s
Machining, Stelliting of Trim applicable)
3.1 100% Internal Test -- H R
(As specified )  Hardness test on component/test coupon, as Records/Register
per supplier’s practice.

Valve Sub-Assembly (before Supplier’s


3.2 mounting Actuator, Hydrostatic Shell test as per ASME B16.34 100% Internal Test H R
Positioners,Tubing etc.) Reports

NDT reports /
 RT, DP/DPT/LPT
3.3 NDT , PWHT (as specified) 100% Mfr’s TC/ - H R
 PWHT
PWHT chart

4.0 Final Inspection


 Visual Check
 Dimensional Verification on
representative samples.
 Verify FF Tick Mark & Device
Description(DD) Version, as certified by
Fieldbus Foundation for Fieldbus positioners
RW
Final Inspection on  Hydrostatic Shell Test as per B16.34 / Body Inspection
4.1 100% - H (Note-4)
assembled Valve Mount Leak test at 1.1 times Cold working Witness Record
Pressure for leakage on gland packing
(provided Shell test is done as part of 3.2
above).
 Seat leak test.
 Pneumatic test at supply pressure

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 293 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 5 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
 Calibration of Valves (Stroke within +/- 1%
span for with Smart/FF positioners & 1.5% of
span with I/P Convertors)
 Functional check for Valve Failure position,
SOV, Limit Switch operation, as applicable
 Dynamic Response Test, if applicable
 Helium Leak Test, if applicable
 Verification of FF Check Mark on Fieldbus
type Positioners/Instruments.
 Verification of provision of spare
gaskets/packings for each valve and other
spares (as specified) with Certificate of
Conformity
Valve Capacity
Cv Test report from reputed Lab., in case
in terms of Valve
4.2 offered Valve Cv is not in the Catalog of the 100% Lab. TC - H R
Flow Coefficient(Cv)
Supplier.
(as applicable)
 For Electrically Hazardous Area :
a. Indigenous Items: Certificate from
CIMFR/ Karandikar Lab. / ERTL and
valid BIS License & corresponding valid
PESO Certificate for the requisite
Statutory
Hazardous Area Classification.
Submission of Approval
4.3 b. Imported items: Certificates from testing Prototype
certificates/document Certificates / - H R
agency like LCIE, BASEEFA, FM , UL, Type Test
PTB, CSA etc. for compliance to ATEX Certificates
or equivalent recognized standards &
corresponding Valid PESO Certificate for
the requisite Hazardous Area
Classification

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 294 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 6 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
c. For projects related to mining, approval
from DGMS-India required.
 Degree of protection certificate (IP) for
instrument housing.
 Fire Safe Certification of valve, Fire
Blanketing Certification, as applicable.
 Cryogenic Certification, if applicable
 SIL certification of valves and accessories, if
applicable
 Fugitive Emission Certification, if applicable
 IBR Form IIIC/ Provisional Certificate, if
applicable.
 Interoperability Certification of Fieldbus /
Profibus Type Instruments.
 FISCO/IS certification for Fieldbus type
Instruments.

5.0 Painting

 Cleaning for oxygen and chlorine services.


 Suitable protection to prevent entry of foreign
material.
5.1 Packing 100% Test Records - H -
 Lubrication for valves, which require external
lubrication.

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 295 of 335


STANDARD SPECIFICATION NO.
INSPECTION AND TEST PLAN
FOR 6-81-2031 Rev. 4
CONTROL VALVES
Page 7 of 7

SCOPE OF INSPECTION
SL QUANTUM
STAGE/ ACTIVITY CHARACTERISTICS RECORD SUB
NO. OF CHECK SUPPLIER EIL/TPIA
SUPPLIER
6.0 Documentation

 Review of Internal Test Reports, Supplier


6.1 Documentation and IC/IRN Type Test reports, MTC, Mfr’s TC etc. 100% Test Records / - H H
 Issuance of IC/ IRN IC/IRN

Final data folder /


Final Document submission Compilation of Inspection reports ,drawings, etc
6.2 100% Completeness - H H
(if applicable) as per VDR / PR
certificate

Legends: H- Hold (Do not proceed without approval, R- Review, RW-Random witness (As specified or 10 % - Samples must include minimum 1No. of each type), W-
Witness (Give due notice, work may proceed after scheduled date).

NOTES :-
1. This document describes the generic test requirements. Any additional test or inspection scope if specified in contract documents shall also be applicable. (Unless
otherwise agreed upon).
2. Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
3. For EPC jobs, Scope of Inspection shall be under TPIA only, unless specified otherwise.
4. Dimensional Check for all Valves of rating 12”-2500# and above, shall be witnessed during Inspection.

Format No. 8-00-0001-F7 Rev. 0


Copyright EIL – All rights reserved

Page 296 of 335


Page 297 of 335
SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 2 of 7

Abbreviations:

ISO - International Organization for Standardization


MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
QMS - Quality Management System

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 298 of 335


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 3 of 7

CONTENTS

Clause Title Page


No.
1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 QUALITY MANAGEMENT SYSTEM – GENERAL .............................................................. 4
5.0 QUALITY SYSTEM REQUIREMENTS ................................................................................... 4
6.0 AUDITS ...................................................................................................................................... 7
7.0 DOCUMENTATION REQUIREMENTS .................................................................................. 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 299 of 335


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 4 of 7

1.0 SCOPE

This specification establishes the Quality Management System requirements to be met by


BIDDER for following purpose:

 QMS requirements to be met by suppliers / contractors after award of work / during


contract execution.

2.0 DEFINITIONS

2.1 Bidder

For the purpose of this specification, the word “BIDDER” means the person(s), firm,
company or organization who is under the process of being contracted by EIL / Owner for
delivery of some products (including service). The word is considered synonymous to
supplier, contractor or vendor.

2.2 Project Quality Plan

Document tailored from Standard Quality Management System Manual of BIDDER,


specifying how the quality requirements of the project will be met.

2.3 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0002 Specification for Documentation Requirements from Contractors


6-78-0003 Specification for Documentation Requirements from Suppliers

4.0 QUALITY MANAGEMENT SYSTEM – GENERAL

Unless otherwise agreed with EIL / Owner, the BIDDER proposed quality system shall fully
satisfy all relevant requirements of ISO 9001 “Quality Management Systems –
Requirements.” Evidence of compliance shall be current certificate of quality system
registration to ISO 9001 or a recent compliance audit recommending registration from a
certification agency. The quality system shall provide the planned and systematic control of
all quality related activities for execution of contract. Implementation of the system shall be
in accordance with BIDDER’S Quality Manual and PROJECT specific Quality Plan.

5.0 QUALITY SYSTEM REQUIREMENTS

5.1 BIDDER shall prepare and submit for review / record, Project Quality Plan / Quality
Assurance Plan for contracted scope / job. The BIDDER’S Quality Plan shall address all of
the applicable elements of ISO 9001, identify responsible parties within BIDDER’S
organization, for the implementation / control of each area, reference the applicable
procedures used to control / assure each area, and verify the documents produced for each
area. The Project Quality Plan shall necessarily define control or make reference to the
relevant procedures, for design and engineering, purchase, documentation, record control,
bid evaluation, inspection, production / manufacturing, preservation, packaging and storage,
quality control at construction site, pre-commissioning, commissioning and handing over (as
applicable) in line with contract requirement and scope of work.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 300 of 335


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 5 of 7

5.2 BIDDER shall identify all specified or implied statutory and regulatory requirements and
communicate the same to all concerned in his organization and his sub contractor’s
organization for compliance.

5.3 BIDDER shall deploy competent and trained personnel for various activities for fulfillment
of PO / contract. BIDDER shall arrange adequate infrastructure and work environment to
ensure that the specification and quality of the deliverable are maintained.

5.4 BIDDER shall do the quality planning for all activities involved in delivery of order. The
quality planning shall cover as minimum the following:

 Resources
 Product / deliverable characteristics to be controlled.
 Process characteristics to ensure the identified product characteristics are realized
 Identification of any measurement requirements, acceptance criteria
 Records to be generated
 Need for any documented procedure

The quality planning shall result into the quality assurance plan, inspection and test plans
(ITPs) and job procedures for the project activities in the scope of bidder. These documents
shall be submitted to EIL / Owner for review / approval, before commencement of work.

5.5 Requirements for sub-ordering of outsourced items / sub-contracting / purchasing of services


specified in MR / contract / tender shall be adhered to. In general all outsourced items will be
from approved vendors of EIL. Wherever requirements are not specified, or approved sub
vendors do not exist, the sub-contractor shall establish and maintain a system for purchasing
/ sub-contracting to ensure that purchased product / service conforms to specified
requirements in concurrence with EIL / Owner. Criteria for selection of sub-contractor,
evaluation, re-evaluation, maintenance of purchasing data and verification of purchased
product (sub-contractor services), constitute important components of this requirement.

5.6 BIDDER shall plan and carry production and service provision under controlled conditions.
Controlled conditions shall include, as applicable

a) the availability of information that describes the characteristics of the product


b) the availability of work instructions
c) the use of suitable equipment
d) the availability and use of monitoring and measuring devices
e) the implementation of monitoring and measurement
f) the implementation of release, delivery and post-delivery activities

5.7 BIDDER shall validate any processes for production and service provision where resulting
output cannot be verified by subsequent monitoring and measurement. This includes any
process where deficiencies become apparent only after the product is in use or service has
been delivered.

5.8 BIDDER shall establish a system for identification and traceability of product / deliverable
throughout product realization. Product status with respect to inspection and testing
requirements shall be identified.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 301 of 335


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 6 of 7

5.9 BIDDER shall identify, verify, protect and safeguard EIL / Owner property (material /
document) provided for use or incorporation into the product. If any Owner / EIL property is
lost, damaged or otherwise found to be unsuitable for use, this shall be reported to the EIL /
Owner.

5.10 BIDDER shall ensure the conformity of product / deliverable during internal processing and
delivery to the intended destination. Requirements mentioned in the MR/ tender shall be
adhered to.

5.11 BIDDER shall establish system to ensure that inspection and testing activities are carried out
in line with requirements. Where necessary, measuring equipment shall be calibrated at
specified frequency, against national or international measurement standards; where no such
standard exists, the basis used for calibration shall be recorded. The measuring equipment
shall be protected from damage during handling, maintenance and storage.

5.12 BIDDER shall ensure effective monitoring, using suitable methods, of the processes
involved in production and other related processes for delivery of the scope of contract.

5.13 BIDDER shall monitor and measure the characteristics of the product / deliverable to verify
that product requirement has been met. The inspection (stage as well as final) by BIDDER
and EIL / Owner personnel shall be carried out strictly as per the approved ITPs or ITPs
forming part of the contract. Product release or service delivery shall not proceed until the
planned arrangements have been satisfactorily completed, unless otherwise approved by
relevant authority and where applicable by Owner / EIL.

5.14 BIDDER shall establish and maintain a documented procedure to ensure that the product
which does not conform to requirements is identified and controlled to prevent its unintended
use or delivery

5.15 All non-conformities (NCs) / deficiencies found by the BIDDER’S inspection / surveillance
staff shall be duly recorded, including their disposal action shall be recorded and resolved
suitably. Effective corrective actions shall be implemented by the BIDDER so that similar
NCs including deficiencies do not recur. The BIDDER shall take appropriate actions to
address the Risks and Opportunities in the project.

5.16 All deficiencies noticed and reported by EIL / Owner shall be analyzed by the BIDDER and
appropriate corrective actions shall be implemented. BIDDER shall intimate EIL / Owner of
all such corrective action implemented by him.

5.17 BIDDER should follow the standards, specifications and approved drawings. Concessions /
Deviations shall be allowed only in case of unavoidable circumstances. In such situations
Concession / deviation request must be made by the BIDDER through online system of EIL
eDMS. URL of EIL eDMS is http://edocx.eil.co.in/vportal.

5.18 BIDDER shall have documented procedure for control of documents.

5.19 All project records shall be carefully kept, maintained and protected for any damage or loss
until the project completion, then handed over to EIL / Owner as per contract requirement
(Refer Specification Nos. 6-78-0002 - Specification for Documentation Requirements from
Contractors and 6-78-0003 - Specification for Documentation Requirements from Suppliers),
or disposed as per relevant project procedure.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 302 of 335


SPECIFICATION FOR QUALITY STANDARD SPECIFICATION No.
MANAGEMENT SYSTEM 6-78-0001 Rev. 2
REQUIREMENTS FROM BIDDERS Page 7 of 7

6.0 AUDITS

BIDDER shall plan and carry out the QMS audit for the job. Quality audit programme shall
cover design, procurement, construction management and commissioning as applicable
including activities carried out by sub-vendors and sub-contractors. This shall be additional
to the certification body surveillance audits carried out under BIDDER’S own ISO 9001
certification scheme.

The audit programmes and audit reports shall be available with bidder for scrutiny by EIL /
Owner. EIL or Owner’s representative reserves the right to attend, as a witness, any audit
conducted during the execution of the WORKS.

In addition to above, EIL, Owner and third party appointed by EIL / Owner may also
perform Quality and Technical compliance audits. BIDDER shall provide assistance and
access to their systems and sub-contractor / vendor systems as required for this purpose.
Any deficiencies noted shall be immediately rectified by BIDDER.

7.0 DOCUMENTATION REQUIREMENTS

BIDDER shall submit following QMS documents immediately after award of work (Within
one week) for record / review by EIL / Owner/ TPIA, as applicable.

 Organization chart (for complete organization structure and for the project)
 Project Quality Plan / Quality Assurance Plan
 Job specific Inspection Test Plans, if not attached with PR
 Job Procedures
 Inspection / Test Formats

In addition to above QMS documents, following documentation shall be maintained by the


BIDDER for submission to EIL / Owner on demand at any point of time during execution of
the project.

 Quality Manual
 Certificate of approval for compliance to ISO: 9001 standard
 Procedure for Control of Non-conforming Product
 Procedure for Control of Documents
 Sample audit report of the QMS internal and external audits conducted during last one
year
 Customer satisfaction reports from at least 2 customers,
 Project QMS audit report
 Technical audit reports for the project
 Corrective action report on the audits

Documents as specified above are minimum requirements. BIDDER shall submit any other
document / data required for completion of the job as per EIL / Owner instructions.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 303 of 335


Page 304 of 335
SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 2 of 9

Abbreviations:

DCI - Document Control Index


eDMS - Electronic Document Management System
FOA - Fax of Acceptance
IC - Inspection Certificate
IRN - Inspection Release Note
ITP - Inspection and Test Plan
LOA - Letter of Acceptance
MR - Material Requisition
PO - Purchase Order
PR - Purchase Requisition
PVC - Polyvinyl Chloride
QAP - Quality Assurance Plan
QMS - Quality Management System
RPO - Regional Procurement Office
TPIA - Third Party Inspection Agency
URL - Universal Resource Locator
V-Portal- Vendor Portal

QMS Standards Committee

Convener: Mr. S.K. Badlani

Members: Mr. Sanjay Mazumdar (Engg.)


Mr. R.K. Singh (SCM)
Mr. B. Biswas (SCM)
Mr. Ravindra Kumar (Const.)
Mr. Vinod Kumar (CQA)
Mr. Swapnil Vaishnav (Projects)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 305 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 3 of 9

CONTENTS

Clause Title Page No.


1.0 SCOPE ........................................................................................................................................ 4
2.0 DEFINITIONS ............................................................................................................................ 4
3.0 REFERENCE DOCUMENTS .................................................................................................... 4
4.0 DOCUMENTATION REQUIREMENTS .................................................................................. 4

Attachments

Format for completeness of Final Documentation : Format No. 3-78-0004

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 306 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 4 of 9

1.0 SCOPE
This specification establishes the Documentation Requirements from Suppliers.
All documents / data against the PO / PR / MR shall be developed and submitted to EIL /
Owner by the suppliers for review / records, in line with this specification.

2.0 DEFINITIONS

2.1 Supplier

For the purpose of this specification, the word “SUPPLIER” means the person(s), firm,
company or organization who has entered into a contract with EIL / Owner for delivery of
some products (including service). The word is considered synonymous to bidder, contractor
or vendor.

2.2 Owner

Owner means the owner of the project for which services / products are being purchased and
includes their representatives, successors and assignees.

3.0 REFERENCE DOCUMENTS

6-78-0001 Specification for Quality Management System Requirements from


Bidders

4.0 DOCUMENTATION REQUIREMENTS

4.1 Order Acknowledgement and Assigning Project Manager

After placement of order, Supplier shall acknowledge order through V-Portal within 7 days
of receipt of FOA / PO. Supplier shall assign a Project Manager for that order though online
portal and provide requisite details. Project Manager details shall include e-mail address,
mailing address, mobile/telephone nos., fax nos. and name of Project Manager. All the
system generated emails pertaining to that order shall be sent to the assigned Project
Manager.

4.2 Documents / Data to be submitted by the Supplier

4.2.1 The Supplier shall submit the documents and data against the PO / PR / MR as per the list
given in respective PO / PR / MR.

4.2.2 Review of the supplier drawings / documents by EIL would be only to review the
compatibility with basic designs and concepts and in no way absolve the supplier of his
responsibility / contractual obligation to comply with PR requirements, applicable codes,
specifications and statutory rules / regulations. Any error / deficiency noticed during any
stage of manufacturing / execution / inspection/ installation shall be promptly corrected by
the supplier without any time and cost implications, irrespective of comments on the same
were received from EIL during the drawing review stage or not.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 307 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 5 of 9

4.2.3 Unless otherwise specified, submission of documents for Review / Records shall commence
as follows from the date of Fax of Intent / Letter of Intent / Fax of Acceptance (FOA) / Letter
of Acceptance (LOA):
QMS - 1 week
Document Control Index - 2 weeks
Other Documents / Drawings - As per approved Document Control Index

4.2.4 Documents as specified in PO / PR / MR are minimum requirements. Supplier shall submit


any other document / data required for completion of the job as per EIL / Owner instructions.

4.3 Style and Formatting

4.3.1 All Documents shall be in ENGLISH language and in M.K.S System of units.

4.3.2 Before forwarding the drawings and documents, contractor shall ensure that the following
information are properly mentioned in each drawing:
Purchase Requisition Number
Name of Equipment / Package
Equipment / Package Tag No.
Name of Project
Client
Drawing / Document Title
Drawing / Document No.
Drawing / Document Revision No. and Date

4.4 Review and Approval of Documents by Supplier

4.4.1 The Drawing / Documents shall be reviewed, checked, approved and duly signed / stamped by
supplier before submission. Revision number shall be changed during submission of the
revised supplier documents and all revisions shall be highlighted by clouds. Whenever the
supplier require any sub-supplier drawings to be reviewed by EIL, the same shall be submitted
by the supplier duly reviewed, approved and stamped by the supplier. Direct submission of
sub-supplier’s drawings without contractor’s / suppliers’ approval shall not be entertained.
4.5 Document Category

4.5.1 Review Category

Following review codes shall be used for review of supplier Drawings / Documents:

Review Code 1 - No comments. Proceed with Manufacture /


Fabrication as per the document.
Review Code 2 - Proceed with Manufacture / Fabrication as per
commented document. Revised document
required.
Review Code 3 - Document does not conform to basic requirements as
marked. Resubmit for review.

R - Document is retained for Records. Proceed with


Manufacturing / Fabrication as per PR / Tender
requirements.
V - Void

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 308 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 6 of 9

4.6 Methodology for Submission of Documents to EIL/Owner

4.6.1 Document Control Index (DCI)

Supplier shall create and submit Document Control Index (DCI) for review based on PO / PR
/ MR along with schedule date of submission of each drawing / document on EIL Vendor
Portal. The DCI shall be specific with regard to drawing / document no. and the exact title.
Proper sequencing of the drawings / documents should be ensured in schedule date of
submission.

4.6.2 Submission of Drawings / Documents / Data


Drawings / documents, data and DCI shall be uploaded on the EIL Vendor Portal as per
approved DCI. The detailed guidelines for uploading documents on EIL Vendor Portal are
available on following URL
http://edocx.eil.co.in/vportal

4.6.3 Statutory Approvals

Wherever approval by any statutory body is required to be taken by Supplier, the Supplier shall
submit copy of approval by the authority to EIL.

4.6.4 Manufacturing Schedule

Supplier shall prepare manufacturing schedule for the order, with key milestone activities (such
as document submission, sub ordering, manufacturing, Inspection, dispatches, etc) to meet
delivery as per FOA / PO terms. Supplier shall submit manufacturing schedule to concerned
Regional Procurement Office (RPO) of EIL / Owner for review within 2 weeks from date of
FOA / PO.

4.6.5 Schedule and Progress Reporting

Supplier shall submit monthly progress (MPR) report and updated procurement, engineering,
manufacturing status, Inspection and dispatch status (schedule vs. actual) and highlight
constraints, if any, along with action plan for mitigation, to the concerned Regional
Procurement Office (RPO) of EIL / Owner by 1st week of every month., First MPR shall be
submitted within 2 weeks from FOA / LOA. In case of exigencies, EIL / Owner can ask for
report submission as required on weekly / fortnightly / adhoc basis depending upon supply
status and supplier shall furnish such reports promptly without any price implication. Format
for progress report shall be submitted by the Supplier during kick off meeting or within 2 weeks
of receiving FOA / LOA, whichever is earlier.

4.7 Inspection and Testing

4.7.1 Quality Assurance Plan / Inspection and Test Plan


If Inspection and test plans (ITP) are attached with MR / PR same shall be followed along with
additional tests requirement (if any) mentioned in MR/ PR. However for cases wherein EIL
Standard ITPs not available / have not been attached with MR / PR, Supplier shall submit
within one week of receiving FOA / LOA, the Quality Assurance Plan for inspection & testing
at various stages of production, quality control records for critical bought out items / materials
and site assembly & testing as may be applicable to the specific order and obtain approval from
concerned Regional procurement Office of EIL / third party inspection agency, as applicable.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 309 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 7 of 9

For Package equipment contracts, the supplier shall prepare a list of items / equipment and
their inspection categorization plan for all items included in the scope of supply immediately
after receipt of order and obtains approval for the same from EIL. The items shall be
categorized into different categories depending upon their criticality for the scope of inspection
of TPIA and / or EIL.

4.7.2 Inspection Requisition:

Supplier shall perform internal inspection as per ITP/ approved QAP at their works based on
approved documents / drawings. Upon satisfactory internal inspection, supplier shall raise
inspection call to concerned Regional Procurement Office (RPO) of EIL / TPIA / Owner with
advance notice as per contract along with Internal test reports.

All changes w.r.t. PR shall be recorded through agreed variations or Concessions & Deviations.
Conflict, if any, between PR / Job specifications and approved drawings, shall be brought to
the notice of EIL / owner by the supplier / contractor. Decision of EIL / owner will be binding
on the supplier and to be complied without time and cost implications.

Identified bought out items/ raw material shall be procured under TPIA as per ITP.

4.7.3 Inspection Release Note (IRN)/ Inspection Certificate (IC)

IRN / IC shall be issued by EIL Inspector / third party inspection agency on successful
inspection, review of test reports / certificates as per specifications & ITP / agreed quality plan
(as applicable) and only after all the drawings / documents as per DCI are submitted and are
accepted under review code-1 or code R. Supplier shall ensure that necessary documents /
manufacturing and test certificates are made available to EIL / TPIA as and when desired.

Note 1: Non fulfilling above requirement shall result into appropriate penalty or with- holding
of payment as per conditions of PO / PR / MR.

Note 2: For items where IRN/IC is issued by TPIA, supplier to ensure that following as a
minimum must be mentioned by TPIA in IRN / IC

a) PR document number
b) List of drawings / documents with EIL approval code
c) Tests witnessed, documents reviewed
d) Compliance statement by TPIA that product meets the requirement as specified in
EIL PR, standard specifications, Inspection Test Plan / QAP and approved
documents.

4.8 Transportation Plan


Transportation Plan for Over Dimensional Consignments (ODC), if any, shall be submitted
within 2 weeks of receiving FOA / LOA, for approval. Consignment with parameters greater
than following shall be considered as over dimensional.

Dimensions: 4 meters width x 4 meters height x 20 meters length

Weight : 32 MT

Dimensions and weight provided above are inclusive of all nozzles, attachments, transportation
saddles etc.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 310 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 8 of 9

Physical Rout survey for ODC movement shall be submitted to EIL within 8 weeks of
receiving FOA / LOA.

4.9 Dispatch Details


Upon receipt of IRN / IC from EIL inspector / TPIA, supplier shall dispatch items within 2
days. Supplier shall submit dispatch details to concerned RPO of EIL / Owner within a day of
dispatch. Dispatch details shall include Lorry Receipt (LR) number / Dispatch Number,
Transporter Name, Date of dispatch, Packing list, Invoice copy etc.
4.10 Final Documentation
4.10.1 Supplier shall prepare final documents in line with VDR (Vendor Document Requirements)
attached with PR/Tender. A copy of final document along with filled in Format for
Completeness of Final Documentation (Format No. 3-78-0004) to be submitted to EIL
Inspector / TPIA for review & approval within 2 weeks from dispatch. Upon receipt of
EIL/TPIA endorsement on Completeness of Final Documents, supplier shall submit soft / hard
copies of Final documents to EIL / Owner in requisite quantity as per PO / PR details, along
with covering letter. A copy of covering letter to be submitted to the concerned Regional
Procurement Office (RPO) of EIL/Owner.
4.10.2 As Built Drawings
Minor Shop changes made by Supplier after approval of drawings under ‘Code 1’ by EIL and
deviations granted through online system ,if any, shall be marked in hard copies of drawings
which shall then be stamped ‘As-built’ by the supplier. These ‘As-built’ drawings shall be
reviewed and stamped by EIL Inspector / TPIA. Supplier shall prepare scanned images files
of all marked – up ‘As – built’ drawings. Simultaneously Supplier shall incorporate the shop
changes in the native soft files of the drawings also.
4.10.3 Packing / Presentation of Final Documents
Final Documents shall be legible photocopies in A4, A3 size only. Drawings will be inserted
in plastic pockets (both sides transparent, sheet thickness minimum 0.1 mm) with an extra strip
of 12 mm wide for punching so that drawings are well placed.
Final Documentation shall be bound in Hard board Plastic folder(s) of size 265 mm x 315 mm
(101/2 inch x 121/2 inch) and shall not be more that 75 mm thick. It may be of several volumes
and each volume shall have a volume number, index of volumes and index of contents of that
particular volume. Where number of volumes are more, 90mm thickness can be used. Each
volume shall have top PVC sheet of minimum 0.15 mm thick duly fixed and pressed on folder
cover and will have 2 lever clip. In case of imported items documents, 4 lever clip shall also
be accepted. All four corners of folders shall be properly metal clamped. Indexing of contents
with page numbering must be incorporated by supplier. Spiral/Spico bound documents shall
not be acceptable. As mentioned above, books should be in hard board plastic folders with
sheets punched and having 2/4 lever clips arrangement.
Each volume shall contain on cover a Title Block indicating package Equipment Tag No. &
Name, PO / Purchase Requisition No., Name of Project and Name of Customer. Each volume
will have hard front cover and a reinforced spine to fit thickness of book. These spines will
also have the title printed on them. Title shall include also volume number (say 11 of 15) etc.
4.10.4 Submission of Soft Copies
Supplier shall submit to EIL, the scanned images files as well as the native files of drawings /
documents, along with proper index.
In addition to hard copies, Supplier shall submit soft copies of all the final drawings and
documents in pen drive or any other specified medium with proper identification tag, all text
documents prepared on computer, scanned images of all important documents (not available
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 311 of 335


SPECIFICATION FOR STANDARD SPECIFICATION No.
DOCUMENTATION
6-78-0003 Rev. 2
REQUIREMENTS FROM
SUPPLIERS Page 9 of 9

as soft files), all relevant catalogues, manuals available as soft files (editable copies of
drawings/text documents, while for catalogues / manuals / proprietary information and data,
PDF files can be furnished).
All the above documents shall also be uploaded on the EIL Vendor Portal and if applicable on
Client Server also.
4.10.5 Completeness of Final Documentation
Supplier shall get the completeness of final documentation verified by EIL / TPIA, as
applicable, and attach the Format for Completeness of Final Documentation (Format No. 3-78-
0004) duly signed by EIL Inspector or TPIA as applicable to the final document folder.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 312 of 335


COMPLETENESS OF FINAL
DOCUMENTATION
Page 1 of 2

COMPLETENESS OF FINAL DOCUMENTATION

Name of Supplier/Contractor :
Customer :
Project :
EIL’s Job No. :
Purchase Order No./ :
Contract No.

Purchase Requisition No./ :


Tender No. Rev. No. :

Name of the Work/ Equipment :

Tag. No. :
Supplier’s / Contractor’s Works :
Order No.

Certified that the Engineering Documents / Manufacturing & Test Certificates submitted by the
supplier (as per Index sheet mentioned in Annexure-1) are complete in accordance with the Vendor
Data Requirements of Purchase Requisition / Tender.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 313 of 335


COMPLETENESS OF FINAL
DOCUMENTATION
Page 2 of 2

Annexure-1

Final Documentation Index Sheet


PR/PO/Tender Rev. No.
No.

Serial No. Document Title Page/ No. of Pages


Folder No.

Signature : ………………………………. Signature : ……………………………….


Date : ………………………………. Date : ……………………………….
Name : …………………………….. Name : ……………………………..
Designation : ……………………………… Designation : ………………………………
Department : ……………………………… Department : ………………………………

Supplier / Contractor EIL / TPIA

Format No. 3-78-0004, Rev. 2/ 12.06.2020 Copyright EIL – All rights reserved

Page 314 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE B378-6-44-0016 Rev. 0
EXAMINATION REQUIREMENTS
OF PIPING Page 1 of 21

JOB SPECIFICATION FOR


NON DESTRUCTIVE EXAMINATION
REQUIREMENTS OF PIPING

0 31.08.2022 ISSUED AS JOB SPECIFICATION SD AAB PKA

Rev. Prepared Checked Approved


Date Purpose
No by by by

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 315 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 2 of 21

Abbreviations:

DP/LP : Dye/Liquid Penetrant

MP : Magnetic Particle

CS : Carbon Steel

AS : Alloy Steel

SS : Stainless Steel

ASTM : American Society for Testing & Materials

ASME : American Society of Mechanical Engineers

IBR : Indian Boiler Regulations

PMS: Piping Material Specification

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 316 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 3 of 21

CONTENTS

1.0 GENERAL………………………………………..……………………………………….4

2.0 VISUAL EXAMINATION ...…………………………..………………………………..4

3.0 NON DESTRUCTIVE EXAMINATION ……………...……………………..…………..6


.
4.0 TABLE-1 (with applicable Notes to Table-1)…..………………………………..…….… 7

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 317 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 4 of 21

1.0 GENERAL

1.1 Scope

This specification covers the general requirements for non destructive examination of
shop & field fabricated piping.

1.2 Related Codes & Engineering Standards

Referred codes / standards are as follows. Latest editions of the Codes/Standards referred
to shall be followed.

a) ASME Boiler & Pressure Vessel Codes, Section V & VIII (Div.1) including
addenda.

b) ASME B31.3

c) ASME B16.5

d) ASME B16.34

e) Standard Piping Material Specification, 6-44-0005

f) Welding Specification Charts for Piping Classes, 6-77-0005

g) Standard Specification for Fabrication & Erection of Piping 6-44-0012

h) ASTM E10

i) Welding Specification for Fabrication of Piping, 6-77-0001

j) Design Guide for Radiography Requirements, 8-77-0010

k) Indian Boiler Regulations (IBR)

2.0 VISUAL EXAMINATION

2.1 Weld shall be visually inspected wherever accessible in accordance with the following
requirements:

a) Internal misalignment 1.5 mm or less

b) Cracks or lack of fusion not permitted

c) Incomplete penetration Depth shall not exceed the lesser of 0.8mm or 0.2
times thickness of thinner component joined by
butt-weld. The total length of such imperfections
shall not exceed 38 mm in any 150 mm of weld
length.

d) Surface porosity and not permitted


exposed slag inclusions
(For nom. wall thickness
4.7 mm and less)

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 318 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 5 of 21

e) Concave root surface For single sided welded joints, concavity of the
root surface shall not reduce the total thickness
(Suck up) of joint, including reinforcement, to less than the
thickness of the thinner of the components being
joined.

f) Weld ripples irregularities 2.5 mm or less.

g) Lack of uniformity in bead 2.5 mm or less.


width

h) Lack of uniformity of leg 2.5 mm or less.


length

i) Unevenness of bead 2.0 mm or less.

j) Weld undercutting 0.8 mm or 1/4 thickness of thinner components


joined by butt weld, whichever is less. (shall be
smooth finished)

k) Overlap 1.5 mm or less

l) Bead deflection 2.5 mm or less

m) External weld reinforcement and internal weld protrusion (when backing rings are
not used) shall be fused with and shall merge smoothly into the component surfaces.
The height of the lesser projection of external weld reinforcement or internal weld
protrusion from the adjacent base material surface shall not exceed the following
limits:

Wall thickness of thinner Weld reinforcement or internal weld protrusion


component joined by butt (mm) max
weld (mm)

6.4 and under 1.6


Over 6.4 -12.7 3.2
Over 12.7 -25.4 4.0
Over 25.4 4.8

n) Throat thickness of fillet welds:

Nominal thickness of the thinner component x 0.7 or more.

o) Flattening

Flattening of a bend, as measured by difference between the nominal outside


diameter and minimum or maximum diameter at any cross section shall not exceed
5 % of the nominal outside diameter of pipe.

p) Reduction of wall thickness

Reduction of wall thickness of a bend, as measured by difference between the


nominal thickness and minimum thickness shall not exceed 10 % of the nominal
wall thickness of pipe.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 319 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 6 of 21

2.2 Welds having any of imperfections which exceed the limitations specified in various clauses
of 2.1 shall be repaired by welding, grinding or overlaying etc. Number of times of repair
welding for the same weld, however shall conform to applicable notes to Table 1- Note
6(b)b.5.

3.0 NON DESTRUCTIVE EXAMINATION

3.1 The type and extent of weld examination shall be in accordance with Table-1. All visual
and supplementary methods of girth weld examination shall be in accordance with ASME
B31.3 & the requirements of this standard specification.

3.2 Welds between dissimilar materials shall be examined by method & to the extent required
for the material having the more stringent examination.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 320 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 7 of 21

4. TABLE-1 (with applicable notes)

TABLE 1 : CLASS, TYPE & EXTENT OF WELD EXAMINATION

INSPECTION CLASS: I


INSPN. SERVICE MATERIAL P.NO. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH- FAB. FAB.
BUTT WELD MENT BRANCH WELDS
WELD (NOTE 2) WELD WELD OF
(NOTE 1) MITRES /
REDUC.

1 2 3 4 5 6 7 8 9 10 11 12 13

I CATEGORY 'D' CARBON 1 0 A3A, A39A,


FLUID STEEL TO J2A,
SERVICE 186 A4Y, A5Y
A93A
A95A A96A
150#
UPTO J88A
10.55 a)
AUSTENIC 8 - 29 A3K 100% 100% 100% 100% 100%
S.S. TO KG/CM2 VISUAL
186

HDPE --- - 20 A1Z, A4Z,


b)
TO A5Z. --- --- --- 5% 10%
LP (NOTE 4, 6,9,)
50
CPVC 65 A91S
CURPO 34 - 29
NICKEL TO
60

REMARKS FOR ABOVE TABLE :

1. LP TEST NOT APPLICABLE TO NON-METALLIC CLASSES.

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 321 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 8 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: II

INSPN. SERVICE MATERIAL P. TEMP. PRES APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C S. PIPING EXAMINATION
CLAS CLASS
S GIRTH SOCKET ATTACH FAB. FAB.
B16.5/ BUTT WELD -MENT BRANCH WELDS
B16.3 WELD (NOTE 2) WELD WELD OF
4 (NOTE 1) MITRES/
REDUC.

1 2 3 4 5 6 7 8 9 10 11 12 13

a) ALL SERVICES
COVERED UNDER CARBON 1 - 29 150# A1A, B1A, D1A
INSPECTION STEEL TO TO A6A, B6A,
CLASS-I, BUT, 427 600# A7A, A8A,
EXCEEDING A9A, B9A, D9A,
CATAGORY 'D' A11A, A13A,
PR./T EMP B13A, A15A,
LIMITATIONS. A20A, A32A,
A43A
b) ALL SERVICES A92A A94A
OTHER THAN A97A B43A
THOSE COVERED B49A
UNDER
INSPECTION
CLASS-I BUT a) 100% 100% 100% 100% 100%
NON-TOXIC, NOT VISUAL
SUBJECTED TO
SEVERE CYCLIC b)
CONDITIONS. RADIOGRAPHY 5% --- --- --- 20%
(NOTE 5,6)
c) TOXIC, NON-
LETHAL & LTCS -45 A4A, B4A, D4A c)
FLAMMABLE. TO MP / LP (NOTE --- 5% --- 5% 20%
204 A45A B41A 4,6,10,11)
d) FLAMMABLE /
NON FLAMMABLE d)
& TOXIC / NON- HARDNESS NOTE 7 NOTE 7 NOTE-7 NOTE-7 NOTE-7
TOXIC; NOT
SUBJECT TO -48 A41A A42A
SEVERE CYCLIC TO B42A
CONDITIONS 343 D42A

LTCS + H2 -45 B54A


TO
204

AUSTENITIC 8 -29 A1K, B1K,D1K,


STAINLESS TO A6K, B6K,
STEEL 500 A11K,
A1M, B1M,B3M,
A1N, B1N, B6N,

A26N A40K
A40M A41M
A43K A49K
D48K D85M

REMARKS FOR ABOVE TABLE:

1. EXTENT OF HARDNESS TEST FOR A11A, A45A IS 100%..

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

3. NOTE- 7 FOR HARDNESS IS NOT VALID FOR P. NO. 8.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 322 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 9 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: III

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

III FIRE WATER CARBON 1 - 29 150# A33A, A33Y, a)


100% 100% 100% 100% 100%
AND IBR STEEL (FIRE TO TO A91A VISUAL
SERVICES. WATER) 427 600#

b)
10% --- --- --- 50%
CARBON A2A, B2A, RADIOGRAPHY
STEEL (IBR) D2A. (NOTE 5,6)
B72A D72A

c)
--- 10% --- 10% ---
LP / MP (NOTE
4,6,11)

d)
NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
HARDNESS

REMARKS FOR ABOVE TABLE :

1. FOR IBR SERVICE A2A, B2A, B72A, D72A & D2A NOTE- 8 IS ALSO APPLICABLE.

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

3. FOR A33A, A91A & A33Y FIRE WATER SERVICE, NOTE-12 IS ALSO APPLICABLE.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 323 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 10 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: III (CONTD.)



INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34
GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

III ALL GENERAL C - 0.5 Mo


(CONTD) SERVICES STEEL. 3
EXCEPT THOSE 0.5 Cr - 0.5 Mo
SUBJECT TO STEEL
SEVERE
CYCLIC 1 TO 3 Cr Mo. 4,5A ABOVE 150#
B1D, D1D
CONDITIONS. -29 TO
STEEL. B1E a) 100% 100% 100% 100% 100%
600#
A81D VISUAL
B76D
b)
RADIOGRAPHY 20% --- --- --- 50%
(NOTE 5,6)

c)
LP / MP (NOTE --- 20% --- 20% ---
1 TO 3 Cr Mo. B71D 4,6,11)
STEEL. (IBR)
d)
HARDNESS NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
C - 0.5 Mo 3
STEEL (IBR).

1 - 3 Cr Mo 4,5A D2D D72D


STEEL (IBR)

REMARKS FOR ABOVE TABLE :

1. FOR IBR SERVICE B71D, D72D, D2D NOTE- 8 IS ALSO APPLICABLE.

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 324 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 11 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: III (CONTD.)



INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

III ALL GENERAL 3.5 Ni STEEL 9B - 80 150# 100% 100% 100% 100% 100%
a)
(CONTD) SERVICES TO TO
VISUAL
EXCEPT THOSE 120 600#
SUBJECT TO
b)
SEVERE 10% --- --- --- 50%
RADIOGRAPHY
CYCLIC
(NOTE 5,6)
CONDITIONS.
c)
--- 10% --- 10% ---
LP / MP (NOTE
4,6,10,11)

d)
NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
HARDNESS

REMARKS FOR ABOVE TABLE:

1. NOTE- 7 FOR HARDNESS IS NOT VALID FOR P. NO. 9B.

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 325 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 12 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: III (CONTD.)



INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

III ALL GENERAL ALUMINIUM 21 ALL 150#


(CONTD) SERVICES & TO
EXCEPT THOSE ALUMINIUM 25
SUBJECT TO BASE ALLOY a)
100% 100% 100% 100% 100%
SEVERE CYCLIC VISUAL
CONDITIONS. COPPER & 31
COPPER
BASE ALLOY
b)
20% --- --- --- 50%
RADIOGRAPHY
(NOTE 5,6)
ALUMINIUM 35
BRONZE

--- 20% --- 20% ---


c)
LP / MP (NOTE
OTHER NON --- 4,6,10,11)
FERROUS
ALLOYS

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 326 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 13 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: III (CONTD.)

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

III SPECIAL CARBON 1 ALL 150# A16A, B16A,


(CONTD) SERVICES STEEL TO D16A, a) 100% 100% 100% 100% 100%
(NACE, 600# A19A, B19A, VISUAL
CAUSTIC) D19A

b)
RADIOGRAPHY 20% --- --- --- 50%
(NOTE 5,6)

c)
CARBON 150# A5A, B5A LP / MP --- 20% 10% 20% ---
SPECIAL STEEL TO B52A (NOTE
SERVICES 300# 4,6,10,11,13)
( O, H)

AUSTENITIC 8 150# d) NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7


STAINLESS TO HARDNESS
STEEL 600#

SPECIAL
SERVICES
(NACE,
CAUSTIC)

REMARKS FOR ABOVE TABLE :

1. EXTENT OF HARDNESS TEST FOR CLASSES A5A, B5A, B52A, A16A, B16A, D16A, A19A, B19A & D19A IS 100%.

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 327 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 14 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: IV

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

150# B40A
IV SPECIAL 1 ALL
SERVICES
(LICENSOR
SPECIFIC) a)
100% 100% 100% 100% 100%
ALL SERVICES ABOVE E1A, F1A, VISUAL
OTHER THAN 600# E9A, F9A,
SPECIAL E19A, F19A b)
SERVICES (O,H) RADIOGRAPHY
100% --- --- --- 100%
(NOTE 5,6)

c)
LP / MP
--- 100% 10% 100% ---
(NOTE 4,6,10,11)

d)
CARBON E2A, F2A. NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
HARDNESS
STEEL (IBR)

REMARKS FOR ABOVE TABLE :

1. FOR IBR SERVICE E2A & F2A NOTE- 8 IS ALSO APPLICABLE.

2. EXTENT OF HARDNESS TEST FOR CLASSES E19A, F19A IS 100% .

3. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 328 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 15 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: IV (CONTD.)

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

IV ALL GENERAL C - 0.5 Mo 3 ALL ABOVE --


(CONTD) SERVICES. STEEL 600# a)
100% 100% 100% 100% 100%
VISUAL
5 Cr - 9 Cr Mo 5B 150# TO A4F, A4G, B3F,
STEEL 600# B4F, B4G.
b)
100% --- --- --- 100%
RADIOGRAPHY
(NOTE 5,6)
13 Cr (TYPE- 6 ALL --
410 SS)
c)
100% 100% 10% 100% 100%
KILLED 1 UPTO ABOVE -- LP / MP
CARBON - 45 600# (NOTE 4,6,10,11)
STEEL

1 TO 3 Cr, 4,5A, ALL F2D, d)


NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
9Cr-1Mo-V 15E F2G, G2G HARDNESS
STEEL (IBR)

REMARKS FOR ABOVE TABLE :

1. FOR IBR SERVICE F2D, F2G & G2G NOTE- 8 IS ALSO APPLICABLE..

2. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

3. FOR F2G & G2G, ALL WELDS FOR WHICH RADIOGRAPHY HAS BEEN DONE, SHALL ALSO BE SUBJECTED TO 100%
LP/MP EXAMINATION.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 329 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 16 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: IV (CONTD.)

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

SPECIAL CARBON 1 ALL ABOVE D5A, E5A, F5A


IV SERVICES (O, H) STEEL 300#
(CONTD) E52A
SERVICES 0.5 TO 9 CR 3, ALL ALL
SUBJECT TO Mo STEEL 4, --
SEVERE CYCLIC 5A,
CONDITIONS 5B
SPECIAL B5D, D5D,
SERVICES D5E, E5E a)
(NACE, O, H, 100% 100% 100% 100% 100%
VISUAL
CAUSTIC)
SERVICES 13 CR 6 --
SUBJECT TO STEEL b)
SEVERE CYCLIC (TYPE RADIOGRAPHY
CONDITIONS 410SS) 100% --- --- --- 100%
(NOTE 5,6)
SERVICES 3.5 NI 9B --
SUBJECT TO STEEL c)
SEVERE CYCLIC LP / MP
CONDITIONS. --- 100% 10% 100% ---
(NOTE
SPECIAL -- 4,6,10,11,13)
SERVICES
(NACE, O, H,
CAUSTIC) d)
SPECIAL NI ALLOYS 41, NOTE 7 NOTE 7 NOTE 7 NOTE 7 NOTE 7
-- HARDNESS
SERVICES 42,
(NACE, O, H, 43
CAUSTIC)
45 --

ALL SERVICES

REMARKS FOR ABOVE TABLE :

1. NOTE-7 FOR HARDNESS IS NOT VALID FOR P.NO.9B.

2. EXTENT OF HARDNESS TEST FOR CLASS D5A, E5A AND E52A AND F5A IS 100%.

3. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 330 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 17 of 21

TABLE 1: CLASS, TYPE & EXTENT OF WELD EXAMINATION (CONTD.)

INSPECTION CLASS: IV (CONTD.)

INSPN. SERVICE MATERIAL P. TEMP. PRESS. APPLICABLE TYPE OF TYPE OF WELD EXAMINED
CLASS (NOTE 3) NO. DEG.C CLASS PIPING EXAMINATION
B16.5/ CLASS
B16.34 GIRTH SOCKET ATTACH FAB. FAB.
BUTT WELD -MENT BRANCH WELDS
WELD (NOTE 2) WELD WELDS OF
(NOTE 1) MITRES /
REDUC.)

1 2 3 4 5 6 7 8 9 10 11 12 13

SERVICES AUSTENITIC
IV SUBJECT TO STAINLESS 8 ALL ALL --
(CONTD) SEVERE STEEL
CYCLIC
CONDITIONS.
LOW TEMP. BELOW 150# A2K, B2K,
SERVICE - 45 300# & D2K A42K
600# A72K B42K
B44K D72K
a)
B52K 100% 100% 100% 100%
VISUAL
100%
-48
b)
D42K 100% -- -- --
RADIOGRAPHY
(NOTE 5,6)
100%
GENERAL ALL ABOVE
SERVICES 600# F45K F84M c)
-- 100% 10% 100%
F87K LP / MP (NOTE
4,6,10,11)
HIGH TEMP. > 500 ALL B4K, B5K --
SERVICES
d)
- - - - -
HARDNESS
SPECIAL ALL ALL B5M
SERVICES (O,H,
LICENSOR B73M
SPECIFIC)

B83M

REMARKS FOR ABOVE TABLE :

1. MITRES & FABRICATED REDUCERS ARE PERMITTED ONLY IF SPECIFIED IN PMS.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 331 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 18 of 21

Applicable Notes to Table-1

1. Branch welds shall consist of the welds between the pipe & reinforcing element (if any),
nozzles & reinforcing element and the pipe & nozzle under the reinforcing element.
Reinforcing element to be interpreted as pads, saddles, weldolets, sockolets etc.

2. Seal welds of threaded joints shall be given the same examination as socket welds.

3. Unless specifically stated, all materials shall be for "Non-IBR" service.

4. Magnetic Particle & the Liquid Penetrant method of examination shall be in accordance
with Section V of the ASME Boiler and Pressure Vessel Code, Article VII and VI
respectively. The entire area of the accessible finished weld surface shall be examined.
Selected root runs, subject to a maximum of 10%, before finished weld, may also be
examined, at the discretion of the engineer-in-charge.

a) Wherever MP / LP testing is specified, either MP or LP test may be used. But


wherever only MP test is specified, LP method of examination may be used only if
MP examination is impracticable in the field as concurred by EIL site-in charge.

b) "Random 5%" of Liquid Penetrant / Magnetic Particle test shall mean testing, by
applicable test, one weld for each twenty welds or less made by the same welding
procedure. "Random 10%" shall mean testing, by applicable test, one weld for each
ten welds or less made by the same welding procedure. Similarly "Random 20%"
shall mean testing, by applicable test, one weld for each five welds or less made by
the same welding procedure. The welds to be examined in each designated lot shall
include the work product of each welder or welding operator whose welds are part
of the lot.

c) When Liquid Penetrant examination is specified, the surface shall be free of peened
discontinuities.

d) Inspection shall be performed in the welds excluding those for which radiography
has been done.

e) Girth weld, branch weld, attachment weld & socket weld of 3-1/2% Ni steel shall
be Liquid Penetrant tested only when welded with austenitic material where MP
test has been specified.

5. Radiography:

a) "Random 5%, 10% or 20% radiography" shall mean examining not less than one
from each 20 welds or less in case of "Random 5% radiography", not less than one
from each 10 welds or less in case of "Random 10% radiography", not less than one
from each five welds or less in case of "Random 20% radiography" made by the
same welding procedure. The welds to be examined in each designated lot shall
include the work product of each welder or welding operator whose welds are part
of the lot. Irrespective of percentage, no. of welds to be radiographed shall be
minimum 1. However first two welds made by each welder shall also be
radiographed in case of "Random radiography". Welds selected for examination
shall not include flange welds and shall be radiographed for their entire length.
However, where it is impossible or impracticable to examine the entire weld length
of field welds for either random or 100% radiography, and if the same impossibility
is agreeable to EIL site-in- charge, then a single 120 deg. exposure of the weld
length may be given a Magnetic Particle test or Liquid Penetrant test. However in

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 332 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 19 of 21

such cases for ferro-magnetic materials, only MP test shall be acceptable for classes
higher than 600#.

b) In-process examination shall not be substituted for any required radiographic


examination.

c) Number of radiographs per one circumferential weld shall be as per ASME Sec.V
Articles 2 and 22.

6. When radiography or other non destructive inspection is specified, acceptance criteria for
repairs or defects shall be as follows:

a) In case of 100% examination, any unacceptable weld shall be repaired and


reinspected.

b) If required random examination reveals a defect requiring repair, then:

b.1 Two additional examinations of same type shall be made of the same kind
of item (if welded joint, then by the same welding procedure and same
welder or welding operator).

b.2 If the group of items examined as required by b.1 above is acceptable, the
items requiring repair shall be repaired or replaced and reexamined as
required and all items represented by this additional examination shall be
accepted.

b.3 If any of the items examined as required by b.1 above reveals a defect
requiring repair, two further comparable items shall be examined for each
defective item found by examination.

b.4 If all the items examined as required by b.3 are acceptable, the items
requiring repair shall be repaired or replaced and reexamined as required,
and all items represented by this further examination shall be accepted.

b.5 Number of times repair welding could be done for the same weld before
acceptance shall be as follows:

Material No. of times repair welding is allowed

C.S. upto 300 # 3 or less

C.S. above 300 # 2 or less

Killed steel 2 or less

Low alloy steel 2 or less

Austenitic S.S. 2 or less

3.5 Ni steel 2 or less

Al & Al base alloy 2 or less

Cu & Cu base alloy 2 or less

Others 2 or less
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 333 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 20 of 21

b.6 Welds not found acceptable for allowed number of times of repair as per
b.5 above shall be replaced and reexamined.

b.7 If any of the items examined as required by b.4 above reveals a defect
requiring repair, all items represented by these examinations shall be either:

- repaired or replaced and reexamined as required.

- fully examined and repaired or replaced as necessary, and


reexamined as necessary.

7. Hardness Test:

a) Hardness test shall be in accordance with ASTM specification E10.


Hardness tests of the heat affected zone shall be made at a point as near as
practicable to the edge of the weld. One test per weld shall be performed.

b) Hardness test where specifically called out in Table-1 of this specification


or in PMS, shall be carried out irrespective of thickness and to the extent
(%age) as mentioned therein.

c) All welds which are given heat treatment shall be hardness tested. Hardness
test shall be performed after final heat treatment.

d) A minimum of 10% of welds, hot bends, and hot formed components in


each furnace heat treated batch and 100% of those which are locally heat
treated shall be hardness tested.

e) Hardness test requirement not covered in this specification shall be as per


Engineering Specifications.

f) The hardness limit applies to the weld and heat affected zone. Following
hardness values shall be maintained:

Base Metal Group Maximum


Hardness
(BHN/RC)

CS 238BHN/RC22

CS (NACE) , Caustic, 200BHN


Amine, H2

Cr Upto 2% 225BHN

Cr 2.25%-10% 241BHN

18/8 SS (NACE) RC22

g) In case hardness values are mentioned in both Welding Specification


Charts for Piping Classes, (6-77-0005) & table given in Note-7(f), the
lower of the two values shall be applicable.

8. For IBR service lines, following IBR requirements shall apply in addition to the notes 4, 5, 6,
7, 12 and Table 1. In case of conflict between above notes and these requirements, the more
Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 334 of 335


JOB SPECIFICATION STANDARD SPECIFICATION No.
FOR NON DESTRUCTIVE
B378-000-6-44-0016 Rev.0
EXAMINATION REQUIREMENTS
OF PIPING Page 21 of 21

stringent ones shall apply. IBR piping shall be erected of IBR inspector approved material and
construction procedure. Erected piping shall be hydrotested, inspected and approved by IBR
inspector.

a) Piping over 102 mm (4") bore:

10% of welds made by each welder on a pipeline with a minimum of two welds per
welder, selected at random, shall be subjected to radiography.

b) Piping 102 mm (4") bore and under, but not less than 38 mm (1-1/2") bore:

Two percent of welds made by each welder on a pipeline with a minimum of one weld
per welder, selected at random, shall be subjected to radiography or may be cut for
visual examination and tests.

c) Piping less than 38 mm (1.5") bore:

Special tests are not normally required but 2% of welds by each welder on a pipe line
may be cut out from the pipeline for the visual examination and bend tests.

d) Retests:

If any test specimen is unsatisfactory, two further weld specimens for retests shall be
selected from the production welds and subjected to tests. In the event of failure of any
retest specimens, the production welds carried out by this welder subsequent to the
previous test shall be given special consideration.

9. For fabricated fittings LP test shall be done on the final pass of welding only, in addition to
visual examination.

10. For mitres and fabricated reducers, LP / MP test shall be done on root pass in addition to
radiography applicable to circumferential joint of respective piping class.

11. For branch connections, LP/MP test shall be done on root pass and final pass.

12. 10% of the butt weld joints shall be radiographed, however, 50% of these butt weld joints shall
be field weld joints.

13. All joints including butt weld joints for A16A, B16A and D16A and any other NACE classes
shall be wet fluorescent magnetic particle tested. Percentage of wet fluorescent magnetic
particle testing of butt weld joints shall be 100% and this testing shall be in addition to
radiography.

14. For lined specs, testing (MP/LP/Radiography etc.) shall be performed before lining.

Format No. 8-00-0001-F1 Rev. 0 Copyright EIL – All rights reserved

Page 335 of 335

You might also like