Sei sulla pagina 1di 286

Click on the Document Title to go to that section of the document

Table of Contents
Document Number
A096-000-KA-MR5785-1233-RFQ
PRICE SCHEDULE
A096-S_C_C
A096-SIB
A096-000-KA-MR5785
A096-000-16-45-SI5785
A096-000-16-45TCL-5785
A096-000-16-45-DF5785
A096-000-16-45-CL5785
A096-000-16-45-SL5785
A096-000-16-45-SU5785
A096-000-16-45-SP5785
Piping Material
Specification - A1A
CLASS
A096-04-41-1421112-VRU
A096-142-04-DS1501
A096-000-16-45-DS5785
A096-000-16-45VDR-5785
A096-000-16-45-ER5785
A096-000-16-50-LL5785
A096-000-16-50-DS5785
A096-000-16-50-VR5785
6-51-0032
6-81-1032
6-81-2026
A096-000-16-51-SP011
A096-000-16-51-MD011
A096-000-00-CF-011
A096-000-16-51VDR-011
6-52-0026
6-78-0003
6-78-0001
A096-GCC_GOODS
A096-PMS_IMP
A096-PMS_IND

Rev.

Document Title

Page
Number
3

ENQUIRY DOCUMENT

A
3
6
A

PRICE SCHEDULE FORMATS (GLOBAL)


SPECIAL CONDITIONS OF CONTRACT
INSTRUCTIONS TO BIDDERS
ROTARY BLOWER (LOBE TYPE) ELECTRIC MOTOR DRIVEN

Special instructions to bidder

103

Technical compliance statement

105

DEVIATION FORMAT

106

108

Check list for Scope of Supply- Compressor Rotary Lobe Type (Air
Service) Package (Electric Motor driven), Item No. 142-KA-01
List of Mandatory Spare Parts- Compressor Rotary Screw
(Process Service) Package (Electric Motor driven).
Site & Utility Data- Compressor Rotary Lobe Type Package
(Electric Motor driven).
Job Specification for Compressor Rotary Lobe Type Package
(Electric Motor driven)
Piping Material Specification - A1A CLASS

Piping and Instrumentation diagram

133

Compressor Process Datasheet

134

136

Compressor Rotary Lobe Type (Air Service) Package, (Item No.#


142-KA-01) Mechanical Datasheet
VENDOR DATA REQUIREMENTS FOR LOBE TYPE BLOWER

Experience record proforma

147

CHECKLIST

151

M.V. MOTOR

152

VENDOR DATA REQUIREMENTS

154

4
2
2
0

Specification for medium voltage induction motors.


ITP for MV motors
ITP for pressure relief valves.
JOB SPECIFICATIONS

157
171
177
182

MISCELLANEOUS

194

0
0

COMPLIANCE STATEMENT
VENDOR DATA REQUIREMENTS

195
198

3
0
0
0
0
0

Std. specification for pressure relief valves.


Specification for Documentation Requirement from Suppliers
Specification for Quality Mgt. System Requirements from Bidders
GCC - GOODS
PACKING MARKING SHIPPING INSTRUCTIONS - IMP
PACKING MARKING SHIPPING INSTRUCTIONS - IND

202
210
222
231
256
267

A
A
A

Page 1 of 286

11
19
33
91

112
114
119
127

143

Table of Contents
Document Number
A096VEND_PER_EVA

Rev.
0

Page 2 of 286

Document Title
VENDOR PERFORMANCE EVALUATION

Page
Number
274

Regd. Office: Engineers India Bhawan, 1 Bhikaiji Cama Place,


New Delhi - 110 066, India.
TEL: NO. : 00 91 11 26762121: FAX NO. : 00 91 11 26167664 / 26191714
REQUEST FOR QUOTATION (RFQ)
RFQ No.: SM/A096-000-KA-MR-5785/1233
Date: 16.10.2013

The invitation of bid is open only to


suppliers to whom this RFQ is issued.

Client : GAIL (India) Limited


Project: Petrochemical Complex II at PATA, U.P
MR No. A096-000-KA-MR-5785 REV.A
Item : ROTARY BLOWER (LOBE TYPE) (CAT-II)
Due Date: Up to 1400 hrs. (IST) on 08.11.2013

NOT REQUIRED
PRE-BID MEETING:
BID SECURITY: Not Applicable
BIDDING DOCUMENT FEE: Not Applicable
UNPRICED BID OPENING: PUBLIC OPENING AT 1500 hrs. (IST) on 08.11.2013. at Engineers India Ltd.,1, Bhikaiji Cama Place, RK
Puram, New Delhi- 110066
PRICED BID OPENING : PUBLIC OPENING : DATE, TIME AND VENUE SHALL BE INTIMATED LATER
Gentlemen,
1.

Bids in hard copy are requested on behalf of our client M/s. GAIL (India) Limited, for the captioned item in total compliance to
technical specifications, scope and terms & conditions of enquiry documents/attachments. Your offer must be complete in all
respect and must contain confirmation/compliance to all points of enclosed commercial Agreed Terms & Conditions without
any deviations i.e. ZERO DEVIATION OFFER, failing which your offer will be liable for rejection. Please note that issuance of
technical and commercial queries is not envisaged and your offer may be evaluated based on input given therein. Hence prebid clarifications, if required may be sought from us immediately on receipt of this RFQ.

2.

Bidder can download the RFQ Documents from EILs website http://engineersindia.com . However, bidders have to submit
their bids only in hard copy as specified hereunder.
Bids should be submitted separately in three parts, in sealed envelopes pasted with corresponding cut-out slips enclosed.
Part-I: 05 (Five) Sets (1 Original + 4 Copies) of UNPRICED BID; complete with technical & commercial details including unpriced
copy of price schedule (i.e. identical to Part-II with prices blanked out and replaced by Quoted or Not Quoted). Each of these
five unpriced bids shall be completely identical in all respect. All Unpriced copies should be submitted in a sealed envelope and
pasted with the corresponding cut-out slip.
Part II: 02 (Two) Sets (1 Original + 1 Copy) of PRICED BID, containing price schedule only. All priced copies should be submitted
in a sealed envelope and pasted with corresponding cut-out slip.
Part III: Bidder is required to submit Power of Attorney. Original Power of Attorney should be submitted in a sealed envelope
and pasted with corresponding cut-out slip,
The three envelopes containing Part I ,II & III of bids respectively should be enclosed in a common large envelope duly sealed
and pasted with the corresponding CUT-OUT slip.
Also bidder shall ensure that the envelopes used are strong enough to withstand the weight and enroute handling by Postal
Departments, Courier Service etc.
In view of submission mode in Hard copies, all comments/instructions regarding submission of Bids through E-tendering
mentioned in the commercial documents are NOT APPLICABLE for this RFQ.
The word e-bids wherever appearing in the commercial document stands replaced with the words Bids in hard copy

3.

Bids complete in all respects should reach our office (Engineers India Limited, EI Bhawan, New Delhi as per the address
mentioned on cut-out slip) , on or before the BID-DUE DATE & TIME. Bids sent through Fax/E-mail will not be accepted.

Page 3 of 286

4.

Bids should be submitted in accordance with Clause 10 of the ITB except that integrity pact is not required to be submitted in
case of order value less than Rs.1 crore.

5.

Bid Security: Not Applicable

6.

The bidders are required to confirm whether the enterprise is a Micro/ Small/ Medium enterprises along with documents from
the appropriate authority. Accordingly bidder to furnish the confirmation as per attachment enclosed along with RFQ
documents from appropriate authority.

7.

Delivery/Completion Period for Supply:


Indian Bidders: Within 03 MONTHS on FOT Dispatch point basis from the date of Fax of Acceptance. The date of LR/GR
shall be the date of delivery.
Foreign Bidders: Within 02 MONTHS on FOB International Seaport of exit basis from the date of Fax of Acceptance. The
date of clear bill of lading shall be the date of delivery.
Payment Terms:
Indian bidders: The payment to Indian bidders shall be made in accordance with S.No. 1.1.1.2 a) for supply and 1.1.5 for
Transportation, of Annexure-I to Special Conditions of Contract (SCC).

8.

The payment for Supervision of Erection, Testing & Commissioning to Indian bidders shall be made in accordance with S.
No. 1.1.4 as per Annexure-I to Special Conditions of Contract (SCC).

Foreign bidders: The payment to Indian bidders shall be made in accordance with S.No. 1.2.1.2 a) of Annexure-I to
Special Conditions of Contract (SCC).
The payment for Supervision of Erection, Testing & Commissioning to Foreign bidders shall be made in accordance with S.
No. 1.2.4 as per Annexure-I to Special Conditions of Contract (SCC).

9.

THE OFFER SHOULD BE VALID FOR Three (3) MONTHS FROM FINAL BID DUE DATE.

10. Contact person for this RFQ :


Ms. Vivek Dixit, Sr. Engineer (C & P), Phone no. +91-(0)11-26762095
E-mail ID: vivek.dixit@eil.co.in
Ms. Sunita Mitra, AGM (C & P), Phone no. +91-(0)11-26762079
E-mail ID: s.mitra@eil.co.in
11. Bidder to carefully read and understand the Addendum to ITB for etendering, Ready Reckoner for Bidders before uploading
their bids in the GAILs eTendering website.
12. Bids submitted by consortium shall not be acceptable.
13. GAIL/EIL reserves the right to carry out capability assessment of the bidder including referral to in-house information.
14. GAIL/EIL will not be responsible or liable for cost incurred in preparation & delivery of bids, regardless of the conduct or
outcome of the bidding process.
15. In case the bidder is put on Holiday / Blacklisted by GAIL or Project management consultant (PMC) of GAIL or Black listed by any
government department / Public sector on due date of submission of bid, the bid of such bidder shall not be considered for
evaluation. If the documents were issued inadvertently / downloaded from website, offers issued by such bidders shall not be
considered for opening / evaluation / award of work.
16. We reserve the right to make any changes in the terms and conditions of purchase and/or to reject any or all the bids.
17. Net worth of the bidder should be positive as per the immediate preceding years audited financial results.

However, Public Sector Undertakings / Enterprises are exempted from this requirement. If the bidder is not
meeting the above criteria their bid shall not be evaluated further.
Bidders are therefore requested to furnish the Audited Financial Statement for the immediate preceding year
including Profit & Loss Account.
18. No claim Certificate is Annexed as Annexure I(c) to this RFQ document. Seller is required to furnish the same

along with the final invoice/bill. Payment against final bill shall be released only after sellers furnishing this
certificate duly filled in signed and stamped.
19.

Owner shall follow the Public procurement Policy on Procurement of goods and services from Micro
and Small Enterprises (MSEs) order 2012 as per attached Annexure-I(D) to this RFQ document.
Accordingly, the quantities against the items may be split, as applicable, to enable the splitting of item
Page 4 of 286

in terms of 20% and 80% between the MSEs and non-MSEs respectively. In that case, the quoted prices
against various items shall remain valid in case of splitting of quantities of the items as above.
This shall be in addition to the methodology for evaluation and award, stipulated elsewhere in the
document.
*Please specify RFQ No. SM/A096-000-KA-MR-5785/1233 in all correspondence
THIS IS NOT AN ORDER
Very truly yours,
For & on behalf of Client

(SUNITA MITRA)
AGM (C & P)
Engineers India Limited
Enclosures:
I - COMMERCIAL SECTION (SOFT COPY)

a.
b.
c.
d.
e.
f.
g.
h.
i.
j.

REQUEST FOR QUOTATION (RFQ) along with Acknowledgement letter, Proforma of Letter of Authority
for attending Pre-bid Meeting/Bid Opening, Format for No claim certificate / PROVISIONS FOR MICRO
AND SMALL ENTERPRISES UNDER (PPP), 2012/Cut-out slip
Addendum to ITB for etendering
Ready Reckoner for Bidders
Instructions to Bidders (ITB), Forms & Formats
Integrity Pact (to be submitted by bidder along with offer duly filled, signed and stamped)
Special Conditions of Contract & Annexure
General Conditions of Contract (Goods)
Packing, Marking, Shipping & Documentation & Special Packaging Requirements
Vendor performance evaluation criteria.
Price Schedule Formats

II - TECHNICAL SECTION (soft copy)


a.

Material Requisition No.: A096-000-KA-MR-5785 REV.A

Page 5 of 286

ANNEXURE-I(A)
(Proforma of Letter of Authority for attending Pre-Bid Meet/Bid Opening)

LETTER OF AUTHORITY
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING PRE-BID MEETING /UNPRICED/PRICED BIDS AND
SUBSEQUENT NEGOTIATIONS/CONFERENCES

No.

Date:

GAIL (India) Limited


GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,

RFQ No. :
Item

SM/A096-000-KA-MR-5785/1233

: ROTARY BLOWER (LOBE TYPE) (CAT-II)

Project : PETROCHEMICAL COMPLEX II AT PATA, U.P

We _____________________________________ hereby authorize following representative(s) to attend Pre-bid


meeting, Un-priced bid opening and Price bid opening and for any other correspondence and communication
against above Bidding Document:
Name & Designation _______________________ Signature _________________

Name & Designation _______________________ Signature _________________

We confirm that we shall be bound by all commitments made by aforementioned authorised representatives.
Yours faithfully,
Signature
Name & Designation
For and on behalf of
NOTES:
A. This letter of authority should be on the letterhead of the bidder and should be signed by a person
competent and having the power of attorney to bind the bidder.
B. Not more than two persons are permitted to attend techno commercial un-priced and price bid
opening.
C. Bidders authorized executive is required to carry a copy of this authority letter while attending the unpriced bid opening and price bid opening and submit the same to GAIL/EIL

Page 6 of 286

ANNEXURE-I(B)
NO CLAIM CERTIFICATE
We, ____________________, a company incorporated under the laws of ______________, having its
registered office at _____________________ and carrying on business under the name and style M/s
____________________ were awarded the contract / Purchase Order by GAIL (India) Ltd. In reference
to Tender No. /PO No. _________________________ dated __________.
After completion of the above said Work under the contract/PO, we have scrutinized all our claims,
contentions, disputes, issues with the project officials and we hereby confirm that after adjusting all
payments received by us against our RA. Bills, our balance entitlement under the contract/order is to a
sum of (Currency _________).____________________ 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
above said contract stands fully and finally settled.
We further confirm 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/seller

Dated:

Page 7 of 286

ANNEXURE-I(C)
PROVISIONS FOR MICRO AND SMALL ENTERPRISES UNDER (PPP), 2012
i)

In Tender, participating Micro and Small Enterprises quoting price within price brand 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 up to 20% 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 20%, 4% (20% of 20%) shall be from MSEs owned by SC/ST entrepreneurs. This
quota is to be transferred to other MSEs in case of non-availability of MSEs owned by SC/ST
entrepreneurs.

ii)

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

iii)

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

a)

Documentary evidence that the bidder is a Micro or Small Enterprises registered with District Industries
Centers or Khadi and Village Industries Commission or Khadi and Village Industries Board or Coir Board
or National Small Industries Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium Enterprises.

b)

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

c)

The above documents submitted by the bidder shall be duly certified by the Statutory Auditor of the
bidder or a practicing Chartered Accountant (not being an employee or a Director or not having any
interest in the bidders company/ firm) where audited accounts are not mandatory as per law.

iv)

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

v)

Being NSIC registrant, bidder shall not be exempted from submission of Contract Performance Bank
Guarantee (CPBG), as per Govt. guidelines published through Public Procurement Policy (PPP), 2012. Any
other provisions / exemptions available based on bidder being NSIC registrant indicated elsewhere in the
RFQ documents, shall stands replaced / modified to the extent of above provisions.

Page 8 of 286

UNPRICED OFFER
Client

: GAIL (INDIA) LIMITED

Project

: PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No.

: SM/A096-000-KA-MR-5785/1233

Item

: ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time

: Up to 1400 Hours (IST) on 08.11.2013

From :

To :
SUNITA MITRA AGM (C&P)
Engineers India Limited,
EI Annexe, 2nd Floor,

1, Bhikaiji Cama Place,


R.K. Puram
New Delhi 110066, India
(To be pasted on the outer envelope containing UNPRICED OFFER)- Part I
==============================================================

PRICE BID NOT TO BE OPENED


Client

: GAIL (INDIA) LIMITED

Project

: PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No.

: SM/A096-000-KA-MR-5785/1233

Item

: ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time

: Up to 1400 Hours (IST) on 08.11.2013

From :

To :
SUNITA MITRA AGM (C&P)
Engineers India Limited,
EI Annexe, 2nd Floor,

1, Bhikaiji Cama Place,


R.K. Puram
New Delhi 110066, India
(To be pasted on the outer envelope containing PRICED OFFER) (PART II)
==============================================================

Page 9 of 286

POWER OF ATTORNEY
Client

: GAIL (INDIA) LIMITED

Project

: PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No.

: SM/A096-000-KA-MR-5785/1233

Item

: ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time


From :

: Up to 1400 Hours (IST) on 08.11.2013


To :
SUNITA MITRA AGM (C&P)
Engineers India Limited,
EI Annexe, 2nd Floor,

1, Bhikaiji Cama Place,


R.K. Puram
New Delhi 110066, India
[To be pasted on the outer envelope containing Power of Attorney ) (PART III)
===========================================================

DO NOT OPEN - THIS IS A QUOTATION


Client

: GAIL (INDIA) LIMITED

Project

: PETROCHEMICAL COMPLEX II AT PATA, U.P

RFQ No.

: SM/A096-000-KA-MR-5785/1233

Item

: ROTARY BLOWER (LOBE TYPE) (CAT-II)

Due Date& Time


From :

: Up to 1400 Hours (IST) on 08.11.2013


To :
SUNITA MITRA AGM (C&P)
Engineers India Limited,
EI Annexe, 2nd Floor,

1, Bhikaiji Cama Place,


R.K. Puram
New Delhi 110066, India
(To be pasted on the envelope containing POWER OF ATTORNEY, PRICED & UNPRICED OFFER )

Page 10 of 286

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


PRICE SCHEDULE
(APPLICABLE FOR INDIAN BIDDERS)

Sr. No.

Tag No.

Item Description

Qty

01.00

AS PER MATERIAL REQUISITION

01.01 142-KA-01

SUPPLY OF VENT BLOWER AS PER MR SL NO.


01.01

02.00

SUPPLY OF MANDATORY SPARES AS PER MR

02.01

SUPPLY OF MANDATORY SPARES FOR S.No.


04.01 AS PER MR

03

FOT Despatch Point Price


Road Freight upto Project site
(INR) Currency
Total Amount
Total Amount

01 NOS.

01LOT
PRICE INCLUDED IN S NO. 1 ABOVE

Supply of two year operation and maintenance spares as per


LOT
vendor recommendation..
Supervision of erection, testing and commissioning for
PER DIEM
S.No.01.01 as per enclosed instruction to vendor as per MR.

04

FORMAT - A

PRICE TO BE FURNISHED SEPARATELY AS PER FORMAT-D1


RATES TO BE FURNISHED AS PER FORMAT-C

NOTES:
1.
2.
3.
4.
5.
6.

The complete bid is without alterations, interlineations or erasures, except as may be necessary to correct errors made by the bidder. In which case such
corrections are rewritten and initiated by the person or persons signing the bid.
Quoted prices are strictly in accordance with the terms and conditions as specified in Bidding Document. Bidder shall indicate Cenvatable + Ed. Cess,
Cenvatable Sevice Tax, UPVAT payable in the state of Uttar Pradesh and Central Sales Tax in Annexure I to Agreed Terms & Conditions.
Quoted prices for Supply are inclusive of commissioning spares, & Special Tools and tackles as required as per Material Requisition.
The quoted prices are inclusive for all documentation, inspection and testing requirements, as specified in the Material Requisition.
Prices are quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the Price Schedule Format.
Firm values for built- in CIF imported components and raw materials, if any, are indicated against each quoted item. Details of built- in CIF component have
been furnished as per Annexure III to Agreed Terms & Conditions (for Indian bidders).

Signature of Vendor
Page 11 of 286

Name / Seal of Vendor :


Page 1 of 8

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


INSTRUCTIONS:
1.
2.
3.
4.

Evaluation shall be done item-wise basis considering Price of blower, Price of Corresponding Mandatory Spares and 10 man days for
supervision for each blower, in-line with bidding document.
Road Freight quoted in this Price Schedule Format A shall govern.
Spare Parts for 2 years normal operation shall not be considered for comparison of prices.
Bidder shall indicate Q (for quoted) / NQ (for Not Quoted) and NA (for Not applicable) against respective item in all un-priced copies of the Price
Schedule.

Signature of Vendor
Page 12 of 286

Name / Seal of Vendor :


Page 2 of 8

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


PRICE SCHEDULE
(APPLICABLE FOR FOREIGN BIDDERS)

Sr. No.

Tag No.

Item Description

Qty

01.00

AS PER MATERIAL REQUISITION

01.01 142-KA-01

SUPPLY OF VENT BLOWER AS PER MR SL NO.


01.01

02.00

SUPPLY OF MANDATORY SPARES AS PER MR

02.01

SUPPLY OF MANDATORY SPARES FOR S.No.


04.01 AS PER MR

03

FOB SEAPORT OF EXIT PRICE


Sea Freight
(_____________) Currency
Total Amount
Total Amount

01 NOS.

01LOT

Supply of two year operation and maintenance spares as per


LOT
vendor recommendation..
Supervision of erection, testing and commissioning for PER
DIEM
S.No.01.01 as per enclosed instruction to vendor as per MR.

04

FORMAT-B

PRICE INCLUDED IN S NO. 1 ABOVE

PRICE TO BE FURNISHED SEPARATELY AS PER FORMAT-D2


RATES TO BE FURNISHED AS PER FORMAT-C

NOTES:
1.
2.
3.
4.

The complete bid is without alterations, interlineations or erasures, except as may be necessary to correct errors made by the bidder. In which case such
corrections are rewritten and initiated by the person or persons signing the bid.
Quoted prices for Supply are inclusive of commissioning spares, & Special Tools and tackles as applicable as per Material Requisition.
The quoted prices are inclusive for all documentation, inspection and testing requirements, as specified in the Material Requisition.
Prices are quoted strictly as per the Price Schedule Format made available herein without altering any of the contents of the Price Schedule Format.

Signature of Vendor
Page 13 of 286

Name / Seal of Vendor :


Page 3 of 8

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


INSTRUCTIONS:
1. Evaluation shall be done item-wise basis considering Price of blower, Price of Corresponding Mandatory Spares and 10 man days for
supervision for each compressor, in-line with bidding document.
2. Sea Freight quoted in this Price Schedule Format B shall govern.
3.
4.
5.

Spare Parts for 2 years normal operation shall not be considered for comparison of prices.
Bidder shall indicate Q (for quoted) / NQ (for Not Quoted) and NA (for Not applicable) against respective item in all un-priced copies of the Price
Schedule.
In case a Foreign bidder sources supplies from India, the details of such supplies shall be furnished in their bid along with details of Indian Company(s)
from where the same has been sourced. The prices for the same shall be quoted under Price Schedule Format-A, along with Agreed Terms & Conditions
for India Bidders (which shall be applicable for Indian sourced components), in addition to prices quoted under Format-B. In such a case Format-A shall be
marked with heading Additional supplies / Services. The same shall be considered as part of their equipment price as per Terms & Conditions specified
in the Instructions to Bidders.

Signature of Vendor
Page 14 of 286

Name / Seal of Vendor :


Page 4 of 8

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


FORMAT-C

TERMS & CONDITIONS FOR SUPERVISION OF ERECTION, TESTING &


COMMISSIONING
1) a.

Bidder shall quote only one per-diem rate applicable for days as specified in the bidding document,
irrespective of deployment of supervisors of different discipline.

1) b.

In case bidder intends to deploy both Indian (Resident) and Foreign (Expatriate) supervisors, the bidder
shall quote separate per-diem rate, one each for Indian (Resident) supervisor and Foreign (Expatriate)
supervisor. Also, the bidder shall specify the no. of man days required per package/train, separately for
Indian (Resident) & Foreign supervisors.

1) c.

Supervision charges for total man days as specified in bidding document will be taken for evaluation.
However, the same shall be payable extra at actuals based on no. of consumed man days duly certified
by site-in-charge.

1) d.

Per-diem rate for Indian (Resident) Supervisor shall be quoted in Indian Rupees or in US$ / Euro and for
Foreign Supervisor it shall be quoted in Home Currency/US$/EURO, subject to maximum of two
currencies in pursuant to clause no. 12 of ITB.

1) e.

Bidder shall quote per diem charges which shall include lodging, boarding, medical, all insurances
including Bidders personnel and third party insurance, income/corporate tax (as may be applicable) and
all other incidental charges but excluding service tax and to and fro Air/Rail fare. The Service Tax shall be
borne by owner and Local Travel shall be provided by owner.

2) a.

For Foreign (Expatriate)Supervisors : To & fro air fare by economy class through most economical
route preferably by Air India and by AC 2 Tier by Train/ by Air (Economy Class) within India upto GAIL
site, will be reimbursed at actuals.

2) b.

For Indian (Resident) Supervisors: To and fro Train fare by AC 2 tier/ by Air (Economy Class) for travel
to GAIL Site will be reimbursed at actuals.

3)

Per diem charges shall be payable from the day bidders person reaches site upto the day he leaves the
site. No payment will be made for travel days/period.

4)

Bidder will be responsible for all liabilities towards corporate tax, personal income tax etc. (except Service
Tax for their personnel deputed for the supervision job). Tax(s) as per Government policy, shall be
deducted at source by Purchaser while making payments against each invoice.

5)

Working hours prevailing at site, normally 8 hours/day - Monday through Saturday and holidays as
applicable to Purchasers site personnel shall apply.

6)

Vendors supervisory personnel shall observe/abide by site working conditions prevailing at the existing
site, safety codes, Indian laws and local laws.

7)

A notice period of 15 days will be given for mobilization of supervisory personnel for supervision of
erection, testing & commissioning.

8)

(i) Service rendered on Holiday shall be payable at the quoted per diem rate.
(ii) Overtime Charges shall be payable on pro-rata basis.

9)

Per-diem rate/rates quoted by the bidder shall be valid for the period of ONE YEAR after the DATE OF
ACTUAL DELIVERY.

10)

Per Diem rates for Supervision shall be filled in Annexure-I to Format-C attached herewith:

Signature of Vendor

Name / Seal of Vendor :


Page 5 of 8

Page 15 of 286

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


Annexure_I to Format-C

RATES FOR SUPERVISION OF ERECTION, TESTING & COMMISSIONING


S. No.

1.0

Description

Number of supervisory personnel


required per item / package
Per diem charges (per person) for 8
hours work on normal working days.
(Please specify currency )

2.0

3.0

Estimated time (number of days) for


deployment of supervisor.
Cenvatable Service Tax
(Foreign bidders refer Note-2 below)

4.0

Unit

For Indian
(Resident)
Supervisor

Nos.

Unit

For Foreign
(Expatriate)
Supervisor

Nos.

Currency

Currency

________

________

Nos.

Nos.

__________%

____________%

Note:
1. In case a bidder quotes more than one rate of supervision charges for discipline wise for Foreign & Indian
supervisors, the maximum rate quoted shall be considered for evaluation for the days specified in the
bidding document. However, payments shall be made based on actual man days consumed for respective
discipline for Indian & Foreign supervisors.
2. For Foreign bidders only

Bidder to clarify whether the bidder have establishment in India or not: ______

In case a foreign bidder has a establishment in India, bidder to furnish the rate of applicable
service tax.
Non Cenvatable Service tax, if any, are included in quoted prices.
Any errors of interpretation of applicability of taxes / duties by the Bidder shall be to Bidders
account.
In case a foreign bidder with no establishment in India, the service tax, as applicable, at the time
of evaluation, shall be added for price evaluation.

Signature of Vendor

Name / Seal of Vendor :


Page 6 of 8

Page 16 of 286

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


FORMAT-D1
(For 2 Years Spares of normal operation & maintenance)
(APPLICABLE FOR INDIAN BIDDERS)

S.No

Description

Two years operation and


maintenance spares as
per
manufacturer
recommendation.

Quantity
(No.)

Unit Price on
FOT dispatch
point basis
(__________)

Total Price on Road


FOT dispatch Freight (%)
point basis
(__________)

-----------%

NOTES:
i.
Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT
dispatch point basis as per this format only. Supplier shall quote freight charges upto Project
site. The prices for these spares shall be valid for 2 months over and above validity of the offer.
ii.
The price for spares for 2 year normal operation shall not be considered for evaluation and owner
reserves the right to select and order these spares.

Signature of Vendor

Name / Seal of Vendor :


Page 7 of 8

Page 17 of 286

RFQ No. SM/A096-000-KA-MR-5785/1233


Item: ROTARY BLOWER (LOBE TYPE)

Name of Bidder: ____________________________


FORMAT-D2
(For 2 Years Spares of normal operation & maintenance)
(APPLICABLE FOR FOREIGN BIDDERS)

S.No

Description

Two years operation and


maintenance spares as
per
manufacturer
recommendation.

Quantity
(No.)

Unit Price on
FOB port of
exit basis
(__________)

Total Price on Ocean


FOT FOB port Freight (%)
of exit basis
(__________)

-----------%

NOTES:
i.
Prices for spares for 2 year normal operation and maintenance shall be furnished on FOT
dispatch point basis as per this format only. Supplier shall quote freight charges upto Project
site. The prices for these spares shall be valid for 2 months over and above validity of the offer.
ii.
The price for spares for 2 year normal operation shall not be considered for evaluation and owner
reserves the right to select and order these spares.

Signature of Vendor

Name / Seal of Vendor :


Page 8 of 8

Page 18 of 286

SPECIAL CONDITIONS OF CONTRACT (SCC)

SCC (REV 2) (A096)


Page 19 of 286

Page 1 of 14

1.

DEFINITIONS

1.1.

In addition to meaning ascribed to certain capitalized terms in GCC - GOODS and GCC WORKS,
following initial capitalized terms shall have the meaning as ascribed to such term hereunder. In case
any term defined hereunder is also defined in GCC - GOODS and / or GCC WORKS, the
meaning ascribed to such term hereunder shall prevail:

1.1.1.

Definitions
Bidding / RFQ Documents shall mean documents issued to the bidder for submission of their bid.
Effective Date shall mean the date on which Contractor / Suppliers obligations will commence and
that will be date of Fax of Acceptance (FOA).
Warehouse / Dump yard / Dump site shall mean a place hired/owned by Owner for the purpose of
storing the material at Project site.

1.2.

Interpretations

1.2.1.

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 govern the provisions of the GCC Goods and / or GCC WORKS. SCC provisions
shall prevail to the extent of such repugnancy, or variations exist.

1.2.2.

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

1.2.3.

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 Agreement so far as it may be practicable to do so.

1.2.4.

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.

1.2.5.

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.

1.2.6.

Except the obligation of payment to Seller, Consultant may discharge all other Purchasers obligations.
In Bidding Documents at all such places where obligations are confined to Purchaser alone such
provision to read as Purchaser/Consultants obligation to the extent the context so means/ requires.

2.

SELLERS SCOPE
(GCC Goods/Works)

2.1.

Supply of Goods / Equipments as per MR

2.1.1.

Sellers scope shall include (a) manufacturing of items / goods / equipments as per Material
Requisition, technical specifications; (b) preparation of Quality Assurance / Quality control programme;
(c) obtaining Consultants approval; (d) arranging Inspection and Testing certification; (e) Inspection by
Purchasers/Consultant/Agency Designated by Purchaser and obtaining Inspection Release Note; (f)
obtaining dispatch clearance; (g) Packing; and (h) Loading on truck/trailer for Indian Bidder / loading on
ship at FOB Port of exit including stowing as applicable for foreign Bidder.

2.2.

Transportation of material upto Project site for Indian bidders and shipment of material upto port of
entry in India for Foreign bidders.

2.3.

Site work as per requirements specified in the Bidding document, wherever applicable. Terms &
Conditions for Site Work shall be as per General Conditions of Contract (Works).

2.4.

Site supervision for Erection & Commissioning as per requirements specified in the Bidding document,
wherever applicable.

2.5.

Training of owners / consultants person(s) at vendors works / project site, wherever applicable, as per
guidelines given in the material requisition. The prices for Training shall be included in the quoted
prices until and unless specifically asked for extra prices in price schedule formats.

SCC (REV 2) (A096)


Page 20 of 286

Page 2 of 14

2.6.

Any other specific requirement / activity though specifically not covered but is required as per scope of
work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of Bidding
Document.

3.

PACKING, MARKING AND SHIPMENT

3.1.

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

3.2.

Seller shall comply with the Packing, Marking and Shipping Instructions and Special Packaging
Requirement as per Attachment II of this Bidding Document.

4.

DELIVERY / COMPLETION SCHEDULE

4.1.

Delivery / Completion schedule shall be as specified in the RFQ.

4.2

Delivery period as detailed in Clause 4.1 of SCC, shall be the essence of Agreement and no
variation shall be permitted.

4.3

Failing to meet delivery schedule will be subject to Price Reduction and/or other remedies available
to the Purchaser in Bidding Documents.

4.3

Price Reduction Schedule (PRS) shall be applicable as per clause 15 below.

5.

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.

6.

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.

LIEN

7.1.

Seller shall ensure that the Scope of Supply supplied under the Agreement shall be 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 Purchaser or its authorised representative from such
disputes of title/liens, costs, consequences etc.

8.

RECOVERY OF CUSTOMS DUTY, EXCISE DUTY AND SALES TAX

8.1.

In case, the statutory variation entitles the Employer to recover the amount (irrespective of Contractual
Delivery) such amount will be recovered from any bill of the Contractor / Supplier, immediately on
enforcement of such variation, under intimation to the Contractor / Supplier.

9.

REJECTION

9.1.

Any materials/goods covered under scope of supply, which during the process of inspection by
appointed third party, at any stage of manufacture/fabrication and subsequent stages, prior to dispatch
is found not conforming to the requirements/specifications of the Purchase Requisition/Order, shall be
liable for immediate rejection.

9.2.

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 employer.

SCC (REV 2) (A096)


Page 21 of 286

Page 3 of 14

10.

LIMITATION OF LIABILITY

10.1.

Notwithstanding anything contrary contained herein, the aggregate total liability of Supplier under the
Contract or otherwise shall be limited to 100% of contract value. However, neither party shall be liable
to the other party for any indirect and consequential damages, loss of profits or loss of production.

11.

INSURANCE
AS PER GCC (GOODS/WORKS), AS APPLICABLE

12.

GOVERNING LAW

12.1.

Laws of India will govern the Agreement and Delhi courts will have exclusive jurisdiction on all matters
related to Agreement.

13.

EMPLOYERS RIGHTS AND REMEDIES

13.1.

Without prejudice to EMPLOYERs right and remedies under Agreement, if SUPPLIER fails to
commence delivery as per agreed schedule and/or in reasonable opinion of the EMPLOYER,
CONTRACTOR / SUPPLIER is not in a position to makeup the delay to meet the intended purpose,
the EMPLOYER may terminate the AGREEMENT in full or part at SUPPLIERs default and may get
supplies from other sources at SUPPLIERs risk and cost.

14.

GUARANTEE
AS PER GCC (GOODS/WORKS), AS APPLICABLE

15.
15.1

PRICE REDUCTION SCHEDULE (PRS)


In partial modification of provisions of General Conditions of Contract (Goods) and General
Conditions of Contract (Works), in the event of delay beyond the contractual completion date for
reasons not attributable to owner and not constituting conditions of force majeure, it will be at Owners
discretion, without prejudice to his other rights under the contract, to accept delayed completion, but
at the prices reduced by % (half percent) of total contract price per complete week of delay or part
thereof subject to a maximum of 5% (five percent) of total contract price.
In a supply contract, the portion of supply completed in all respect which can be used for commercial
operation shall not be considered for applying PRS, if delivered within contractual delivery period.
The remaining supplies which are completed beyond the contractual delivery period shall attract
price reduction schedule @ % of delayed order value maximum upto 5% of total order value.
Further, in case of delay in completion, the bidder shall calculate the applicable price reduction for
delayed completion and raise their invoices net of contract price.
The value referred in PRS Clause is excluding taxes & duties.

16.

TERMS AND MODE OF PAYMENT

16.1.

The terms and mode of payment shall be as per Annexure-I to SCC.

17.

REPEAT ORDER
As per Clause 40.1 of GCC (Goods).

18.

ORIGIN OF GOODS
(In partial modification to GCC)

SCC (REV 2) (A096)


Page 22 of 286

Page 4 of 14

18.1

A certificate issued by relevant Chamber of Commerce to this effect shall form part of shipping
documents.

19.

FALL CLAUSE
Fall Clause under Clause 38 of GAILs GCC Goods stand deleted.

20.

QUALITY ASSURANCE/QUALITY CONTROL

20.1.

The Bidder shall prepare a detailed quality assurance plan for the execution of Contract for various
facilities, which will be mutually discussed and agreed to.

20.2.

The Bidder shall establish document and maintain an effective quality assurance system outlined in
recognized codes.

20.3.

The Purchaser/Consultant, while agreeing to a quality assurance plan shall mark the stages where
they would like to witness the tests; review any or all stages of work at shop/site as deemed necessary
for quality assurance.

21.

PERFORMANCE EVALUATION

21.1.

The performance of Contractor / Supplier to whom the award is placed shall be evaluated right from
submission of bid till the final completion. Vendor Performance Evaluation Procedure as enclosed with
RFQ.

22.

POST ORDER CORRESPONDENCE


Details of persons for post order correspondence shall be intimated in the Purchase Order.

23.

SUBMISSION OF FALSE FORGED DOCUMENT & CONSENT LETTER:


a) Bidder is required to furnish the complete and correct information/documents required for
evaluation of their bids. If the information/documents forming basis of evaluation is found tobe
false/forged, the same shall be considered adequate ground for rejection of Bids and forfeiture
of Earnest Money Deposit (Bid Security).
b) Incase, the information/document furnished by the vendor/contractor forming basis of
evaluation of his bid is found to be false/forged after the award of the contract, GAIL shall have
full right to terminate the contract and get the remaining job executed at the risk & cost of such
vendor/contractor without any prejudice to other rights available to GAIL under the contract
such as forfeiture of CPBG/Security Deposit, withholding of payment etc .
c) Incase this issue of submission of false document comes to the notice after execution of work,
GAIL shall have full right to forfeit any amount due to the vendor/contractor along with forfeiture
of CPBG/Security Deposit furnished by the vendor/contractor.
d) Further, such bidder/vendor/contractor shall be put on Blacklist/Holiday List of GAIL debarring
them from future business with GAIL.

24.

DISPUTE RESOLUTION

24.1

Article no. 107 of GCC (Works) and Article no. 30 of GCC (Goods) stands modified to the following
extent:

24.1.1

GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with supplementary to
Part III of the Indian Arbitration and Conciliation Act 1996 for speedier, cost effective and
amicable settlement of disputes through conciliation. A copy of the said rules made available on
GAILs web site www.gailonline.com for reference. Unless otherwise specified, the matters where

SCC (REV 2) (A096)


Page 23 of 286

Page 5 of 14

decision of the Engineer-in-Charge is deemed to be final and binding as provided in the Agreement
and the issues/disputes which cannot be mutually resolved within a reasonable time, all disputes
shall be settled in accordance with the Conciliation Rules 2010.
24.1.2

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


under/out of/in connection with this contract shall be settled in accordance with the afore said rules .

24.1.3

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

24.1.4

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

24.1.5

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

24.1.6

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

24.1.7

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

24.1.8

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

24.2

SETTLEMENT OF DISPUTE BETWEEN CPSEs OR CPSEs & GOVERNMENT DEPARTMENTS:

24.2.1

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

SCC (REV 2) (A096)


Page 24 of 286

Page 6 of 14

ANNEXURE-I TO SCC

PAYMENT TERMS
The following shall be read in conjunction with Article 21 of GCC (Goods)

1.1
1.1.1

INDIAN SUPPLIERS
SUPPLY PORTION (OTHER THAN PACKAGE MRs)

1.1.1.1 Where the MR is only for supply of materials (without any site work) and there is no
Vendor Data Requirement (VDR) specified in the MR:
95% with taxes and duties will be paid progressively against submission of
dispatch documents to GAIL.
5% on receipt of material at site.
1.1.1.2

a)

Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement Other than Pumps, Compressors, Heat
Exchangers, Columns & Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
90% (95% in cases where drawing approval is not required) with taxes and duties
will be paid progressively against submission of dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition and
receipt of material at site.

b)

Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement For Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials against submission
of equivalent BG.
15% against receipt and identification of major raw materials/ components by EIL
nominated inspectors at Suppliers works against submission of equivalent BG.
65% with taxes and duties will be paid progressively against submission of
dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition and
receipt of material at site.
Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :
SCC (REV 2) (A096)
Page 25 of 286

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings

Page 7 of 14

1.1.1.3

a)

Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - Other than Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
80% pro-rata (85% in cases where drawing approval is not required) with taxes
and duties will be paid progressively against submission of dispatch documents to
GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on successful completion of Site Work and handing over of
goods/equipment to Purchaser.

b)

Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - For Pumps, Compressors, Heat Exchangers, Columns
&
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials (Plates and
Forgings/ Plates, Forgings and Tubes/ Castings and Drivers) against submission of
equivalent BG.
15% against receipt and identification of specified major raw materials/
components by EIL nominated inspectors at Suppliers works against submission
of equivalent BG.
55% with taxes and duties will be paid progressively against submission of
dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser
Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):

1.1.2

Columns and Vessels


Heat Exchangers
:

Plates and Forgings


Plates, Forgings and Tubes

Pumps/Compressors :

Castings / Forgings

SUPPLY PORTION (PACKAGE MRs)

SCC (REV 2) (A096)


Page 26 of 286

Page 8 of 14

1.1.2.1

Where the MR is for Packages (without site work) and calls for Vendor Data
Requirement:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials, as specified in Special
Instructions To Bidders (S.I.B), against submission of equivalent BG.
80% pro-rata (85% in cases where drawing approval is not required) with taxes and
duties will be paid progressively against submission of dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition and
receipt of material at site.

1.1.2.2 Where the MR is for Packages (with site work) and calls for Vendor Data requirement:
5% against approval of drawings at least in Code-2 and manufacturing schedule.
10% against placement of sub orders for major raw materials, as specified in Special
Instructions To Bidders (S.I.B), against submission of equivalent BG.
70% pro-rata (75% in cases where drawing approval is not required) with taxes and
duties will be paid progressively against submission of dispatch documents to GAIL.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser.
1.1.3

SITE WORK PORTION (ALL MRs)


90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser.

1.1.4

SUPERVISION OF ERECTION, TESTING & COMMISSIONING


100% against progressive monthly bills payable against submission of invoices and time
sheets certified by the Engineer-In-Charge.

1.1.5

1.1.6
1.1.7

TRANSPORTATION CHARGES
Transportation charges will be paid progressively within 30 days after receipt and
acceptance of material at Project Site.
Entry Tax/Octroi (if applicable), will be reimbursed at actual basis against submission of
documentary evidence.
TRAINING
100 % on successful completion of Training as per Purchase Requisition.

1.2

FOREIGN SUPPLIERS

SCC (REV 2) (A096)


Page 27 of 286

Page 9 of 14

1.2.1

SUPPLY PORTION (OTHER THAN PACKAGE MRs)

1.2.1.1 Where the MR is only for supply of materials (without any site work) and there is no
Vendor Data Requirement (VDR) specified in the MR:
100% including ocean freight (in case of CFR contract) will be paid progressively
through irrevocable LC against submission of shipping documents.
1.2.1.2 a)

Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement Other than Pumps, Compressors, Heat
Exchangers, Columns & Vessels:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
90% (95% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
Balance 5% against submission of required technical documentation as per
Purchase Order (PO) / Purchase Requisition (PR), through wire transfer.

b)

Where the MR is for supply of materials (without any site work) and calls for
Vendor Data Requirement For Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials against submission
of equivalent BG through Wire Transfer.
15% against receipt and identification of major raw materials/ components at
Suppliers works against equivalent BG through Wire Transfer.
65% of invoice value including ocean freight (in case of CFR contract) will be paid
progressively through irrevocable LC against submission of shipping documents.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, through
Wire Transfer.
Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :

SCC (REV 2) (A096)


Page 28 of 286

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings

Page 10 of 14

1.2.1.3

a)

Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - Other than Pumps, Compressors, Heat Exchangers,
Columns &
Vessels:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
80% (85% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
5% against submission of required technical documentation as per Purchase
Order (PO) / Purchase Requisition (PR), through wire transfer.
Balance 10% on successful completion of site work and handing over of
goods/equipment to Purchaser, through wire transfer.

b)

Where the MR is for supply of materials (with site work) and calls for Vendor
Data Requirement - For Pumps, Compressors, Heat Exchangers, Columns
&
Vessels:
5% against approval of drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials against submission
of equivalent BG through Wire Transfer.
15% against receipt and identification of major raw materials/ components at
Suppliers works against equivalent BG through Wire Transfer.
55% including ocean freight (in case of CFR contract) will be paid progressively
through irrevocable LC against submission of shipping documents.
5% on receipt of Final/As built Drawings/Documents/Data/Manual in requisite
number of copies/sets/CDs as per VDR specified in Purchase Requisition, through
wire transfer.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser, through wire transfer.
Major Raw Material for payment against placement of sub orders (if not specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings and Drivers

Major Raw Material for payment against receipt & identification of raw materials (if not
specified in MR):

Columns and Vessels


Heat Exchangers
:
Pumps/Compressors :

SCC (REV 2) (A096)


Page 29 of 286

Plates and Forgings


Plates, Forgings and Tubes
Castings / Forgings

Page 11 of 14

1.2.2

SUPPLY PORTION (PACKAGE MRs)

1.2.2.1 Where the MR is for Packages (without site work) and calls for Vendor Data
Requirement:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials as specified in
Special Instructions To Bidders (S.I.B), against submission of equivalent BG
through Wire Transfer.
80% (85% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
5% against receipt of Final/As Built Drawings/Document/Data/Manual in
requisite number of Copies/Sets/CDs as per VDR specified in Purchase Requisiton,
through Wire Transfer.
1.2.2.2 Where the MR is for Packages (with site work) and calls for Vendor Data requirement:
5% against approval of Drawings at least in Code-2 and manufacturing schedule
through Wire Transfer.
10% against placement of sub orders for major raw materials as specified in
Special Instructions To Bidders (S.I.B), against submission of equivalent BG
through Wire Transfer.
70% (75% in cases where drawing approval is not required) including ocean
freight (in case of CFR contract) will be paid progressively through irrevocable LC
against submission of shipping documents.
5% against receipt of Final/As Built Drawings/Document/Data/Manual in
requisite number of Copies/Sets/CDs as per VDR specified in Purchase Requisiton,
through Wire Transfer.
10% on successful completion of Site Work and handing over of
goods/equipment to Purchaser, through wire transfer.
1.2.3

SITE WORK PORTION (ALL MRs)


90% against monthly progressive bills (based on agreed billing schedule) duly
certified by Engineer-in-charge.
10% on successful completion of site work and handing over of goods/equipment
to Purchaser.

1.2.4

SUPERVISION OF ERECTION, TESTING & COMMISSIONING


100% against progressive monthly bills payable against submission of invoices and time
sheets certified by the Engineer-In-Charge.

1.2.5

TRAINING
100% through Wire Transfer on successful completion of Training as per Purchase
Requisition (PR).

SCC (REV 2) (A096)


Page 30 of 286

Page 12 of 14

NOTES
i.

Order value shall be as indicated in the Purchase Order.

ii.

Above applicable Payment Terms shall be subject to receipt of requisite


Performance Bank Guarantee / Security Deposit (applicable for order value above
Rupees 2 Lakh or Equivalent in Foreign Currency) for 10% of the order value
within 15 days from the date of FOA. This Contract - Cum Performance Bank
Guarantee shall be valid up to Guarantee period plus 3 Months.

iii.
a)
b)
c)
d)
e)
f)

Dispatch documents for Indian Bidders shall consist of the following :


Invoice in Triplicate
Inspection release note by Purchaser/Consultant.
LR/GR
Documents as specified in Vendor Data Requirement in MR (if any)
Packing List
Proof of customs clearance including payment of customs duty for imports
permitted in the Contract (if applicable)
g) Dispatch instructions/clearance by purchase/consultant .

iv.
a)
b)
c)
d)
e)
f)
g)
h)

v.

Shipping Documents for Foreign Bidders shall consist of the Following :


Invoice in triplicate
Inspection release note by Third Party Inspection Agency/Purchaser/Consultant.
Document as specified in Vendor Data Requirement in MR (if any)
Clean Bill of Lading.
Packing List
Documents pertaining to ocean freight (in case of CFR Contract)
Country of origin certificate
Dispatch instructions/ clearance by Purchaser/Consultant.
a) In case of indigenous suppliers, wherever taxes/duties/freight are separately
indicated, the order value shall be exclusive of taxes/duties/freight. 100%
payment of taxes/duties shall be released alongwith the payment released
against dispatch documents on receipt of cenvatable/vattable documents
(wherever applicable).

vi. The invoice shall be made after adjusting the following:


a) Price Reduction Schedule pursuant to GCC GOODS / WORKS and SCC Clause
15, if applicable.
b) Indian agents commission, if applicable.
vii.

Payment to indigenous suppliers shall be released either through Electronic


Clearing System (ECS)/ Electronic Fund Transfer (EFT)/ Real Gross Time
Settlement (RGTS) or through internet. In view of this, necessary details, such as
name of bank, bank account no. etc., duly attested by bidders bank must be
submitted along with the offer.

viii.

An irrevocable Letter of Credit (L/C) shall be established for payment against


shipping documents less Indian Agents Commission/Fee (as quoted by the
Foreign Bidder, if applicable) by Purchaser through an Indian Nationalized Bank
within 30 days of acceptance of award by the Seller and its furnishing requisite

SCC (REV 2) (A096)


Page 31 of 286

Page 13 of 14

Performance Bank Guarantee.

1.3

1.4

ix.

L/C opening charges payable to the L/C opening bank shall be borne by the
Purchaser. In case the Seller requires a confirmed L/C, the confirmation charges
shall be borne by the Seller. Any other charges not specified herein shall be on
Sellers account

x.

Payment to foreign suppliers against Site Work and Supervision/Training shall be


through wire transfer.

xi.

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.

xii.

All bank charges of respective bankers shall be to respective account.

xiii.

Within 45 days after award of order, the Bidder shall furnish a detailed Billing
schedule separately under different heads for Owners approval and the Bidder
shall raise his invoices accordingly. Such billing schedule shall also be
accompanied by their shipment/dispatch schedule.

xiv.

Sellers requiring multiple dispatches will restrict the number of dispatches to


maximum three, unless agreed otherwise by Project Manager.

xv.

All progressive advances to foreign as well as Indian supplier (except the advance
against drawing approval) shall be against equivalent bank guarantees which shall
be valid up to contractual delivery date plus three months.

xvi.

Other than the payment terms given above, no other advance payments shall be
payable.

xvii.

In case of a foreign bidder sources services or supplies within India, bidder to


note the following:

a)

Payment of Indian supplies / services shall be released directly to Indian subsupplier / sub-contractor against invoices duly certified by the Foreign supplier.

b)

Payment to Indian sub suppliers / sub-contractors shall be released through Epayment.

DEDUCTION AT SOURCE
i.

Purchaser will release the payment to the Seller after effecting deductions as per
applicable law in force.

ii.

Purchaser will release payments to the Contractor / Supplier after offsetting all
dues to the Purchaser payable by the Contractor / Supplier under the Contract.

PAYING AUTHORITY
i. Invoices shall be raised on
GAIL (India) Ltd, HOD (F&A)
GAIL Petrochemical complex-II project, Pata, Distt Auraiya (UP)
ii. Copy to GM (PC), GAIL (I) Ltd, New Delhi
iii. Payments shall be released from site office

SCC (REV 2) (A096)


Page 32 of 286

Page 14 of 14

INSTRUCTIONS TO BIDDERS (ITB) LIMITED (POA)

Page 1 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 33 of 286

INDEX

1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40.
41.
42.
43.
44.

SCOPE OF BID
ELIGIBLE BIDDERS
ONE BID PER BIDDER
COST OF BID DOCUMENT
SITE VISIT
CONTENT OF BID DOCUMENT
CLARIFICATION ON BID DOCUMENTS
AMENDMENT OF BID DOCUMENTS
LANGUAGE OF BID
DOCUMENTS COMPRISING THE BID
BID PRICES
BID CURRENCY
PERIOD OF VALIDITY OF BIDS
BID SECURITY
PRE-BID MEETING
FORMAT AND SIGNING OF BID
ZERO DEVIATION
E-PAYMENTS
AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES
SEALING AND MARKING OF BIDS
DEADLINE FOR SUBMISSION OF BID
LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE
MODIFICATION AND WITHDRAWAL OF BIDS
BID OPENING
PROCESS TO BE CONFIDENTIAL
CONTACTING THE EMPLOYER/CONSULTANT
EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS
PRICE BID OPENING
ARITHMETIC CORRECTIONS
CONVERSION TO SINGLE CURRENCY
EVALUATION AND COMPARISON OF BIDS
OTHER CRITICAL POINTS FOR EVALUATION OF OFFER
DEEMED EXPORT BENEFIT
AWARD OF WORK
QUANTITY VARIATION
EMPLOYER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID
NOTIFICATION OF AWARD
PERFORMANCE GUARANTEE
REPEAT ORDER
CORRUPT AND FRAUDULENT PRACTICES
WAIVER OR TRANSFER OF THE AGREEMENT
ORDER OF PRECEDENCE
REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS
REQUIREMENT OF PAN FOR FOREIGN SUPPLIERS

Page 2 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 34 of 286

INSTRUCTIONS TO BIDDERS (ITB) LIMITED (POA)


GENERAL
1.

SCOPE OF BID:

1.1.

The Employer/Purchaser/Owner/GAIL as defined in the General Conditions of Contract, hereinafter the


Employer wishes to receive bids as described in the Bid Documents.

1.2.

SCOPE OF BID: The scope of work shall be as defined in the bidding document.

1.3.

The successful bidder will be expected to complete the Scope of Bid within the period stated in special
conditions of contract.

1.4.

Throughout this bidding documents, the term bid and tender and their derivatives (bidder/tenderer,
Bid/tendered/tender, bidding/tendering, etc.) are synonymous, and day means calendar day.
Singular also means plural.

2.

ELIGIBLE BIDDERS:
Documents Establishing Bidders Qualification.

2.1
2.1.1

Bidder shall, as part of their bid, submit a written power of attorney authorizing the signatory of the bid
to commit the bidder.

2.1.2

Pursuant to qualification criteria specified in RFQ document (If applicable) the bidder shall furnish all
necessary supporting documentary evidence to establish the bidder(s) claim of meeting qualification
criteria.

2.1.3

The bidder shall furnish, as part of his bid, documents establishing the bidders eligibility to bid and his
qualifications to perform the contract if his bid is accepted.

2.1.4

The documentary evidence of the bidders qualifications to perform the contract if his bid is accepted,
shall establish to the OWNERS/CONSULTANTS satisfaction that, the bidder has the financial,
technical and production capacity necessary to perform the contract.

2.2

The invitation of bid is open only to the bidder to whom this enquiry is issued.

2.3

A bidder shall not be affiliated with a firm or entity:


(i.)
(ii.)

that has provided consulting services related to the work to the EMPLOYER during the
preparatory stages of the works or of the project of which the works form a part, or
that has been hired by the Employer as engineer/consultant for the contract.

2.4

The bidder shall not be under a declaration of ineligibility by EMPLOYER for corrupt or fraudulent
practices as defined in ITB clause no. 40.

2.4.1

The bidder is not put on Holiday / Blacklisted by GAIL or Project management consultant (PMC) of
GAIL or Black listed by any government department / Public sector on due date of submission of bid. If
the documents were issued inadvertently / downloaded from website, offers issued by such bidders
shall not be considered for opening / evaluation / award.

2.5

A job executed by a bidder for its own plant/projects cant be considered as experience for the purpose
of meeting requirement of BEC of the tender. However, jobs executed for Subsidiary/Fellow
subsidiary/Holding company will be considered as experience for the purpose of meeting BEC subject
to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder towards 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.

3.

ONE BID PER BIDDER

3.1.

A Bidder shall submit only one bid. A Bidder who submits or participates in more than one bid will cause
all the proposals in which the bidder has participated to be disqualified.

3.2.

Alternative priced bids are not acceptable. A bidder who submits alternative bids will cause all bids
alternative bids to be disqualified.

Page 3 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 35 of 286

4.

COST OF BIDDING

4.1.

The bidder shall bear all costs associated with the preparation and submission of the bid, and
EMPLOYER (GAIL)/ CONSULTANT (EIL), will in no case be responsible or liable for this cost,
regardless of the conduct or outcome of the bidding process.

5.

SITE VISIT

5.1.

The bidder is advised to visit and examine the site or / locations of warehouse and its surroundings and
obtain for itself, at its own responsibility, all the information that may be necessary for preparing the bid
and entering into the Contract. The cost of visiting the site shall be at the bidders own expense.

5.2.

The bidder or any of its personnel or agents will be granted permission by the Employer to enter upon
its premises and land for the purpose of such visits, but only upon the express condition that the bidder,
its personnel, and agents will indemnify the Employer and its personnel and agents from and against all
liabilities in respect thereof, and will be responsible for death or personal injury, loss of or damage to
property, and any other loss, damage, costs, and expenses incurred as a result of the inspection.
BIDDING DOCUMENT

6.

CONTENT OF BIDDING DOCUMENT

6.1.

The Bidding Documents hosted on GAIL and EIL Websites are as stated below and should be read in
conjunction with any addenda issued/hosted in accordance with clause 8 of ITB:
Volume I of II :Commercial
Volume II of II

:Technical Material Requisition.

6.2.

The bidder is expected to examine RFQ documents, e-bidding guidelines on GAIL website, all
instructions, form/formats, terms, specifications and drawings etc., enclosed in the Bidding Documents.
The RFQ together with all its attachment thereto, shall be considered to be read, understood and
accepted by the bidder. Failure to furnish all information required by the Bidding Document or
submission of a bid not substantially responsive to the Bidding Document in every respect will be at
bidders risk and may result in the rejection of the Bid.

7.

CLARIFICATION ON BIDDING DOCUMENT

7.1.

A prospective bidder requiring any information or clarification of the Bidding Document, may notify the
Employer/Consultant in writing by e-mail/fax/post at Consultants mailing address indicated in the
Bidding Document (Engineers India Ltd., Engineers India Bhawan, 1 Bhikaiji Cama Place, New Delhi
110066, India. Fax No. 0091 11 26167664 / 26191714). All question/ queries should be referred to
Consultant at least 04 (four) days before scheduled date of pre-bid meeting.

8.

AMENDMENT OF BIDDING DOCUMENT

8.1.

At any time prior to the deadline for submission of bids, the Employer/Consultant may, for any reason,
whether on its own requirement or in response to a clarification requested by prospective bidders,
modify the Bidding Documents by issuing addenda.

8.2.

Any addendum thus issued shall be part of the Bidding Document. The addendum will be hosted on the
GAIL
websites
http://www.gailtenders.in,
https://etender.gail.co.in
and
EIL
website
http://www.engineersindia.com and Govts website https://tenders.gov.in. All the prospective bidders
who have attended the pre-bid meeting or who have raised the queries against the bidding document
shall be informed by e-mail/Fax about the addendum for their reference. Bidders have to take into
consideration all the addendum(s) / corrigendum (s) / clarifications issued/ web hosted, before
submitting the bid.

8.3.

The Employer/Consultant may, at its discretion, extend the date of submission of Bids in order to allow
the bidders a reasonable time to furnish their most competitive bid taking into account the amendments
issued.
PREPARATION OF BID

9.

LANGUAGE OF BID

9.1.

The Bid prepared by the bidder, all correspondence/drawings and documents relating to the bid
exchanged by the bidder with the Employer/Consultant shall be in English Language alone provided
that any printed literature furnished by the bidder may be written in another language so long as
accompanied by an English translation, in which case, for the purpose of interpretation of the bid, the
English translation shall govern.
Page 4 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 36 of 286

9.2.

In the event of submission of any document/ certificate by the Bidder in a language other than English,
the English translation of the same duly authenticated by Chamber of Commerce of Bidders country
shall be submitted by the Bidder.

10.

DOCUMENTS COMPRISING THE BID

10.1.

The e-bid prepared by the bidder shall comprise the following:

10.2.

Techno-Commercial Un-priced Bid: PART-I

10.2.1 Part I: Techno-commercial/Un-priced Bid shall contain the following documents digitally signed by the
authorised person, which shall be uploaded in the Technical and Commercial folders separately, as
applicable.
a.
Covering letter.

10.3.

b.

Bidders General Details/information as per format F-1.

c.

Bid Form as per Form F-2.

d.

Letter of authority in original physical form in favour of any one of bidders executive having
authority to attend the un-priced and price bid opening on specified dates and venue as per
format F-3.

e.

Confirmation of no deviation as per Format F-4.

f.

Declaration as per Form F-5.

g.

Agreed Terms & Conditions (For Indian/Foreign Bidder as applicable) with its Annexure duly filled
in (Format F-6).

h.

Declaration for Enterprises Information with respect to the Micro, Small and Medium Enterprises
Development Act, 2006 - Format F-7.

i.

Certificate of Non-Involvement of Agent as per Format F-8, if there is no Agent / Consultant /


retainer / Associate is involved.

j.

Proforma for details of Indian Agents as per Format F-9 if Agent/Consultant/Retainer/ Associate
is involved.

k.

Proforma of Indeminty Bond as per Format F-12.

l.

Power of Attorney / Authorization in original physical form in favour of person (s) signing the bid
that such person (s) is/are authorised to sign the bid on behalf of the bidder and any
consequence resulting due to such signing shall be binding on the bidder.

m.

Price Schedule with prices blanked out mentioning Quoted / Not Quoted against each item
along with other details like rate of taxes and duties etc. considered.

n.

Any other information/ details required as per Bidding Document.

Price Bid : PART-II

10.3.1. Part II : Price Bid (to be uploaded in separate web folder Notes & Attachments)
10.3.1.1.

Part II shall contain Schedule of Prices duly filled in, e-signed on each page.

10.4.

Part III (Bid Security & EMD): Not Applicable

10.5.

Power of Attorney / Authorization letter & Integrity Pact: PART-IV


(In physical form with the scanned copy of same uploaded in e-bid)

10.5.1. Part- IV : Power of Attorney / Authorization letter & Integrity Pact


Part-IV shall contain one original set of Integrity Pact & Power of Attorney in separate sealed envelope.
11.

BID PRICES

11.1.

The bidder shall e-quote Bid Prices in the appropriate format of Price Schedule enclosed as part of
Bidding Document.

11.2.

Price quoted by the bidder, shall remain firm, fixed, and shall remain valid until completion of the
contract performance and will not be subject to any variation, except statutory variation pursuant to
relevant provisions in clause 11.6.9 & 11.6.10 of ITB. Any new taxes & duties, if imposed by Govt. of
India after the last date of bid submission but before the contractual delivery date, shall be reimbursed
Page 5 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 37 of 286

to the contractor on submission of documentary evidence for proof of payment to Govt. authorities and
after ascertaining its applicability with respect to the contract.
11.3.

The bidder shall e-quote the price for any item after careful analysis of cost involved considering all
parts of the Bidding Document. In case, any activity though specifically not covered but is required as
per scope of work, scope of supply, specifications, standards, drawings, GCC, SCC or any other part of
Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

11.4.

The Employer is entitled to Project rate of Customs Duty for imports made for the PROJECT. The
present rates of Customs duty for Imports are basic duty (Project rate) @ 5% + CVD @ 12% + ED.
Cess @ 3% + 4% SAD, as applicable.
The bidder while quoting the price may consider the project rate of custom duty. However, in case
bidder is allowed, vide any other notification, a lower rate of custom duty than project rate of customs
duty for import of raw materials and components required to manufacture the finished goods required
as per MR, in such case bidder may consider the same and quote accordingly. Bidder shall ascertain
the applicable rate of customs duty and shall be solely responsible towards applicability and
correctness of such rates. The evaluation and ordering shall be carried out based on the rates of
customs duty considered by the bidder. However, in case of wrong classification, no variation including
statutory variation of 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.
The Employers responsibility is only limited to furnishing of the necessary Project Authority Certificate
to the bidder to enable him to obtain Essentiality Certificate from bidders Administrative Ministry for
availing the Project rate of Customs Duty.

11.5

11.6

a) The Employer will issue C Form for Concessional rate of CST in case of direct supply orders by
GAIL/EIL.The Employer will not issue any Form for concessional rate of UPVAT.
b)

Bidders are required to provide CENVATABLE / VATABLE invoices with respect to Excise Duty,
UPVAT and Service Tax to be raised as per the details provided in detailed Order/ Letter of
Acceptance.

c)

In case of a foreign bidder sources supplies from India, bidder to note that the C Form shall not
be issued to sub-supplier.

d)

GAIL shall provide the road permit for entry of goods in Uttar Pradesh.

Indian Bidders shall provide the following details:

11.6.1 Unit and total price on FOT Despatch Point basis including all Inspection Testing, packing and
forwarding charges but excluding applicable Taxes, Duties & Cess on finished goods.
11.6.2 Separate and clear break-up of charges for inland transportation excluding Octroi/Entry Tax (if
applicable). Transit Insurance for inland transportation is to be arranged by Owner. Octroi and Entry
Tax, if applicable, shall be reimbursed at actuals by GAIL on submission of documentary evidence.
11.6.2.1

Bidders to note that the materials, if ordered, are required to be dispatched on door delivery
basis through a reliable bank approved Road Transport Company unless the transport
company is named by the Owner.

11.6.2.2

Owner reserves the right to place the order on FOT site basis or FOT dispatch point
basis in case bidding document specifies the delivery on FOT site basis. For this
purpose the FOT dispatch point delivery shall be 2 weeks lesser than the specified FOT
site delivery in the bidding document.

11.6.3 Unit and total price for site work, if applicable. Such price to include all costs as well as duties and taxes
paid or payable including VAT on Works Contract but excluding Cenvatable Service Tax. Terms &
Conditions for Site Work shall be as per General Conditions of Contract (GCC - Works).
Page 6 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 38 of 286

11.6.4

Per diem rate for Supervision during Erection, Testing and commissioning, if applicable. The prices
to be furnished in Price Schedule Format as per Terms & Conditions specified in the format in addition
to requirements of MR.

11.6.5 Training of owners / consultants person(s) at vendors works / project site, wherever applicable, as per
guidelines given in the material requisition. The prices for Training shall be included in the quoted prices
until and unless specifically asked for extra prices in price schedule formats.
11.6.6 AMC / PWMC, wherever required as per MR, shall be quoted separately in Price Schedule Formats inline with Terms & Conditions specified in the Bidding Document.
11.6.7

Details of Taxes, duties and Cess, applicable extra on the finished goods.

11.6.8 Details (Material, Quantity, rate etc.) of CIF value of built in import content incorporated or to be
incorporated in the goods. The details to be furnished in separate Annexure attached with Agreed
Terms & Conditions.
11.6.9 The statutory variations on Customs duty (rate) considered on above CIF value of built in import
content, within contractual delivery period shall be to Employers account against submission of the
documentary evidence. However, any increase in the rate of Customs duty beyond the contractual
completion period shall be to bidders account. In case of wrong classification, no variation including
statutory variation of Customs Duty will be payable extra. Any decrease in the rate of Customs duty
shall be passed on to the Employer.
11.6.10 The statutory variations on Excise rate and amount of Excise Duty, CST with concessional form & VAT
without concessional form, which will be payable on the finished goods and Cenvatable Service Tax, as
applicable, within the contractual delivery period shall be to Employers account against submission of
the documentary evidence. Any increase in the rate of these taxes and duties beyond the contractual
completion period shall be to bidders account. However, any decrease in the rate of taxes & duties
shall be passed on to the Employer.
11.7

Foreign Bidders shall indicate the following as per Price Schedule:

11.7.1 Foreign bidder shall submit their unit and Total prices on FOB International Port of Shipment inclusive
of Third Party Inspection, Testing. Sea freight (including stowage charges, if applicable) for converting
their FOB prices to CFR Mumbai Port / JNPT as detailed out in the Price Schedule inclusive of Indian
Agents Commission (if Applicable)
11.7.2 Employer reserves the right to place the order on FOB or CFR price basis. In case of award, initially the
Fax of Acceptance (FOA) shall be placed on FOB basis and GAIL reserves the right to convert the
same to CFR basis within 4 (Four) Months from the date of Fax of Acceptance (FOA) or 04 weeks prior
to Delivery period whichever is earlier, based on ocean freight charges quoted by Seller subject to
following:
11.7.2.1

Seller shall submit the following details of cargo within 15 days from FOA. In case requisite
documents/ information is not received within above stipulated duration, then decision
regarding CFR Conversion of this purchase order shall be taken within 45 days from the date of
receipt of all requisite data.
(i) Shipments Schedule (Shipment date, Port of Shipment etc. for all the shipments).
(ii) Performa Invoices for all the equipments.
(iii) Dimension details of packages (dividing the same to shipment lots).
(iv) Detailed technical write-up along with Catalogue.

11.7.2.2

In case actual cargo dispatched, exceeds the cargo details furnished, the extra freight incurred
by Owner will be to Sellers account.

11.7.2.3

In case material is shipped in FCL (Full Container Load), seller shall arrange through their
freight forwarder/streamer agents to extend 15 days detention free time at destination port i.e.
Mumbai

11.7.3 Prices quoted shall be inclusive of all applicable taxes and duties, packing & forwarding, stowing, if
applicable, etc. applicable upto FOB International Sea Port of shipment including transit insurance
upto FOB port of shipment. Marine Insurance shall be arranged by the Owner.
Page 7 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 39 of 286

11.7.4 Unit and total price for site work, if applicable. Such price to include all costs as well as duties and taxes
paid or payable including VAT on Works Contract but excluding Cenvatable Service Tax. Terms &
Conditions for Site Work shall be as per General Conditions of Contract (GCC - Works).
11.7.4.1

11.7.5

Bidder shall quote the prices in price schedule format for the following additional activities, if
asked for:

a)

Bidder shall arrange customs and port clearance and transportation of custom cleared goods
from Indian port of entry in India (Mumbai / Nhava Sheva sea port) upto Project site. In order to
import the materials on Project rate of customs duty, the materials shall be consigned in the
name of GAIL only.

b)

Bidder shall furnish Indemnity Bond for the CIF value of customs cleared goods to Owner
before undertaking above activities as per format given in the Proposal forms and shall be valid
upto receipt and acceptance of complete equipments at Site. Any delay in submitting Indemnity
bond and thus resulting in any cost/charges to Owner including demurrage / wharfage shall be
to Bidders account only. The safe custody of material while undertaking customs clearance,
transportation etc. shall be Bidder's responsibility. Bidder shall indemnify Owner against any
losses of or damage to, misuses or misappropriation whatsoever of Owners material while in
their possession. Bidder shall take adequate precautions for safe custody of Owners material.

c)

The prices shall not include Indian import duties on the goods offered from outside India. Import
duties (Customs Duty, CVD, Education Cess and SAD) on such goods shall be paid directly by
the Owner to the Indian Customs Authorities. However, the responsibility of collecting the
Cheque / DD etc. from the owner and paying to the Indian Customs Authorities shall lie with the
supplier. Bidder is advised to give sufficient notice period to owner required for preparation of
the Cheque / DD etc. Any implication on account of the delay in payment of the import duties to
the concerned Authorities shall be in account of the supplier.

Per diem rate for Supervision during Erection, Testing and commissioning, if applicable. The prices to
be furnished in Price Schedule Format as per Terms & Conditions specified in the format in addition to
requirements of MR.

11.7.6 Training of owners / consultants person(s) at vendors works / project site, wherever applicable, as per
guidelines given in the material requisition. The prices for Training shall be included in the quoted prices
until and unless specifically asked for extra prices in price schedule formats.
11.7.7 AMC / PWMC, wherever required as per MR, shall be quoted separately in Price Schedule Formats inline with Terms & Conditions specified in the Bidding Document.
12.

BID CURRENCY:

12.1

Indian bidders may submit bid in Indian Rupees or in US $ / Euro and receive payment in such
currency.

12.2

Foreign bidders may submit bid in the home currency of bidders country or INR / US$ / EURO.

12.3

A bidder expecting to incur a portion of his expenditure in the performance of Contract in more than one
currency (limited to maximum two currencies) (without prejudice to the provisions of Clause 12.2) and
wishing to be paid accordingly shall indicate the same in the bid. In such a case, the bid shall be
expressed in different currencies with the respective amounts in each currency together making up the
total price.

12.4

Currency once quoted will not be allowed to be changed.

12.5

Indian bidders shall quote CIF content in the same currency as bid currency.

13.

PERIOD OF VALIDITY OF BIDS

13.1

The bid shall remain valid for acceptance for the period as specified in the RFQ. A bid valid for a shorter
period shall be rejected being non-responsive.

13.2

In exceptional circumstances, prior to expiry of the original bid validity period, the Employer/ Consultant
may request that the bidder extend the period of validity for a specified additional period. The requests
and the responses thereto shall be made in writing (by e-mail/fax/post). A bidder may refuse the
request and their bid shall not be considered further for Bid evaluation after expiry of their bid validity. A
bidder agreeing to the request will not be required or permitted to modify his bid.

Page 8 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 40 of 286

14.

BID SECURITY: NOT APPLICABLE

15.

PRE-BID MEETING

15.1

The bidder (s) or his designated representative, who have downloaded the Bidding Document and have
confirmed their intention to bid are invited to attend a pre-bid meeting, if required, as per RFQ.

15.2

The purpose of meeting will be to clarify issues and to answer queries on any matter that may be raised
at that stage.

15.3

Session will also be arranged for bidders to demonstrate the e-Tendering system to facilitate bidders to
submit the Bid Online.

15.4

The bidder is requested, as far as possible, to submit any queries by courier or by fax to reach
Employer/Consultants office not later than 4 days before the meeting. It may not be practicable at the
meeting to answer queries received late, but queries and responses/clarifications will be transmitted in
accordance with the following sub-clause.

15.5

The text of the queries raised and the responses given, together with any responses prepared after the
meeting will be transmitted without delay (without identifying the sources of the questions) to all the
prospective bidders who have attended the pre-bid meeting or who have raised the queries against the
bidding document. Any modifications of the bidding documents listed in clause 6.1 of ITB that may
become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively
through the issue of an addendum pursuant to 8 of ITB and not through the minutes of the pre-bid
meeting.

15.6

Non- attendance of the pre-bid meeting will not be a cause for disqualification of the bidder.

16.

FORMAT AND SIGNING OF BID

16.1

The bidder shall submit e-bid as per RFQ on GAILs e-tender website: (https://etender.gail.co.in) as
per guidelines given therein.

16.2

The e-bid shall be signed by the person or persons duly authorised to sign on behalf of the bidder. The
name and position held by each person signing must be stated below the signature. All pages of the bid
except any catalogues / literatures shall be signed and sealed by the person or persons signing the bid.

16.3

The bid shall contain no alterations, omissions or additions, unless such corrections are initialled by the
person or persons signing the bid.

17.

ZERO DEVIATION:

17.1

Bidder to note that this is a ZERO Deviation Bidding Document. Employer/Consultant will appreciate
submission of offer based on the terms and conditions in the enclosed RFQ, GCC, SCC, ITB, Scope of
Work, and Technical Specification etc. to avoid wastage of time and money in seeking clarifications on
technical/ commercial aspect of the offer. Bidders may note that no technical and commercial
clarifications may be sought for, after the receipt of the bid.

17.2

Notwithstanding to the above, bids with the following deviation(s) to the bid conditions shall be liable for
rejection without any post bid reference to the bidder:

17.2.1 Firm prices


17.2.2 Scope of work
17.2.3 Specifications
17.2.4 Payment Terms
17.2.5 Delivery / Completion Schedule
17.2.6 Period of validity of bid
17.2.7 Price Reduction Schedule (PRS)
17.2.8 Performance Bank Guarantee (PBG) / Security Deposit.
17.2.9 Guarantee
Page 9 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 41 of 286

17.2.10 Arbitration / Resolution of dispute


17.2.11 Force Majeure
17.2.12 Applicable laws
17.2.13 Any other condition specifically mentioned in the tender documents elsewhere that non-compliance of
the clause lead to rejection of the bid.
18.

E-PAYMENTS

18.1

GAIL (India) Limited has initiated payments to suppliers and Contractors electronically and to facilitate
the payments electronically, In case contractors and vendors do not have their account in one of the
designated banks (HDFC Bank or ICICI Bank or State Bank of India), payments to such contractors and
vendors can be made through NEFT / RTGS / Bankers Cheque or Demand Draft. The bidder should
give their account number and other details in any one of the above banks to facilitate payment through
E-banking.

19.

AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES

19.1

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

19.2

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

19.3

The following particulars will also be furnished by the bidder:

(a)

Name, address and precise relationship between the foreign manufacturer/principal and their
Agent/Consultant/ Representative/Retainer/Associate in India.
The mutual interest which the manufacturer/principal and the Agent/ Consultant/ Representative/
Retainer/Associate in India have in the business of each other.

(b)

(c)

(d)
(e)
(f)

Any payment which the Agent/ Consultant/ Representative/ Retainer/ Associate receives in India or
abroad from the manufacturer/principal whether as a commission for the contract or as a general fee.
Bidders quoted price shall be treated as inclusive of such concession/fee.
Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate in India.
Permanent income tax account number of foreign supplier.
All services to be rendered by the Agent/ Consultant/ Representative / Retainer/Associate.

Note: Tenders which do not comply with the above stipulations are liable to be ignored.
19.4

Overseas bidder should send e-bids directly. E-Bids sent through Agent / Consultant /Representative /
Retainer / Associate will not be recognized. Agent / Consultant/ Representative/Retainer/Associate of
the overseas manufacturers/suppliers are, however, permitted to download biding documents and
attend bid opening provided such as Agent/ Consultant/ Representative/Retainer/Associate has a
power of attorney/letter of authority setting out very clearly his role, which will be limited to such areas
of activity as downloading of Bidding Documents, attending of bid opening and claiming of payment for
their services, provided further that such a power of attorney/letter of authority is submitted to GAIL in
advanced for scrutiny and acceptance or otherwise.
Page 10 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 42 of 286

SUBMISSION OF BIDS
20.

SEALING AND MARKING OF BIDS

20.1

E-Bid shall be submitted in the following manner on line in e-tender site of GAIL as follows:

Part-I (Techno-commercial / un-priced bid) To be uploaded in collaboration folder Technical documents.


Part-II (Priced Bid) - Price Bid shall be submitted in separate web folder Notes and Attachments.
Part-III (Bid Security) Not Applicable
Part-IV Power of Attorney/Authority letter & Integrity Pact in physical form with the scanned copy of same
uploaded in e-bid.
20.2

Documents in Physical form

20.2.1 Power of Attorney/Authority letter & Integrity Pact (which have already been uploaded on web) are also
required to be submitted in Original in physical form.
20.2.2 Other documents, if specified in bidding document, shall also to be submitted along with original
Integrity pact and Power of attorney.
20.2.3 The documents required in hard copy shall be submitted within bid due date and time subject to
maximum 07 days of the final bid due date. The documents shall be sent to the person as per RFQ
covering letter.
20.3

Each envelope shall indicate name and address of the bidder to enable the bid to be returned
unopened, if required.

20.4

If the envelope is not sealed and marked as above, the Employer will assume no responsibility for the
misplacement or premature opening of the envelope.

21.

DEADLINE FOR SUBMISSION OF BID

21.1

The Bid containing Part-I to IV must be submitted online at GAIL e-tender website
(http://etender.gail.co.in) within due date and time for bid submission as specified in the RFQ
documents. The Employer/Consultant may, in exceptional circumstances and at its discretion, on giving
reasonable notice by e-mail/fax or any written communication to all the prospective bidders who have
attended the pre-bid meeting or who have raised the queries against the bidding document, extend the
deadline for the submission of bids in which case all rights and obligations of the Employer/Consultant
and bidders, previously subject to the original deadline will thereafter be subject to deadline as
extended.

22.

LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

22.1

E-system of GAIL shall close immediately after the deadline for submission of bid prescribed by the
Consultant pursuant to clause 21 of ITB.

22.2

All tenders received after the notified time and date of closing of tenders will be treated as late tenders.

22.3

Unsolicited alterations or modifications of tenders received after the notified time and date of closing of
the tenders shall not be entertained.

22.4

Late tenders shall not be considered. Such late tenders shall be returned to the bidder within 30 days in
"unopened condition". The bid bond of such bidders shall be returned along with the unopened bid. In
case of e-tendering where bid bond is received but bid is not submitted by the bidder, such bid bond
shall be returned immediately.

22.5

Unsolicited bids or bids being submitted to addresses other than the one specifically stipulated in the
tender documents will not be considered for evaluation if not received to the specified destination within
stipulated date and time.

23.

MODIFICATION AND WITHDRAWAL OF BIDS

23.1

The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but, before the final
due date of submission as per provision of e-tendering system of GAIL.

23.2

No bid shall be modified after the deadline for submission of bid.

Page 11 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 43 of 286

23.3

No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and
the expiration of the period of bid validity specified by the bidder on the bid form. Withdrawal of a bid
during this interval may result in appropriate Penal action by GAIL / EIL.

BID OPENING AND EVALUATION


24.

BID OPENING

24.1

Un-Priced Techno Commercial bid opening:

24.2

The Employer/Consultant will open, in the presence of bidders designated representatives, the unpriced part at date and time as stipulated in RFQ. The bidders representatives who are present shall
sign bid-opening statement evidencing their attendance.

24.3

Bidders names, the presence (or absence), and any other such details as the consultant may consider
appropriate will be announced by the Consultant.

25.

PROCESS TO BE CONFIDENTIAL

25.1

Information relating to the examination, clarifications, evaluation and comparison of bids, and
recommendations for the award of a Contract, shall not be disclosed to bidders or any other person
officially concerned with such process. Any effort by a bidder to influence the Employer/Consultant in
any manner in respect of bid evaluation or award will result in the rejection of that bid.

26.

CONTACTING THE EMPLOYER/CONSULTANT

26.1

From the time of the bid opening to the time of the Contract award, if any bidder wishes to contact the
Employer for any matter relating to the bid it should do so in writing.

26.2

Any effort by a bidder to influence the Employer/Consultant in any manner in respect of bid evaluation
or award will result in the rejection of that bid.

27.

EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

27.1

Techno-Commercial Bid Evaluation.

27.2

The Employer/Consultant will examine the bids to determine whether they are complete, whether any
computational errors have been made, whether required securities have been furnished, whether the
documents have been properly signed, and whether the bids are generally in order.

27.3

Prior to the detailed evaluation, the Employer/Consultant will determine whether each bid is of
acceptable quality, is generally complete and is responsive to the Bidding Documents. For the purposes
of this determination, a responsive bid is one that conforms to all the terms, conditions and
specifications of the Bidding Documents without deviations, objections, conditionality or reservations.

27.4

No deviation, whatsoever, is permitted in the Bidding Documents and the price bids of those bidders,
whose technical and commercial bids contain any exception to the conditions and stipulations of the
Bidding Documents, shall not be opened.

27.5

The Employer/Consultants determination of a bids responsiveness is to be based on the contents of


the bid itself without recourse to extrinsic evidence. If a bid is not responsive, it will be rejected by the
Employer/Consultant, and may not subsequently be made responsive by the bidder by correction of the
nonconformity.

27.6

The Employer/Consultant will carry out a detailed evaluation of the bids previously determined to be
responsive in order to determine whether the technical aspects are in accordance with the requirements
set forth in the Bidding Documents. In order to reach such a determination, the Employer/Consultant
will examine and compare the technical aspects of the bids on the basis of the information supplied by
the bidders, taking into account the following factors:
(a)

Overall completeness and compliance with the Technical Specifications; quality, function and
operation of any process control concept included in the bid. The bid that does not meet
minimum acceptable standard of completeness/ specifications defined in the Bidding
Document, consistency and detail will be rejected as non-responsive.

(b)

Any other relevant factor, if any that the Employer/Consultant deems necessary or prudent to
be taken into consideration.
Page 12 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 44 of 286

27.7

Requisite forms contains all necessary information including those required for meeting qualifying
criteria, if any, stipulated in RFQ document.

27.8

In case any bidder has not quoted for any item in their offer, the quoted price for the purpose of
evaluation shall be considered as the maximum rate quoted by the other bidder for such items, subject
to the estimated price of such unquoted items being not more than 10% of the bidders quoted price. If
after evaluation, such bidder is found to be the lowest evaluated bidder, the rates for the missing item(s)
shall be deemed to be included in quoted bid price.

27.8.1 If the estimated price impact of un-quoted items of bidder is more than 10% of bidders quoted price the
above provision shall not be applicable and such bid shall be rejected.
27.9

If any bidder offers suo-moto discount after opening of un-priced bids but before opening of price bids,
such reduction / discounts shall not be considered for evaluation. However, if the bidder happens to be
the lowest evaluated bidder without considering such discount then the benefit of discount will be
availed at the time of award of work.

27.10

In the event as a result of techno-commercial discussions or pursuant to seeking clarifications /


confirmations from bidders, while evaluating the un-priced part of the bid, any of the bidders submits a
sealed envelope stating that it contains revised prices/positive price implication/price increase; such
bidder(s) will be requested to withdraw the revised prices failing which the bid will not be considered for
further evaluation.

28.

PRICE BID OPENING

28.1

The Employer/Consultant shall inform the time, date and venue for price bid opening to all such bidders
who qualify pursuant to techno-commercial bid evaluation. Bidders may be required to attend price bid
opening at a short notice of 18 hours.

28.2

The Employer/Consultant will open price bids of all bidders notified to attend price bid opening in
presence of authorised bidders representatives present at the time of priced bid opening. The bidders
representatives who are present shall sign bid-opening statement evidencing their attendance.

28.3

The bidders name, prices, and such other details as the Employer/Consultant, at its discretion, may
consider appropriate will be announced and recorded at the time of bid opening.

29.

ARITHMETIC CORRECTIONS

29.1

The bids will be checked for any arithmetic errors as follows.

29.2

Where there is a discrepancy between the amount in figures and in words, the amount in words will
govern; and

29.3

Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the
unit rate by the quantity, the unit rate as quoted shall prevail and the total price shall be corrected.

29.4

If the bidder does not accept the correction of errors, its bid will be rejected.

30.

CONVERSION TO SINGLE CURRENCY

30.1

To facilitate evaluation and comparison, the Employer/Consultant will convert all bid prices expressed in
the amounts in various currencies, in which the bid price is payable, to single currency, i.e., Indian
Rupees, at the Bills selling exchange rate published by the State Bank of India on one day prior to the
price bid opening date.

31.

EVALUATION AND COMPARISON OF BIDS

31.1

The OWNER/CONSULTANT will evaluate and compare the bids previously determined to be
substantially responsive, pursuant to Clause-27 of ITB.

31.2

Comparison of Bid:
The lowest evaluated bid shall be considered for award of order on item-wise or Group wise basis, as
specified elsewhere in the RFQ document. The item-wise/ Group wise evaluated prices shall be
calculated as under:

Page 13 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 45 of 286

31.2.1 ENQUIRY WITHOUT SITE WORK:


A. Where only Indian Bids are under comparison:
Bids shall be evaluated on the basis of landed cost at Site. The evaluated price shall include the
following:
i.
ii.
iii.

FOT despatch point price quoted by the bidder including packing and forwarding.
All inspection and Testing charges, if quoted extra.
Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares, etc. if required
as per bidding document.
Non-Cenvatable Excise duty including Cess, if any, on the finished goods.
CST / UPVAT, as applicable.
Road Freight charges including Non Cenvatable Service Tax and Cess thereon.
Supervision charges, if required as per bidding document and estimated man days for supervision
are defined in the bidding document.
Technical loading, if any, as defined in the Bidding document.
AMC and / or Training, if required as per bidding document.

iv.
v.
vi.
vii.
viii.
ix.

B. Where only Foreign Bids are under comparison:


Bids shall be evaluated on the basis of CFR Mumbai / Nhava Sheva Port, India basis. The evaluated
price shall include the following:
i.
ii.
iii.

FOB seaport of ext price at international seaport of exit.


Third Part Inspection and Testing charges, if quoted extra.
Cost of Mandatory spares and / or Special Tools & Tackles, Commissioning spares, etc. if required
as per bidding document.
Ocean freight, as quoted by the bidder.

iv.

Note: The following shall be considered for evaluation as applicable.


v.
Supervision charges, if required as per bidding document and estimated man days for supervision
are defined in the bidding document.
vi.
Technical loading, if any, as defined in the Bidding document.
vii.
AMC and / or Training, if required as per bidding document.
C. Where Indian as well as Foreign Bids are under comparison
Bids shall be evaluated as below:
i. Indian Bids:
a) Same as 31.2.1 (A) but excluding (vi), i.e., Road Freight.
ii.
a)
b)
c)
d)
e)

Foreign Bids: The evaluated price of Foreign bids shall be on CIF basis and includes the
following:
CFR Price as per 31.2.1 (B), S no. (i) to (iv).
Marine Insurance @ 1% of FOB price.
Landing Charges including Port handling and Customs Clearance charges, @ 1% of CIF
Value.
As on the Bid due date, Prevailing Project rate / Merit rate (whichever is lower) of Customs
duty (CD + CVD + Ed. Cess + SAD) on (CIF Value + Landing charges)
Price of additional services / Loading shall be added as per S no. (v), (vi) & (vii) of 31.2.1 (B).

31.2.2 ENQUIRY INVOLVING SITE WORK:


i.

Indian Bids: Bids shall be evaluated on the basis of landed cost at Site including site work.
The evaluated price shall include the following:
a) Total price as per Clause no. 31.2.1 (A), S no. (i) to (ix), as applicable.
b) Site work charges including Taxes, Duties & Cess, applicable on site work, excluding
Cenvatable service tax.
Page 14 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 46 of 286

ii.

Foreign Bids: Bids shall be evaluated on the basis of landed cost at Site including site work.
The evaluated price shall include the following:
a) Total price as per Clause no. 31.2.1 (C) (ii), S no. (a) to (e), as applicable.
b) Any other services like landing charges & port handling, customs clearance and, inland
transportation from Indian port of entry to project site, as quoted in price schedule format.
c) Site work charges including Taxes, Duties & Cess, applicable on site work, excluding
Cenvatable service tax.

31.2.3 General Notes for evaluation:


31.2.3.1 In case of Indian sourced supplies / components, Cenvat credit for corresponding amount of
Cenvatable Excise duty and Cenvatable Service tax shall be considered for price evaluation.
However, Credit on account of UPVAT shall not be considered for price evaluation. Similarly in case
of direct imports by owner, Cenvat credit for corresponding amount of Cenvatable portion of CVD
and SAD shall be considered for price evaluation.
31.2.3.2 Comparison of bids shall be carried out in equivalent Indian Rupees basis considering Bill Selling
rate of Foreign exchange as available from State Bank of India one day prior to Priced Bid
opening.
31.2.3.3 Interest rates wherever is required (like for calculation of Technical loading factor) shall be taken as
SBI Base rate as on date of Priced Bid opening + 5%.
31.2.3.4 In case of a Foreign bidder sources supplies / Services sourced within India, these shall be added
on case to case basis. Supply prices of Indian sourced components shall be added on FOT site
basis inclusive of Taxes, Duties and Cess, Freight irrespective of site work is involved or not.
31.2.3.5 Cost of Two Year Operation and Maintenance spares shall not be considered for evaluation.
32.

OTHER CRITICAL POINTS FOR EVALUATION OF OFFER:

32.1

The unit prices quoted in the price bid is to be considered for evaluation and no cognizance will be
given to the supplementary/supporting document attached to the price bid, break-up of prices, etc.

33.

DEEMED EXPORT BENEFIT

33.1

Deemed export benefits are not applicable and Indian Bidder should furnish prices without considering
these benefits.
AWARD OF CONTRACT

34.

AWARD OF WORK.

34.1

The employer/ Consultant will award the contract to the successful bidder (s) whose bid has been
determined to be substantially responsive, meets the technical & financial criteria and have been
determined as a lowest bid and is determined to be qualified to satisfactorily perform the contract.

34.2

In case of MRs containing supply as well as site work, a single order, covering the supplies as well site
work, shall be placed. Split ordering shall not be permitted.

35.

QUANTITY VARIATION:

35.1

The Employer/Consultant reserve the right to delete the requirement of any one or more items of MR
without assigning any reason.

Page 15 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 47 of 286

36.

EMPLOYER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID

36.1

The Employer/Consultant 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 the contract without thereby incurring any
liability to the affected bidder or bidders or any obligations to inform the affected bidder or bidders of the
ground for Employer/Consultants action.

37.

NOTIFICATION OF AWARD

37.1

Prior to the expiration of period of bid validity GAIL will notify the successful bidder in writing by fax/email to be confirmed in writing, that his bid has been accepted. The notification of award / Fax of
Acceptance will constitute the formation of the Contract.

37.2

The Delivery / Completion period shall commence from the date of notification of award / Fax of
Acceptance (FOA).

37.3

Award of Contract/Order will be by issuing Fax of Acceptance (FOA) of your bid. FOA will contain
price, delivery and other salient terms of your bid and bidding document.
Bidder will be required to confirm receipt of the same by returning copy of the FOA duly signed and
stamped by the bidder as a token of acknowledgement to GAILs and EIL. On receipt FOA
acknowledgement without any deviation/condition, detail Purchase Order/ Contract will be issued in
quadruplicate. Three copies of the same without any conditions/ deviations will be returned duly signed
and stamped by the bidder as a token of acknowledgement to GAIL and EIL.

38.

PERFORMANCE GUARANTEE

38.1

Pursuant to clause no. 12 of GCC-Goods & 24 of GCC - Works, bidder will provide Performance
Guarantee of appropriate value (total price of contract including supplies and site work, wherever
applicable) (for orders above 2.0Lakh) within 15 days of receipt of FOA from the Employer. The
Performance Guarantee shall be in form of either irrevocable letter of credit, Demand Draft or Bankers
Cheque or irrevocable Bank Guarantee (as per Format attached) and shall be in the currency of
Contract.

38.2

SSI units registered with the NSIC, under its Single Point Registration Scheme shall be exempted from
submission of Security Deposit / Contract Performance Guarantee to the Monetary Limit for which the
unit is registered.

38.3

Failure of the successful bidder to comply with the requirement of this clause shall constitute a breach
of contract, cause for annulment of the award and any such remedy the Employer may take under the
Contract pursuant to Clause 28.1.3 of GCC-Goods.

39.

CORRUPT AND FRAUDULENT PRACTICES

39.1

The Employer requires that Bidders/Contractors observe the highest standard of ethics during the
execution of Contract. In pursuance of this policy, the Employer defines, for the purposes of this
provision, the terms set forth below as follows:

i)

Corrupt Practice means the offering, giving, receiving, or soliciting of anything of value to influence the
action of public official in contract execution; and

ii)

Fraudulent Practice means a misrepresentation of facts in order to influence the execution of a


Contract to the detriment of the Employer, and includes collusive practise among bidders (prior to or
after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive
the Employer of the benefits of free and open competition.

39.2

The Employer will reject a proposal for award if it determines that the bidder recommended for award
has engaged corrupt or fraudulent practices in competing for the Contract in question.

39.3

The Employer will declare a firm ineligible for a period pursuant to Clause No. 28.1.3 of GCC-Goods.

39.4

The bidder(s) are required to execute the Integrity Pact attached in the Bidding Document as
Attachment-II. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

40.

WAIVER OR TRANSFER OF THE AGREEMENT

40.1

The successful bidder shall not waive the Agreement or transfer it to third parties, whether in part or in
whole, nor waive any interest that is included in the Agreement without the prior written permission of
the Employer.

Page 16 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 48 of 286

41.

ORDER OF PRECEDENCE

41.1

The Articles contained in this Section shall supplement to the Special Conditions of Contract and
General Conditions of Contracts. Where any portion of Special Conditions of Contracts and General
Conditions of Contract 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 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.

42.

REQUIREMENT OF EMPLOYMENT VISA FOR FOREIGN NATIONALS

42.1

All Foreign nationals coming to India for execution of Projects/ Contracts will have to apply for
Employment Visa only and that grant of Employment Visa would be subject to strict adherence of
following norms:
a. Employment Visa is granted only for the skilled and qualified professionals or to a person who is
being engaged or appointed by a Company, Organization, Industry or Undertaking etc. in India on
contract or employment basis at a senior level, skilled position such as technical expert, senior
executive or in managerial position etc.
b. Request for Employment Visa for jobs for which large number of qualified Indians are available, is
not considered.
c. Under no circumstances an Employment Visa is granted for routine, ordinary secretarial/ clerical
jobs.

42.2

Suppliers 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 India during
execution of the Contract.

43.

REQUIREMENT OF PAN FOR FOREIGN SUPPLIER

43.1

In case of site work and/or services rendered in India by a Foreign Supplier, it is mandatory to furnish
Permanent Account Number (PAN), as per the Indian Income Tax requirements, failing which Foreign
Supplier shall be responsible for any additional tax deduction at source as per the provisions of the
Indian Income Tax Act/Rules. The PAN shall be furnished before release of any payment or within one
month of issue of purchase order, whichever is earlier.

Page 17 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 49 of 286

FORM AND FORMATS

Page 18 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 50 of 286

BIDDING DOCUMENT NO.:


PROJECT
:
Form F-1
BIDDERS GENERAL INFORMATION

To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
1-1

Bidder Name:

________________________________________

1-2

Number of Years in Operation: ________________________________________

1-3

Address of Registered Office:

________________________________________
City________________ District _________
State _______________ PIN/ZIP__________

1-4

Operation Address
if different from above:

________________________________________
________________________________________
City________________ District _________
State _______________ PIN/ZIP__________

1-5

Telephone Number:

_______________________________________
(Country Code)

(Area Code)

(Telephone Number)

1-6

E-mail address:

________________________________________

1-7

Website:

________________________________________

1-8

Fax Number:

________________________________________
(Country Code)

1-9

ISO Certification, if any

(Area Code)

(Telephone Number)

{If yes, please furnish details}

1-10 Bid Currency

__________________________________

1-11 Port of shipment

__________________________________

1-12 Whether Supplier / Manufacturer


Dealer/Trader/Contractor

_____________________________________

1-13 Type of Material Supplies :

_____________________________________
Page 19 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 51 of 286

1-14 Bankers Name :

_____________________________________

1-15 Branch :

_____________________________________

1-16 Branch Code :

_____________________________________

1-17 Bank account number :

_____________________________________

ONLY FOR INDIAN BIDDERS


1-18 Excise Registration number :

_____________________________________

1-19 Excise Range :

_____________________________________

1-20 Excise Division :

_____________________________________

1-21 Excise Collectorate :

_____________________________________

1-22 Local ST No. :

_____________________________________

1-23 CST No. :

_____________________________________

1-24 PAN No. :

_____________________________________

1-25 Whether unit is registered under NSIC Or not : ___________________________________


25.1 In case of registered under NSIC, indicate following: Copy of NSIC Certificate enclosed
Registration No. and Validity:

_______________________

Monetary limit:

_______________________

(SIGNATURE OF BIDDER WITH SEAL)

Page 20 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 52 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-2
BID FORM
To
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
After examining/reviewing the Bidding Documents for complete scope as per MR, including technical
specifications, drawings, General and Special Conditions of Contract and Price schedule etc. the
receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to e-bid to execute
the whole of the Job for the item in conformity with, the said Bidding Documents, including
addendums/corrigendum/amendment to the bidding document, if any.
We confirm that this bid is valid for a period as per RFQ from the date of opening of TechnoCommercial Bid, and it shall remain binding upon us and may be accepted by any time before the
expiration of that period.
If our bid is accepted, we will provide the performance guarantee equal to 10% (ten per cent) of the
Contract Price, for the due performance with in fifteen days of such award.
Until a final Contract is prepared and executed, the bid together with your written acceptance thereof
in your notification of award shall constitute a binding Contract between us.
We understand that Bidding Document is not exhaustive and any action and activity not mentioned in
Bidding Documents but may be inferred to be included to meet the intend of the Bidding Documents
shall be deemed to be mentioned in Bidding Documents unless otherwise specifically excluded and
we confirm to perform for fulfilment of Agreement and completeness of the Work in all respects within
the time frame and agreed price.
We understand that you are not bound to accept the lowest priced or any bid that you may receive.

SEAL AND SIGNATURE


DATE:
Duly authorized to sign bid for and on behalf of ____________________________________

(SIGNATURE OF WITNESS)
WITNESS NAME:
ADDRESS:

Page 21 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 53 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-3
LETTER OF AUTHORITY
PROFORMA FOR LETTER OF AUTHORITY FOR ATTENDING AND SUBSEQUENT
NEGOTIATIONS/CONFERENCES

No.

Date:

GAIL (India) Limited


GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
We _____________________________________ hereby authorize following representative(s) to
attend un-priced bid opening and price bid opening and for any other correspondence and
communication against above Bidding Document:
Name & Designation _______________________ Signature _________________
Name & Designation _______________________ Signature _________________
We confirm that we shall be bound by all commitments made by aforementioned authorised
representatives.
Yours faithfully,
Signature
Name & Designation
For and on behalf of
NOTES:
A. This letter of authority should be on the letterhead of the bidder and should be signed by a
person competent and having the power of attorney to bind the bidder.
B. Not more than two persons are permitted to attend techno commercial un-priced and price
bid opening.
C. Bidders authorized executive is required to carry a copy of this authority letter while attending
the un-priced bid opening and price bid opening and submit the same to GAIL/EIL

Page 22 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 54 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-4
NO DEVIATION CONFIRMATION
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India

Dear Sir,
We understand that any deviation/exception in any form may result in rejection of bid. We, therefore,
certify that we have not taken any exceptions/deviations anywhere in the bid and we agree that if any
deviation/exception is mentioned or noticed, our bid may be rejected.

(SEAL AND SIGNATURE OF BIDDER)

Page 23 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 55 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-5
DECLARATION
We confirm that we are not under any liquidation, court receivership or similar proceedings.
We also confirm that we have not been put on Holiday / Black listed by GAIL or Project management
consultant (PMC) of GAIL or Black listed by any Government department / Public sector on due date
of submission of bid.
We also confirm that the content of the Bidding Document including Corrigendum/Addendum (if any)
have not been altered or modified.
We further confirm that in case we are the successful bidder, we shall supply spares directly and shall
not pass on the responsibility to Dealers / Distributors / Stockists or Indian Associates for the present

and future requirement, if any, of the Purchaser.

Signature & Seal of Bidder

Page 24 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 56 of 286

BID DOCUMENT NO.:


PROJECT
:

FORMAT F-6

AGREED TERMS & CONDITIONS WITH ANNEXURE


(FOR INDIAN / FOREIGN BIDDERS)

Page 25 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 57 of 286

GAIL (INDIA) LIMITED


PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)
Vendor Name: M/s __________________________________________________________
RFQ No. :

______________________________________________________________

Vendors Offer Ref No. : ______________________________________________________


Tel. No. _____________________________ Fax No. ______________________________
Contact Person : ___________________________ E-mail __________________________
1.

ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2.

DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR, SHALL BE
ENCLOSED.

3.

ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE ITSELF


AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF CONTRADICTION, THE SAME
GIVEN HEREIN SHALL PREVAIL, CONFIRM.

4.

FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP


QUESTIONNAIRE AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO
REJECTION OF VENDOR'S QUOTATION.

5.

ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH BIDDING


DOCUMENT CONTAINING COMMERCIAL AND TECHNICAL SPECIFICATIONS
INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF WORK INCLUDING
DOCUMENTATION AS PER MATERIAL REQUISITION (MR) AND SUBSEQUENT
TECHNICAL/COMMERCIAL
AMENDMENT
AND
TECHNICAL/COMMERCIAL
CORRIGENDUM, IF ANY, WITHOUT ANY DEVIATION OTHERWISE OFFER SHALLBE
LIABLE FOR REJECTION.

SL.
NO.
1.
1.1
1.2
a)

VENDORS CONFIRMATION

DESCRIPTION
Quoted prices are on FOT despatch point basis
inclusive of Packing & Forwarding.
Specify Despatch Point

Confirmed
Indicated (Refer Annexure-1)

Indicate firm freight charges for transportation by


Road upto Project site excluding Cenvatable Service
Tax & Ed. Cess.

Indicated (Refer Annexure-1)

b)

In case service tax is non cenvatable, same shall be


included in the quoted freight charges.

Confirmed

c)

Confirm that the cenvatable Service tax payable extra


on freight is quoted.

Indicated (Refer Annexure-1)

d)

Bidder shall be paid service tax only against


cenvatable invoices issued in accordance with the
service tax rules.

Confirmed

Page 26 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 58 of 286

SL.
NO.
1.3

VENDORS CONFIRMATION

DESCRIPTION

2.

Transit risk insurance shall be covered by the


Owner against their MCE (Marine cum Erection)
Policy and the same has not been included in the
quoted prices.
Excise Duty + Education Cess:

a)

Tarrif sub heading no.

b)

Present rate of Excise Duty + Education Cess Indicated (Refer ANNEXURE I


payable extra against documentary evidence on
finished products (including spares).

c)

Maximum rate applicable (If present rate is nil or


concessional)

d)

Clarify whether Excise Duty will be applicable on Not Applicable / Applicable


freight charges also.
(Please tick, whichever is
applicable, otherwise, it shall
be
considered
as
Not
Applicable)
Please indicate following break-up
a) Cenvatable Excise Duty
100%

2.1

2.2
a)

b)

2.3
3.
a)

Confirmed

Indicated (Refer ANNEXURE I)

Indicated (Refer ANNEXURE I)

b) Non Cenvatable Excise Duty


The payment against Cenvatable portion shall be
made at actuals subject to maximum given at 2.1 (a)
above. Confirm acceptance.

NIL
Confirmed

Material supplied will be eligible for CENVAT Credit


Confirmed
and vendor shall furnish all documents as required to
avail the same.
The Cenvatable portion of Excise Duty shall be
Confirmed
released on receipt of CENVATABLE documents..
Confirm acceptance.
Sales Tax:
Sales tax payable extra Specify CST/ UPVAT
Indicated (Refer ANNEXURE I)

b)

Present rate *
Indicated (Refer ANNEXURE I)
* In case of CST, C form shall be provided.
However, in case of UPVAT, no concessional form
will be issued.

c)

Purchaser shall avail credit of UPVAT, as applicable.


UPVAT shall be reimbursed to bidder subject to Confirmed
submission of requisite documents enabling Owner to
avail INPUT CREDIT for the same.

d)

Clarify whether CST / UPVAT will be applicable on


freight charges also.

Page 27 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 59 of 286

Not Applicable / Applicable


(Please tick, whichever is
applicable, otherwise, it shall
be
considered
as
Not
Applicable)

SL.
NO.
4.

5.
a)

VENDORS CONFIRMATION

DESCRIPTION

In case Excise Duty / CST / UPVAT are not stated as Confirmed


applicable on freight charges presently, and if they are
applicable at the time of delivery due to any reasons
other than statutory, the same will be borne by the
Bidder. Confirm compliance.

Only statutory variations, if any, in the present rate of Confirmed


Excise Duty, Ed. Cess, CST / UPVAT, Service tax etc.
upto the contractual delivery period shall be to GAILs
account subject to documentary evidence to be
furnished by the bidder. Any variation beyond CDD
shall be borne by bidder.

b)

However, any variation in Excise duty + Ed. Cess at


the time of supplies for any reasons, other than Confirmed
statutory, including variations due to turnover, shall be
borne by bidder.

6.

Site Work:
If Material Requisition/ enquiry documents call for Site
Work, please confirm the following:

a)

Confirm that quoted prices include VAT on Works


Contract.

Confirmed

b)

Owner shall not pay any variation including statutory


variation. Any extra implication due to wrong
assessment and/ or selection of mode of ordering
shall be borne by you. Confirm acceptance.

Confirmed

c)

VAT on Works Contract at source will be deducted as


per statutory provisions and TDS certificate will be
issued for the same by Owner. Confirm acceptance.

Confirmed

d)

Only single order covering complete scope of supply


& services will be issued and order for supply and
services shall not be split.

e)

Confirm that quoted


Cenvatable Service tax.

7.

Entry Tax:
Octroi / Entry tax, if applicable, shall be reimbursed at
actuals against satisfactory documentary evidence.
Confirm compliance.

8.

prices

are

exclusive

of

All new taxes/duties/cess/levies notified after the last


date of submission of final price bid/price implication,
but within contractual delivery /completion period,
shall be to GAILs account. These shall be reimbursed
against documentary evidence.

Page 28 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 60 of 286

Confirmed

Confirmed
Indicated (Refer ANNEXURE I)

Confirmed

Confirmed

SL.
NO.

VENDORS CONFIRMATION

DESCRIPTION
However, in case of delay on account of supplier, any
new or additional taxes and duties imposed after
contractual delivery shall be to suppliers account.
Confirm compliance.
Any errors of interpretation of applicability of
taxes/duties by bidders shall be to bidders account.

9.
a)

Spares Parts:
Confirm item wise unit price (FOT Despatch Point) of
following spare parts as required in Material
Requisition (MR) have been included in the quoted
prices and itemised list has been furnished.

Confirmed

Confirmed

Confirmed

i) Mandatory spares as specified in MR.

Confirmed (if applicable as per


MR)

ii) Special Tools & Tackles as specified in the MR.

Confirmed (if applicable as per


MR)

iii) Commissioning spares wherever required.

Confirmed (if applicable as per


MR)

b)

Recommended spare parts for two years operation &


maintenance are quoted separately. Also quote freight
charges upto site for the spares.

Confirmed (if applicable as per


MR)

10.

Confirm documentation charges as per MR are


inclusive in your quoted prices.
Confirm customer references list for the item/model
quoted by you, is given in offer.

Confirmed

11.

12.
a)

Price Reduction on delay in delivery:


Confirm acceptance of price reduction schedule for
delay in deliveries specified in GCC (Goods) and SCC
(Goods) enclosed in Bidding Document. Liquidated
damages or penalty are not acceptable.

b)

In case of delay, vendor will reduce the invoice


amount by applicable reduction.
Delivery / Completion Period:
Please confirm acceptance to delivery / completion
period conforming to RFQ requirement.

13.
a)

b)

14.

In case of specified delivery on FOT site basis in


the bidding document, owner/purchaser reserves
the right to place order on FOT dispatch point
basis with FOT dispatch point delivery lesser than
FOT site delivery by 2 weeks and Freight to be
arranged by purchaser.
Payment Term:
Confirm acceptance of payment terms as per RFQ.

Page 29 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 61 of 286

Confirmed
(if required as per MR)

Confirmed

Confirmed

Confirmed

Noted
&
Confirmed

Confirmed

SL.
NO.
15.
a)
b)
c)

16.

17.
a)

b)

VENDORS CONFIRMATION

DESCRIPTION
Part Order:
Confirmed acceptance to Part Order.
The quantity against a particular item shall not be
split.
Any charges quoted extra as lump-sum shall be
applicable prorata on value basis in the event of part
order.
Repeat Order:
Confirm acceptance of repeat order within 6 (six)
months as per GCC (Goods) and RFQ.
Performance Bank Guarantee:
Submission of Performance Bank Guarantee for 10%
of total order value as asked in General Conditions of
Contract (Goods) and Instructions to Bidders (ITB) for
full guarantee period plus 90 (ninety) days.
i) The Performance Bank Guarantee shall be strictly
as per enclosed proforma and shall be from any
Indian Scheduled Bank or branch of an
International Bank situated in India and registered
with Reserve Bank of India as scheduled foreign
Bank.
ii) However, if Performance Bank Guarantee are
furnished other than the Nationalised Indian Bank,
the banks where BGs are furnished, must be
Commercial Bank having net worth in excess of
Rs. 100 crores and any declaration to this effect
will be furnished by such Commercial Bank either
in the bank guarantee itself or separately on a
letter head.

18.
a)

Firmness of prices:
Confirm quoted prices shall remain firm and fixed till
complete execution of order. Price Variation shall not
be considered on any account.

19.
a)

Testing and Inspection charges:


Goods and services are subject to stage-wise and
final inspection by Owner/EIL. Travel, Living and
Personnel expenses of Owner/EILs inspectors shall
be borne by Owner.
All Built in Import content shall be subject to
inspection by BV/ DNV/TUV/ CEIL / LRS / SGS / GLI /
Moody / Bax Council / Bharat Quality Engineers for
which charges are included in the quoted prices and
no additional charges will be paid by Owner.

b)

Quoted prices are:


i) Inclusive of all testing and inspection charges as
per MR.
ii) Inclusive of all IBR/IGC/NACE charges (if
applicable) as required in the Material Requisition.
Page 30 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 62 of 286

Confirmed
Noted
Confirmed

Confirmed

Confirmed

Confirmed

Confirmed

Firm & Fixed

Confirmed

Included

Confirmed
Confirmed

SL.
NO.
c)

20.

a)

b)

c)

VENDORS CONFIRMATION

DESCRIPTION

Is your shop approved by IBR/CCE authority and has


sufficient validity to execute the order / contract, if
awarded.
Import Content:
If your offer is based on certain imported raw
materials required for equipments/ materials offered,
please specify the following :
Confirm that quoted prices are based on Project rate
of Customs duty or Merit rate of customs duty,
whichever is lower, CVD, Educational Cess and SAD
as applicable.
Owners responsibility is only limited to furnishing of
the necessary Certificate to obtain Essentiality
Certificate from bidders Administrative Ministry for
availing the Project rate of Customs Duty by the
Bidder.
Indicate Project rate of customs duty considered and
included in the quoted prices. (Please stipulate if rate
of Customs Duty considered other than Project rate).

Approved

Confirmed

Confirmed

Furnished
Refer Annexure-III

d)

Indicate brief description/ specification with itemised


CIF value and county of origin of imported material.
(to enable GAIL/EIL to operate part order).

Furnished
Refer Annexure-III

e)

Indicate classification with tariff no. under which


Vendor intends to import.

Refer Annexure-III

f)

Confirm prices shall be firm on account of variation in


foreign exchange rate.

Confirmed

g)

Owner shall not provide any import licence.

h)

Quoted prices are after considering the benefit of


CENVAT on CVD including Edu. Cess.

Confirmed

i)

Any upward variation due to change in Customs Duty


Classifications shall be absorbed by the vendor.
However, any reduction in customs duty due to
change in classification shall be passed on to Owner.

Confirmed

j)

Statutory variations, if any, in the rate of customs duty


upto a maximum period of the contractual delivery
period shall be to Owners account. If bidder has
considered Customs Duty other than Project Rate of
Customs Duty, 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. Owner
will not pay any variation on account of CVD including
Edu. Cess.

Page 31 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 63 of 286

Noted

Confirmed

SL.
NO.
k)

l)

m)

21.
a)
b)

22.
a)

b)

c)

VENDORS CONFIRMATION

DESCRIPTION
Any increase in price due to increase in the rate of
Customs Duty, due to any reasons, whatsoever,
beyond the contractual delivery period, shall be to
vendor's account. However, any decrease in custom
duty rate at the time of actual clearance of imported
materials shall be passed on to Owner.
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 custom duty and/or other
statutory variations, if any, thereon.

Confirmed

Confirmed

Variation in price due to Customs duty rate will be


dealt with separately after receipt of equipment at site,
against documentary evidence.
VALIDITY:
Confirm that the offer as per RFQ.

Confirmed

Confirm validity of recommended spares for 2 years


operation and maintenance will be 2 months over and
above the validity of offer.

Confirmed

ZERO DEVIATION:
Confirm your offer is in total compliance with Bidding
Document
containing
technical
specifications
including General / Technical notes and scope of work
including documentation as per Material Requisition
(MR) and subsequent Technical amendment and
Technical corrigendum, if any, without any deviation.

Confirmed

Confirmed

Confirm your offer is in total compliance with Bidding


documentation containing commercial terms and
conditions as per the following documents, without
any deviation:

Confirmed

i)

Confirmed

General Conditions of Contract (Goods)

ii) Request For Quotation (RFQ)

Confirmed

iii) Instructions to Bidders (ITB) and Addendum to


ITB for e-Tendering.

Confirmed

iv) Special Conditions of Contract (SCC)

Confirmed

v) Payment Terms and Mode of Payment.

Confirmed

vi) Packing, Marking & Shipping Instructions, Special


Packing Requirements, Integrity Pact etc.

Confirmed

vii) Terms & conditions for Supervision of Erection,


Testing & Commissioning (if applicable).
viii) Terms & conditions for Installation/Site Work, (if
applicable).

Confirmed

Deviation to Terms & Conditions shall lead to rejection


of offer.

Confirmed

Page 32 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 64 of 286

Confirmed

SL.
NO.
23.

24.

25.

VENDORS CONFIRMATION

DESCRIPTION
Furnish Balance Sheet/ Annual Reports & Turnover
figures of last three years along with your unpriced
offer:
TURNOVER
Last Year
2 years before
3 years before
Whether any of the Directors of Vendor is a relative of
any Director of Owner/EIL or the vendor is a firm in
which any Director of Owner/EIL or his relative is a
Partner or the vendor is a private company in which
any director of Owner/EIL is a member or Director.
Please confirm you have not been banned or delisted
by any Government or Quasi Government agencies or
PSUs. If you have been banned, then this fact must
be clearly stated. This does not necessarily be cause
for disqualification. However if this declaration is not
furnished the bid shall be rejected as non-responsive.

26.

Please confirm your offer contains the following:

26.1

UNPRICED OFFER
Deviation sheet, if any.

26.2
a.
b.

PRICED OFFER
Price Schedule.
Statement that all specification and terms & conditions
are as per un-priced copy of offer.
Any claim arising out of order shall be sent to Owner
in writing with a copy to EIL within 3 months from the
date of last despatch. In case the claim is received
after 3 months, the same shall not be entertained by
Consultant/ Owner.

27.

28.

29.

Attached

Refer Annexure-1

Confirmed No relation

No Deviation

Printed terms and conditions, if any, appearing in


quotation, shall not be applicable in the event of order.
In case of contradiction between the confirmations
given above and terms & conditions mentioned
elsewhere
in
the
offer,
the
confirmation
given/confirmed herein above shall prevail.
Confirm your offer is strictly as per MR requirement
without any technical deviations.

VENDORS NAME :
SIGNATURE & SEAL:

Page 33 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 65 of 286

Not Banned

Confirmed
Confirmed
Confirmed

Confirmed

Confirmed

ANNEXURE-I
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR INDIAN BIDDERS)
Vendor Name : M/s__________________________________________________________
RFQ No. : ________________________________________________________________________
Vendors Offer Ref. No. _____________________________________________________________
The Salient features of the offers are as below:
Sr.
No.
1.

ATC
Clause
Sr. No.
1.1

1.2 a)

1.2 c)

4
5
6

2 a)
2 b)
2 c)

7
8
9

3 a)
3 b)
3 b)

10

6 e)

11

23

12

--

Vendors
Confirmation

Description

Specify Despatch points.


Freight Charges Extra Upto Project Site
(Excluding Cenvatable Service Tax & Education
Cess.)
Cenvatable Service Tax & Education Cess on
Freight Charges Upto Project Site (not to be
included in the freight charges)
Note : Bidder shall be paid service tax on freight
only against issue of cenvatable invoice issued in
accordance with service tax rules.
Excise Duty : Tarrif Sub Heading No.
Excise Duty + Education Cess
Maximum rate of Excise Duty applicable (If present
rate is nil or concessional)
Specify CST/UPVAT
Central Sales Tax against form C
UPVAT without any concessional form
(Applicable for supplies from Uttar Pradesh)
Cenvatable Service Tax & Education Cess on Site
work, if any.
Note : Bidder shall be paid service tax on Site work
only against issue of Cenvatable invoice issued in
accordance with service tax rules.
Turnover figures for the last three years
Last Year :
2 Years before
3 Years before

% EXTRA
% EXTRA

% EXTRA
% EXTRA
% EXTRA
% EXTRA
% EXTRA

Currency Considered (Change in currency once


quoted will not be allowed)

Bidders Signature with Stamp/Seal


Page 34 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 66 of 286

ANNEXURE-II
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
Real Time Gross Settlement (RTGS)/National Electronic funds transfer (NEFT) Mandate Form
(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 office of bank)

Page 35 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 67 of 286

ANNEXURE III
DETAILS OF CIF VALUE
Offer Ref No:____________________
RFQ No: _______________________
Item : ________________________
DETAILS OF BUILT-IN CIF VALUE OF IMPORT CONTENT
WITH ITEMWISE DETAILS & RATES OF CUSTOMS DUTY CONSIDERED
DESCRIPTION
MR
ITEM
NO.

S.
No.

DETAILS OF BUILT-IN
IMPORTED RAW
MATERIALS AND
COMPONENTS

QTY.
(No.)

CIF VALUE OF IMPORT


CONTENT INCLUDED IN
QUOTED SUPPLY PRICES
(Rs.)
UNIT CIF
TOTAL CIF
VALUE
VALUE

RATE OF CUSTOMS DUTY INCLUDED IN QUOTED PRICES

CUSTOMS
TARIFF NO.

i)
ii)
---

i)
ii)
---

--

-TOTAL CIF VALUE

Rs.

(Bidder to indicate CIF value & details item wise wherever applicable).
____________________
(NAME OF BIDDER)

____________________
(SIGNATURE OF BIDDER)

Page 36 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 68 of 286

BASIC
CUSTOMS
DUTY (%)

CVD+
ED. CESS
(%)

ADDITION
AL CVD
(%)

TOTAL
DUTY
(%)

GAIL (INDIA) LIMITED


PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)
Vendor Name: M/s _________________________________________________________
RFQ No. :

______________________________________________________________

Vendors Offer Ref No. : ______________________________________________________


Tel. No. _____________________________ Fax No. ______________________________
Contact Person : ___________________________ E-mail __________________________
1.

ALL CORRESPONDENCE MUST BE IN ENGLISH LANGUAGE ONLY.

2.

DULY SIGNED & STAMPED COPIES OF THIS QUESTIONNAIRE, WITH ALL THE
CLAUSES DULY CONFIRMED/ PRECISELY REPLIED TO BY THE VENDOR,
SHALL BE ENCLOSED.

3.

ALL COMMERCIAL TERMS ARE GIVEN/CONFIRMED IN THE QUESTIONNAIRE


ITSELF AND NOT ELSEWHERE IN THE QUOTATION. IN CASE OF
CONTRADICTION, THE SAME GIVEN HEREIN SHALL PREVAIL, CONFIRM.

4.

FAILURE ON THE PART OF VENDOR IN NOT RETURNING THIS DULY FILLED-UP


QUESTIONNAIRE AND/OR SUBMITTING INCOMPLETE REPLIES MAY LEAD TO
REJECTION OF VENDOR'S QUOTATION.

1.

ZERO DEVIATION : YOUR OFFER SHALL BE IN TOTAL COMPLIANCE WITH


BIDDING
DOCUMENT
CONTAINING
COMMERCIAL
AND
TECHNICAL
SPECIFICATIONS INCLUDING GENERAL / TECHNICAL NOTES AND SCOPE OF
WORK INCLUDING DOCUMENTATION AS PER MATERIAL REQUISITION (MR)
AND
SUBSEQUENT
TECHNICAL/COMMERCIAL
AMENDMENT
AND
CORRIGENDUM, IF ANY, WITHOUT ANY DEVIATION OTHERWISE OFFER
SHALLBE LIABLE FOR REJECTION.

SL.
NO.
1.

DESCRIPTION

a) Confirm that the offer contains firm unit and total prices
separately on F.O.B. International Port of Exit basis
(including stowage charges).
b) Indicate international Seaport of Exit.

2.

VENDORS
CONFIRMATION
DETAILS
Confirmed

WITH

Indicated (Refer Annexure-1)

c) Confirm that firm Ocean Freight for converting FOB prices to


CFR prices upto port of entry in India (Mumbai / Nhava
Sheva) have been quoted.

Indicated
Refer Annexure-1

d) Owner reserves the option to place order on FOB or on


CFR basis.
Delivery / Completion Period:
Please confirm acceptance to delivery / completion period
conforming to RFQ requirement.

Confirmed

Page 37 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 69 of 286

Confirmed

SL.
NO.
3.

DESCRIPTION

Transit Insurance:
Prices quoted must exclude transit insurance charges from
FOB International Port of Exit as the same shall be arranged
by the Purchaser. However, all transit insurance charges for
inland transit upto FOB International Port of Exit must be
included by you in your prices.

VENDORS
CONFIRMATION
DETAILS

WITH

Confirmed

4.
a)

Taxes & Duties:


All taxes, duties and levies of any kind payable upto FOB
International Port of Exit shall be borne by you.

Confirmed

b)

Export permit/license if required shall be vendors responsibility


& any expenditure towards same will be borne by you.

Confirmed

5.
a)

VALIDITY:
Confirm that the offer as per RFQ.

b)

Confirm validity of recommended spares for 2 years operation


and maintenance will be 2 months over and above the validity
of offer.

c)

GAIL reserves the right to convert the FOB order to CFR basis within
4 (Four) Months from the date of Fax of Acceptance (FOA) / 04
weeks prior to Delivery period whichever is earlier, based on ocean
freight charges quoted by Seller subject to following:

Confirmed
Confirmed

Confirmed

Seller shall submit the following details of cargo within 15 days from
FOA. In case requisite documents/ information is not received within
above stipulated duration, then decision regarding CFR Conversion
of this purchase order shall be taken within 45 days from the date of
receipt of all requisite data.
(i)
(ii)
(iii)
(iv)

Shipments Schedule (Shipment date, Port of Shipment etc.


for all the shipments).
Performa Invoices for all the equipments.
Dimension details of packages (dividing the same to
shipment lots).
Detailed technical write-up along with Catalogue.

6.

Manufacturers name and address

7.
a)

Inspection Charges:
Third Party Inspection agency for Foreign bidders shall be BV/
DNV/TUV/ CEIL / LRS / SGS / GLI / Moody / Bax Council /
Bharat Quality Engineers. Confirm that you have included third
party inspection charges in your quoted prices (including
inspectors fee) for IBR & non IBR items. No extra charges
shall be payable by purchaser for the same.

b)

In the event of inspection by EIL or Owner, confirm no extra


charges payable by Owner/EIL.
Country of Origin:
Country of origin from where the goods have been offered.

Refer Annexure-1

Confirmed

Confirmed

8.

Page 38 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 70 of 286

Refer Annexure-1

SL.
NO.
9.

10.
(a)

DESCRIPTION

Currency of Quote:
Furnish the currency of quote. Change in currency once
quoted will not be allowed.
Spares Parts:
Confirm item wise unit price (FOB) of following spare parts as
required in Material Requisition (MR) have been quoted
indicating itemised quantity.

VENDORS
CONFIRMATION
DETAILS

WITH

Refer Annexure-1

Confirmed

i) Mandatory spares as specified in MR are included in the


price schedule.

Confirmed (if applicable as


per MR)

ii) Special Tools & Tackles as specified in the MR are included


in the quoted prices.

Confirmed (if applicable as


per MR)

iii) Confirm commissioning spares wherever required have


been included in the quoted price and list of commissioning
spares is also furnished.

Confirmed (if applicable as


per MR)

iv) Recommended spare parts for two years operation


&
maintenance are quoted separately. Also quote Sea freight
price for the spares.

Confirmed (if applicable as


per MR)

11.

Confirm documentation charges as per MR are inclusive in


your quoted prices.

Confirmed

12.

Confirm customer references list for the item/model quoted by


you, is given in offer.

Confirmed (if required as per


MR)

13.

Indicate shipping weight (net and gross) and volume of the


consignment.
Performance Bank Guarantee:
Confirm goods to be supplied by you shall be guaranteed for
performance as per the General Conditions of Contract
(Goods) & Instructions to Bidders (ITB) and valid till full
guarantee period plus 90 (ninety) days.

Refer Annexure-II

(b)

14.
a)

i)
b)

Confirmed

The Performance Bank Guarantee shall be strictly as per


enclosed proforma and shall be from any Indian Scheduled
Bank or branch of an International Bank situated in India
and registered with Reserve Bank of India as scheduled
foreign Bank.

Confirmed

Ii) However, if Performance Bank Guarantee are furnished


other than the Nationalised Indian Bank, the banks where
BGs are furnished, must be Commercial Bank having net
worth in excess of Rs. 100 crores and any declaration to
this effect will be furnished by such Commercial Bank either
in the bank guarantee itself or separately on a letter head.

Confirmed

Page 39 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 71 of 286

SL.
NO.
15.

16.

17.

18.

19.

20.

DESCRIPTION

Firmness of prices:
Confirm quoted prices shall remain firm and fixed till complete
execution of order. Price Variation shall not be considered on
any account.
Part Order:
a) Confirm acceptance to part order.

VENDORS
CONFIRMATION
DETAILS
Firm & Fixed

Confirmed

b) The quantity against a particular item shall not be split.


c) In case of part order confirm all lumpsum charges
quoted
extra if any viz. Documentation, testing, third party, packing,
crating, handling, FOB, IBR, CFR prices etc., can be
considered on prorate value basis.

Confirmed

Repeat Order:
Confirm acceptance of repeat order within 6 (six) months as
per GCC (Goods) and RFQ.

Confirmed

Price Reduction on delay in delivery:


a) Confirm acceptance of price reduction schedule for delay in
deliveries specified in GCC (Goods) and SCC (Goods)
enclosed in Bidding Document. Liquidated damages or
penalty are not acceptable.
b) In case of delay, vendor will reduce the invoice amount by
applicable reduction.
Payment Term:
Confirm acceptance of payment terms as per RFQ.

WITH

Noted

Confirmed

Confirmed

Confirmed

a) Letter of Credit shall be opened after receipt of


unconditional order acknowledgement along with 10%
performance bank guarantee valid till expiry of
Material/Equipment Guarantee period as per GCC (Goods)
and ITB plus 90 (ninety) days claim period.

Confirmed

b) Letter of Credit shall be opened through a Govt. of India


Nationalised/ Scheduled Bank and hence need not be
confirmed.
OR
c) However, if you still insist for confirmed L/C, confirmation
charges shall be borne by you, confirm.

Confirmed L/C not required

21.

All Bank charges and stamp duties payable outside India in


connection with payments to be made under this Purchase
Order, if placed, shall be borne by you. All bank charges and
stamp duties payable in India shall be borne by the Purchaser.

Confirmed

22.

Please indicate name and address of your Bankers for L/C


opening, telephone/E-mail address.

Page 40 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 72 of 286

Not Applicable

Refer Annexure-1

VENDORS
CONFIRMATION
DETAILS

SL.
NO.

DESCRIPTION

23.
a)

ZERO DEVIATION:
Confirm your offer is in total compliance with Bidding
Document containing technical specifications including
General / Technical notes and scope of work including
documentation is as per Material Requisition (MR) and
subsequent Technical amendment and Technical corrigendum,
if any, without any deviation.

b)

c)
24.
25.

Confirmed

Confirm your offer is in total compliance with Bidding


documentation containing commercial terms and conditions as
per the following documents, without any deviation:

Confirmed

i) General Conditions of Contract (Goods)

Confirmed

ii) Request For Quotation (RFQ)

Confirmed

iii) Instructions to Bidders (ITB) and Addendum to ITB for eTendering,

Confirmed

iv) Special Conditions of Contract. (Goods) (SCC- Goods)

Confirmed

v) Payment Terms and Mode of Payment.

Confirmed

vi) Packing, Marking & Shipping Instructions, Special Packing


Requirements, Integrity Pact etc.
vii) Terms & conditions for Supervision of Erection, Testing &
Commissioning (if applicable).

Confirmed

viii) Terms & conditions for Installation/Site Work,


applicable).

(if

Confirmed

Deviation to Terms & Conditions shall lead to rejection of offer.


Direct offer without the intermediary of an Indian agent will only
be considered.
a) In case vendor envisage that participation of Indian Agent is
must, no correspondence with Indian Agent will be
entertained. However, if Indian Agent are involved, the
bidder shall provide reason/justification. The payments to
overseas suppliers (i.e. the principals) shall be released
through L/C after deducting the Indian agents commission,
if any, from the quoted prices.

Confirmed
Confirmed

Confirmed

Not Applicable

b) Indicate the name of the Indian Agent, with his full address
and percentage of commission included in your offer.

Not Applicable

c) Indian Agent Commission will be paid directly by Owner


to Indian Agent in equivalent Indian Rupees (on conversion
rate as applicable on the date of payment to Vendor) after
satisfactory completion of the order. A valid registration
certificate should also exist at the time of agency
commission being paid directly by GAIL. Confirm
acceptance.

Not Applicable

Page 41 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 73 of 286

WITH

SL.
NO.

DESCRIPTION

26.

Please confirm you have not been banned or delisted by any


Government or Quasi Government agencies or PSUs. If you
have been banned, then this fact must be clearly stated. This
does not necessarily be cause for disqualification. However, if
this declaration is not furnished the bid shall be rejected as
non-responsive.

27.

Please confirm your offer contains the following:

27.1

UNPRICED OFFER
Deviation sheet, if any.

VENDORS
CONFIRMATION
DETAILS
Not Banned

No Deviation

27.2
a.

PRICED OFFER
Price Schedule.

b.

Statement that all specification and terms & conditions are as


per unpriced copy of offer.

Confirmed

28.

Any claim arising out of order shall be sent to Owner in writing


with a copy to EIL within 3 months from the date of last
despatch. In case the claim is received after 3 months, the
same shall not be entertained by consultant / Owner.
Furnish Balance Sheet & Turnover figures of last three years
along with your unpriced offer:
TURNOVER
Last Year :
2 years before :
3 years before :

Confirmed

29.

Confirmed

Attached

Refer Annexure-1

30.

Printed terms and conditions, if any, appearing in quotation,


shall not be applicable in the event of order. In case of
contradiction between the confirmations given above and
terms & conditions mentioned elsewhere in the offer, the
confirmation given/confirmed herein above shall prevail.

Confirmed

31.

Confirm your offer is strictly as per MR requirement without


any technical deviations.

Confirmed

VENDORS NAME :
SIGNATURE & SEAL:

Page 42 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 74 of 286

WITH

ANNEXURE-1
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)

Vendor Name : M/s ____________________________________________________


RFQ No. : ___________________________________________________________
Vendors Offer Ref. No. _________________________________________________
The Salient features of the offers are as below:
Sr.
No.
1.

ATC
Clause
Sr. No.
1 b)

2.

1c)

Vendors Confirmation

Description

Indicate International Seaport of Exit.

Firm Ocean Freight charges upto port


of entry in India (Mumbai) in %age of
the quoted prices

3.

Manufacturers Name & Address

4.

Country of Origin

5.

Currency Considered (Change in


currency once quoted will not be
allowed)

6.

22

Bankers address & details for L/C


opening.

7.

29

Turnover figures for the last three


years

% EXTRA

Last Year :
2 Years before
3 Years before

Bidders Signature with Stamp/Seal


Page 43 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 75 of 286

ANNEXURE-II
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
AGREED TERMS & CONDITIONS
(FOR FOREIGN BIDDERS)
Note: Evaluation and ordering of Bid is item wise as per Price Schedule. Please furnish
following details for each item of Material Requisition
MR Item no.: _____
Srl No.

Description

Details to be furnished by
Bidder

1.0

Weight of each equipment in Metric Ton

1.1

Weight of each item in Metric Ton (the items


are Srl Nos of Price schedule format attached
with quantity indicated against them)

2.0

Dimension (Length x Breadth x Height ) of


each equipment in mm

2.1

Volume of each item in cubic meters (the


items are Srl Nos of Price schedule format
attached with quantity indicated against them)

3.0

Number / Type of container required for


shipment of entire cargo of each item (item is
srl Nos of price schedule format attached)

3.1

Quantity (Numbers of
container) of each item

4.0

Whether cargo is to be shipped in one lot

5.0

Whether cargo is stackable or Non Stackable

equipments

per

Bidders Signature with Stamp/Seal

Page 44 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 76 of 286

ANNEXURE-III
GAIL (INDIA) LIMITED
PETROCHEMICAL COMPLEX II AT PATA, UTTAR PRADESH
(Job No. A096)
TERMS & CONDITIONS FOR INDIAN SOURCED COMPONENTS / SERVICES BY
FOREIGN BIDDER
Foreign bidder may source components / sub-supplies and services from India, if allowed as
per Material Requisition. Such sub-supplies / services shall be subject to following
Commercial Terms & Conditions:
1. PRICING:
1.1 Unit and total price on FOT Despatch Point basis including packing and forwarding
charges.
1.2 Details of Taxes and duties (rates) payable extra on the finished goods, applicable on
Indian sub-suppliers. Purchaser shall not issue C form for Concessional rate of Central
sales tax or concessional form for UPVAT.
1.3 Separate and clear break-up of charges for inland transportation excluding Octroi / Entry
Tax. Octroi and Entry Tax, if applicable, shall be reimbursed at actuals by GAIL on
submission of documentary evidence.
1.4 Materials if ordered against this Bidding Document are required to be dispatched on door
delivery basis through a reliable bank approved Road Transport Company unless the
transport company is named by the Owner.
1.5 Transit insurance of Indian sub supplies shall be borne and arranged by the Purchaser.
2.

CURRENCY OF QUOTE:
The quoted price of sub-supplies / services shall be in any currency out of currency of
bidders country / INR / USD / EURO.

3.

AWARD OF ORDER:
Foreign Principal shall be the single point responsible Vendor and separate order on
Foreign supplier and Indian sub-supplier / sub-contractor is not acceptable. Single
Purchase order shall be issued on the Foreign principal clearly indicating the subsuppliers / sub-contractors name, material and corresponding price in corresponding
currency.

4.

DELIVERY:
The delivery period for sub-supplies shall be on FOT site basis within specified delivery
period for Foreign bidder as per Terms of Bidding document.

5.

PRICE REDUCTION SCHEDULE:


PRS shall be applicable in totality on Indian sourced component / Service + Foreign
scope for delay in supply of goods/services either by Indian counterpart or Foreign
principals.

6. PAYMENT TERMS:
6.1 Indian sub-supplies:
95% through E-Payment with taxes and duties will be paid against receipt of Indian
sourced goods/material at project site.
Page 45 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 77 of 286

5% against receipt of Indian supplies at site as well as delivery of main equipments by


Foreign principal as per Terms of bidding document.
6.1.1

Payment of Indian sub supplies/Services shall be released directly to Indian


counterpart against Invoices raised by Indian counterpart duly certified by Foreign
principal.

6.2 Foreign principals: Payment terms of Foreign bidder shall be modified and 5% payment
out of payment against shipping documents through L/c shall be released after receipt of
Indian supplies at site as well as delivery of main equipments by Foreign principal as per
Terms of bidding document through wire transfer.
.
6.3 The payments shall be made after Adjustment of Price Reduction Schedule.
7.

PERFORMANCE BANK GUARANTEE:


Foreign principal shall submit the performance bank guarantee for 10% of total order
value including value of Indian sourced components / services and Foreign portion.

Bidders Signature with Stamp/Seal

Page 46 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 78 of 286

FORM-F7

Enterprises Information with respect to the


Micro, Small and Medium Enterprises Development Act, 2006
(APPLICABLE FOR INDIAN BIDDERS ONLY)
Bidder may be aware that a new Act Micro, Small and Medium Enterprises
Development Act 2006 (MSMED) has come into force from 2 October 2006, which
has repeated the provisions of the old Act regarding Small Scale Industrial
undertakings.
As per the MSMED Act, enterprises engaged in the manufacture/production of goods
or rendering/providing of services are to be classified into Micro, Small and Medium
enterprises based on the investment in plant and machinery/equipment.
The term enterprises stated in the above paragraph includes Proprietorship, Hindu
undivided family, Association of persons, Cooperative Society, Partnership firms,
undertaking or any other legal entity.
For the ready reference the definition of Micro, Small and Medium enterprises is given
below:
Classification of enterprises engaged in:
a) manufacture or production of goods pertaining to any industry specified
in the First Schedule to the Industries (Development and Regulation) Act
1951 as
Nature of enterprise
Micro
Small
Medium

Investment in plant & machinery (#)


Does not exceed INR 25 Lac
More than INR 25 Lac but does not exceed INR
5 Crores
More than INR 5 Crore but does not exceed
INR 10 Crores

b) providing or rendering services


Nature of Enterprise
Micro
Small
Medium

Investment in equipment
Does not exceed INR 10 Lac
More than INR 10 Lac but does not exceed INR
2 Crores
More than INR 2 Crore but does not exceed
INR 5 Crores

(#) In calculating the investment in plant & machinery, the cost of pollution control,
research and development, industrial safety devices and such other items as may
be specified will be excluded
(I)

Based on the investment criterion mentioned above, Bidder to confirm


whether their enterprise is a Micro/Small/Medium enterprise as follows:
Page 47 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 79 of 286

We (Bidder) confirm that we are a micro /small / medium enterprise under


the MSMED Act 2006. (Please strike off whichever status is not applicable)
Please note that if Bidder do not provide the above confirmation in Bidding
Document then it will be presumed that they do not qualify as a micro or
small enterprise under the MSMED Act 2006.
(II)

Further, with respect to micro and small enterprises, the MSMED Act
defines the term supplier as an enterprise which has filed a memorandum
with the authority specified by the respective State Government.

If the Bidder is a micro / small enterprise and havefiled a memorandum with the
specified authority, then Bidder to confirm the following:
We ( Bidder) are a supplier within the definition of section 2(n) of the MSMED
Act ________ (Yes/No).
If the response to the above is Yes, Bidder to provide Purchaser a copy of the
Enterpreneurs Memorandum (EM) filed with the authority specified by the respective
State Government.
If the confirmation is not furnished in Bidding Document, it will be presumed
that the Bidder is not a supplier under the MSMED Act. Further if Bidder do not
provide the evidence in terms of the EM, Bidder will not be considered as a
supplier.

(SIGNATURE & STAMP OF THE BIDDER)

Page 48 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 80 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-8
CERTIFICATE OF NON-INVOLVEMENT OF AGENT
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
This is to certify that we have not engaged involve any Agent /Consultant/Retainer/Associate
who is not an employee of _____________________ (name of your company) for payment of
any remuneration thereof in India or abroad. Therefore, no Agents / Representatives /
consultants commission is payable in India or abroad against this Contract.

SIGNATURE AND SEAL OF BIDDER

Notes:
1. This certificate should be issued in the Letter Head of the Bidder.
2. This certificate is to be issued only if there is no Agent /Consultant/Retainer/Associate is
involved.

Page 49 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 81 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-9
PROFORMA FOR DETAILS OF INDIAN AGENT
GAIL (India) Limited
GAIL Bhavan,
16, Bhikaiji Cama Place,
R.K. Puram, New Delhi -110066
India
Dear Sir,
Following are the details of Indian agent/ consultant/representative
S. No.

Description

Bidders response

1.

Name & address of agent / consultant /


representative in India.

2.

The precise relationship between the


bidder
and
their
agent/consultant/representative in India.
The mutual interest which the bidder and
Agent / Consultant / Representative in
India have in the Business of each other.
Any payment which the Agent / Consultant
/ Representative in India or abroad
receives from the bidder whether as a
commission for the contract or as a
general retainer fee included in the quoted
prices.
Permanent Income Tax Account number of
Agent / Consultant / Representative in
India
Permanent Income Tax account of bidder
in his country and also in India, if
applicable
Copy of the Agreement between the bidder
and Agent/Consultant/Representative in
India to be enclosed.
All services to be rendered by the Agent /
Consultant / Representative

3.

4.

5.

6.

7.

8.

SEAL AND SIGNATURE OF BIDDER


Note: Aforementioned informations need to be supported with necessary documents.

Page 50 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 82 of 286

Form F-10
PROFORMA OF BANK GUARANTEE FOR ADVANCE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

Ref................
Bank Guarantee No.--------Date...............
M/s. GAIL (India) Limited,
16, Bhikaiji Cama Place ,
New Delhi- 110066
India
In consideration of the GAIL (India) Limited, hereinafter called the "Owner" which expression
shall unless repugnant to the context or meaning thereof include its successors, executors,
administrators and assignees, having awarded to M/s....................................................... having
its
registered
office
at
...............................
hereinafter
referred
as
the
'CONTRACTOR/SUPPLIER', which expression shall unless repugnant to the context or meaning
thereof, include its successors, administrators, executors and assignees, a contract/purchase
order hereinafter referred to as the 'Contract/purchase order' for related
works.............. referred to as the 'WORK' on terms and
conditions
set
out,
inter-alia
in
the
Owner's
Contract/purchase
order
No......................................dated................. valued at................................................
(in words & figures) and as the Owner having agreed to make an advance payment for the
performance of the above contract/purchase order to the CONTRACTOR/SUPPLIER amounting
to.............................(in words & figures) as an advance against Bank
Guarantee to be furnished by the CONTRACTOR/SUPPLIER.
We........................................... hereinafter referred to as the BANK which expression shall, unless
repugnant to the context or meaning thereof, include its successors, administrators, executors
and assignees having our office at..................................................... do hereby undertake to give
the irrevocable and unconditional guarantee and do hereby undertake to pay the OWNER on first
demand without any demur, reservation, contest, recourse, protest and without reference to the
CONTRACTOR/SUPPLIER any and all monies payable by the CONTRACTOR/SUPPLIER by
reason of any breach by the said CONTRACTOR/SUPPLIER of any of the terms and conditions
of the said Contract/purchase order to the extent of...................... till the said advance is adjusted
as aforesaid at any time upto........................... We agree that the guarantee herein contained
shall continue to be enforceable till the sum due to the Owner on account of the said advance is
adjusted/recovered in full as aforesaid or till the Owner discharges this guarantee.
The OWNER shall have the fullest liberty without affecting in any way the liability of the BANK
under this guarantee, from time to time to vary the advance or to extend the time for performance
of the works by the CONTRACTOR/SUPPLIER. The BANK shall not be released from its liability
under these presents by any exercise of the Owner of the liberty with reference to the matter
aforesaid.
The Owner shall have the fullest liberty, without reference to CONTRACTOR/SUPPLIER and
without affecting this guarantee to postpone for any time or from time to time the exercise of any
powers vested in them or of any right which they might have against the
CONTRACTOR/SUPPLIER, and to exercise the same at any time in any manner, and either to
enforce or to forebear to enforce any power, covenants contained or implied in the Contract
between the OWNER and the CONTRACTOR/SUPPLIER or any other course or remedy or
security available to the OWNER and the BANK shall not be released of its obligations under
these presents by any exercise by the OWNER of its liberty with reference to matters aforesaid
Page 51 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 83 of 286

or other acts of omission or commission on the part of the OWNER or any other law would, but
for this provision, have the effect of releasing the BANK.
The right of the OWNER to recover the outstanding sum of advance upto Rs..................
from the BANK in the manner aforesaid will not be affected or suspended by reason of the fact
that any dispute or disputes has or have been raised by the CONTRACTOR/SUPPLIER and/or
that any dispute or disputes is or are pending before any officer, tribunal or court and any
demand made by OWNER on the BANK shall be conclusive and binding.
The BANK further undertakes not to revoke this guarantee during its currency without previous
consent of the OWNER and further agrees that the guarantee contained shall continue to be
enforceable till the OWNER discharges this guarantee.
The BANK also agrees that the OWNER shall at its option be entitled to enforce this guarantee
against the BANK as a principal debtor, in the first instance, notwithstanding any other security or
guarantee that OWNER may have in relation to the CONTRACTOR/SUPPLIER's liabilities
towards the said advance.
The Bank Guarantee's payment of an amount is payable on demand and in any case within 24
hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker fail to
release payment on demand, a penal interest of 24% per annum shall become payable
immediately and any dispute arising out of or in relation to the said Bank Guarantee's shall be
subject to the jurisdiction of Delhi Courts.
Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
CONTRACTOR/SUPPLIER 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
CONTRACTOR/SUPPLIER to be in default under the contract and without caveat or argument,
any sum or sums within the limits of (amount of guarantee) as aforesaid, without your needing to
prove or show grounds or reasons for your demand or the sum specified therein.
Notwithstanding anything contained hereinabove, our liability under this guarantee is restricted to
_________ and it will remain in force upto and including _____________ and shall be extended
from time to time for such periods as may be advised by M/s on whose
behalf this guarantee has been given.
We have power to issue this guarantee in your favour under Memorandum and Articles of
Association and the undersigned has full power to do so under the Power of Attorney/ resolution
of the Board of Directors dated........................ accorded to him by the BANK.
Dated.................this.............day of...............20 ...............
Signed by
(Person duly authorised by Bank)
Place:
WITNESS :
1...................................... (Signature)
...................................... (Printed Name)
2...................................... (Designation)

......................................
(Common Seal)

Page 52 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 84 of 286

INSTRUCTIONS FOR FURNISHING ADVANCE BANK GUARANTEE


1.

The Bank Guarantee by 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 ITB.

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 Employer

4.

If a bank guarantee is issued by a commercial bank, then a letter to Owner and copy to
Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one
hundred Crores). or its equivalent in foreign currency along with a documentary
evidence.

Page 53 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 85 of 286

BID DOCUMENT NO.:


PROJECT
:

Form F-11
PROFORMA OF BANK GUARANTEE FOR CONTRACT PERFORMANCE
GUARANTEE
(ON NON-JUDICIAL PAPER OF APPROPRIATE VALUE)

TO:
M/S. GAIL (India) LTD.
16, Bhikaiji Cama Place,
NEW DELHI-110066

Dear Sirs,
M/s __________________________________________________________________ have been
awarded the work of ___________________________________________________________
for GAIL ( INDIA) LTD. , 16, Bhikaiji Cama Place, R.K. Puram, NEW DELHI.
The Contracts conditions provide that the CONTRACTOR shall pay a sum of _____________ ( as full
Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract
Performance Guarantee includes guarantee executed by Nationalised Bank, undertaking full
responsibility to indemnify GAIL (INDIA) LTD., in case of default.
The said_______________________________________________ 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
and
agree
with
you
that
if
default
shall
be
made
by
M/s__________________________________ in performing any of the terms and conditions of
the tender or in payment of any money payable to GAIL ( INDIA) LTD., we shall on demand pay
without any recourse to the contractor to you in such manner as you may direct the said amount
of _____________________________ only or such portion thereof not exceeding the said sum
as you may from time to time require.

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 contract with the said _____________________________________ and to
enforce or to forbear from endorsing any powers or rights or by reason of time being given to the
said __________________________ which under law relating to the sureties would but for
provision have the effect of releasing us.

Page 54 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 86 of 286

3.

Your right to recover the said sum of ____________________________________


(_______________________________________) from us in manner aforesaid 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.

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 but shall in all respects and for
all purposes be binding and operative until payment of all money due to you in respect of such
liabilities is paid.

5.

This guarantee shall be irrevocable and shall remain valid upto______________, If any further
extension of this guarantee is required, the same shall be extended to such required period on
receiving instruction from M/s.___________________________________________________
on whose behalf this guarantee is issued.

6.

The Bank Guarantees payment of an amount is payable on demand and in any case within
48 hours of the presentation of the letter of invocation of Bank Guarantee. Should the banker
fail to release payment on demand, a penal interest of 18% per annum shall become payable
immediately and any dispute arsing out of or in relation to the said Bank Guarantee shall be
subject to the jurisdiction of Delhi Courts.

7.

We have power to issue this guarantee in your favour 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.

Yours faithfully,
___________________________Bank
By its Constituted Attorney

Signature of a person duly


authorised to sign on behalf of
the Bank.

Page 55 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 87 of 286

BID DOCUMENT NO.:


PROJECT
:
INSTRUCTIONS FOR FURNISHING CONTRACT PERFORMANCE GUARANTEE
1.

The Bank Guarantee by successful bidder(s) will be given on non-judicial stamp


as per stamp duty applicable. The non-judicial stamp paper should be in name
issuing bank. In case of foreign bank, the said bank guarantee to be issued
correspondent bank in India on requisite non-judicial stamp paper and place of
be considered as Delhi.

2.

The bank guarantee by bidders will be given from bank as specified in ITB.

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 Employer

4.

If a bank guarantee is issued by a commercial bank, then a letter to Owner and copy to
Consultant confirming its net worth is more than Rs. 1,000,000,000/- (Rupees one
hundred Crores). or its equivalent in foreign currency along with a documentary
evidence.

Page 56 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 88 of 286

paper
of the
by its
bid to

BID DOCUMENT NO.:


PROJECT
:

F-12
PERFORMA OF INDEMNITY BOND FOR SUPPLY OF MATERIALS BY GAIL
(To be executed on non-judicial stamp paper of appropriate value)
WHEREAS GAIL (INDIA) LTD (hereinafter referred to as GAIL) which expression
shall unless repugnant to the context includes their legal representatives, successors
and assigns having their registered office at Bhikaiji Cama Place, R. K. Puram, New
Delhi has entered into an Contract with _______________________________
(hereinafter referred to as the CONTRACTOR which expression shall unless
repugnant to the context include their legal representatives, successors and assigns)
for ____________________on the terms and conditions as set out, inter-alia, in the
Contract No................. Dated............. and various documents forming part thereof
hereinafter collectively referred to as the "CONTRACT" which expression shall include
all amendments, modifications and/or variations thereto.
AND WHEREAS
i)

GAIL has agreed to supply to the CONTRACTOR, equipment, plants and


materials (finished, semi-finished and raw) for the purpose of EXECUTION of
the said CONTRACT by the CONTRACTOR (the equipment, plants and
materials to be supplied by GAIL to the CONTRACTOR, hereinafter for the
sake of brevity referred to as the said materials) and pending execution by the
CONTRACTOR of the CONTRACT incorporating the said materials, the said
materials shall be under the custody and charge of the CONTRACTOR and
shall be kept, stored, altered, worked upon and/or fabricated at the sole risk
and expense of the CONTRACTOR.

ii)

As a pre-condition to the supply of the said materials by GAIL to the


CONTRACTOR, GAIL has required the CONTRACTOR to furnish to GAIL an
Indemnity Bond in the manner and upon terms and conditions hereinafter
indicated.
NOW, THEREFORE, in consideration of the premises aforesaid the
CONTRACTOR hereby irrevocably and unconditionally undertakes to
indemnify and keep indemnified GAIL from and against all loss, damage and
destruction (inclusive but not limited to any or all loss or damage or destruction
to or of the said materials or any item or part thereof by theft, pilferage, fire,
flood, storm, tempest, lightning, explosion, storage, chemical or physical action
or reaction, binding, warping, exposure, rusting, faulty workmanship, faulty
fabrication, or faulty method or technique of fabrication, strike, riot, civil
commotion, or other act or omission or commission whatsoever within or
beyond the control of the CONTRACTOR, misuse and misappropriation
(inclusive but not limited to the misuse or misappropriation by the
CONTRACTOR and the CONTRACTOR's servants and/or agents) whatsoever
to, or of in the said materials or any part of them thereof from the date that the
same or relative part of item thereof was supplied to the CONTRACTOR upto
and until the date of return to GAIL of the said materials or relative part of item
thereof or completed fabricated works(s) incorporating the said material and
undertake to pay to GAIL forthwith on demand in writing without protest or
demur the value as specified by GAIL of the said material or item or part
thereof, lost, damaged, destroyed, misused and/or misappropriated, as the
case may be or, together with GAIL's costs and expenses (inclusive of but not
limited to handling, transportation, cartage, insurance, freight, packing and
Page 57 of 58

ITB (LIMITED POA) REV 3 (A096)


Page 89 of 286

inspection costs/or expenses upto) and aggregate limit of


__________________________________
(In
words
_______________________________________________________________
_______ _________________________________ Only).

AND THE CONTRACTOR hereby agrees with GAIL that:


i)
This Indemnity/Undertaking shall be a continuing Indemnity/ Undertaking
and shall remain valid and irrevocable for all claims of GAIL arising hereunder
upto and until the midnight of ________________.
However, if the
CONTRACT for which this Indemnity/Undertaking is given is not completed by
this date, the CONTRACTOR hereby agrees to extend the
Indemnity/Undertaking till such time as is required to fulfil the CONTRACT.
ii)
This Indemnity/Undertaking shall not be determined by any change in
constitution or upon insolvency of the CONTRACTOR but shall be in all
respects and for all purposes be binding and operative until payment of all
moneys payable to GAIL in terms of hereof.
The mere statement of allegation made by or on behalf of GAIL in any notice or
demand or other writing addressed to the CONTRACTOR as to any of the said
material or item or part thereof having been lost, damaged, destroyed, misused
or misappropriated while in the custody of the CONTRACTOR and/or prior to
completion of the completed fabricated work(s) and delivery to job site thereof
incorporating the said materials shall be conclusive of the factum of the said
material or item or part thereof having been supplied to the CONTRACTOR
and/or the loss, damage, destruction, misuse or misappropriation thereof, as
the case may be, while in the custody of the CONTRACTOR and/or prior to the
completion of the completed fabricated work(s) and delivery to job site thereof
incorporating the said materials without necessity on the part of GAIL to
produce any documentary proof or other evidence whatsoever in support of
this.
iv)
The amount stated in any notice of demand addressed by GAIL to the
CONTRACTOR as to the value of such said materials lost, damaged,
destroyed, misused or misappropriated, inclusive relative to the costs and
expenses incurred by GAIL in connection therewith shall be conclusive of the
value of such said materials and the said cost and expenses as also of the
amount liable to be paid to GAIL to produce any voucher, bill or other
documentation or evidence whatsoever in support thereof and such amount
shall be paid without any demur and on demand and no dispute shall be raised
concerning the same.

iii)

The undersigned has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR under the Power of Attorney dated______.

(SIGNED BY COMPETENT AUTHORITY)


Place:
Dated:
Official seal of the CONTRACTOR

Page 58 of 58
ITB (LIMITED POA) REV 3 (A096)
Page 90 of 286

This 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 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. EIL-1641-515 Rev.1 A4-210x297.

MATERIAL REQUISITION (TOP SHEET)


ITEM DESCRIPTION: COMPRESSOR-ROTARY.LOBE/VACUUM PUMP (AIR SERVICE)
GROUP ITEM CODE: 04JB

DESTINATION: As per Commercial Documents

II

MR CATEGORY:

DELIVERY PERIOD: As per Commercial Documents

DOCUMENT NUMBER
( Always quote the Document Number given below as reference )

A096

000

KA

MR

5785

14/10/2013

JOB NO.

UNIT/
AREA

MAIN
COST
CENTRE

DOC.
CODE

SR. NO.

REV.

DATE

16
DIVN.

45
DEPT.

ORIGINATOR

NOTES :
1
This page is a record of all the 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 purposes.
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

14/10/2013

CHK.

APPD.

DETAILS

ME
NK
DB
ISSUED FOR BIDS
This is a system generated approved document and does not require signature.

Project: GAIL PETROCHEMICAL COMPLEX-II


ENGINEERS INDIA LIMITED
16
Page 91 of 286
File Name: f:\5785.pdf

Client:

M/S GAIL (INDIA) LTD


Sheet

1 of 3

This 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 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. EIL-1641-515 Rev.1 A4-210x297.

SR. NO.

TAG NO/
ITEM CODE/ [ ID. NO. ]

01.00

01.01
02.00
03.00
04.00

142-KA-01

04.01
05.00

{04}142-KA-01

QUANTITY

Design, engineering, manufacture,


procurement of materials and bought out
components, assembly at shop, inspection,
testing at manufacturer's works, packing
& delivery of the following, including
supply of all commissioning spares (Note1) & special tools and tackles (Note-2) &
documentation as per the enclosed EIL
standard specifications, instructions to
vendors, job specification, data sheets
etc. and other codes and standards
attached or referred.
VENT BLOWER
1 Nos
<< DELETED >>
<< DELETED >>
Supply of Mandatory Spares as per
enclosed dcoument: A096-000-16-45-SL-5785
Rev. A.
For Sr. No. 01.01
1 Lot
Quotation for Two Years Operation and
Lot
Maintenance Spares (to be recommended by
vendor), as per enclosed instructions to
vendor
<< DELETED >>
<< DELETED >>
Supervision of erection, testing and
commissioning of items specified at item
1.00 above (Note-3)
For Sr. No. 01.01
1 /diem rate
Drawings and documents as per attached
Lot
Vendor Data requirement for all supplies
and services covered above in Sr.Nos.1.00
to Sr.No.8.00

06.00
07.00
08.00

08.01
09.00

DESCRIPTION

{08}142-KA-01

Vendors shall quote prices in EIL Price Schedule except for Sr.No.9.00. Price for
documentation is implied to be included in the prices quoted against Sr.No.1.00 to
Sr.No.8.00
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
main equipment Tag No. only.

Project: GAIL PETROCHEMICAL COMPLEX-II


ENGINEERS INDIA LIMITED
16
Page 92 of 286
File Name: f:\5785.pdf

Client:

M/S GAIL (INDIA) LTD

REQUISITION NO.

REV.

A096-000-KA-MR-5785

Sheet

2 of 3

This 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 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. EIL-1641-515 Rev.1 A4-210x297.

LIST OF ATTACHMENTS
SL.
No.
1

DOCUMENT TITLE

DOCUMENT NO.

List of Attachments

REV.
DATE
A

REVISION
REV.
REV.
DATE

REV.
DATE

DATE

A096-000-16-45-LA5785
10/10/2013
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:
(1) Supply of all commissioning spares as required for the Blower ackage shall be in
vendor scope of supply. Vendor to furnish a consolidated list of all such
commissioning spares along with offer. In case, any additional commissioning spares
is required over & above the quoted commissioning spares during commissioning of the
subject blower package, then the same shall have to be supplied/replaced by vendor
without any cost & time implication to the purchaser.
(2) Vendor shall furnish a list of special tools & tackels included in scope for the
subject blower packages along with the offer (Refer Cl 13.4 of Job specification
(A096000-PA-SP-5785)
.
(3) Cost for Supervision of Erection and Commissioning for 10 man days per blower
package (i.e. Total 10 Mandays) shall be added to the total cost of the blower
packages. Bidder may decide the days between Indian/Foreign supervisors and also
discipline wise but total of 10 man days per pump package (i.e. Total 10 Mandays) and
indicate the price of supervisor to be used for commercial loading up to a total of
10 man days for evaluation purpose. However, the actual payment for supervision of
erection and commissioning shall be based on actual mandays consumed at site for
carrying out these activities.

Project: GAIL PETROCHEMICAL COMPLEX-II


ENGINEERS INDIA LIMITED
16
Page 93 of 286
File Name: f:\5785.pdf

Client:

M/S GAIL (INDIA) LTD

REQUISITION NO.

REV.

A096-000-KA-MR-5785

Sheet

3 of 3

Engineers India Limited

S.No.

Equipment Number

Email:

Fax:

Form
Scheduled
Category
Electronic
Review (R) / date of 1st
Records (I) Submission (E)/ Print (P)

Phone:

Contact Person:

City:

Address:

Vendor Drg./ Doc. Title

Contact Person(EIL):

Drg./ Doc. Nomenclature


as per EIL Vendor Data Vendor Drg. / Doc. Numbe
Requirement

EIL Originating Department: ROTATING EQUIPMENT

PO No.:
Date of PO:

Date of LOI:

PR No.:

Vendor Name:

Remarks

Status
Date

Format No.: EIL-1641-1923 Rev.1

Vendor Drawing/ Document Submission Schedule

Project: GAIL PETROCHEMICAL COMPLEX-II

ROTARY.LOBE/VACUUM PUMP (AIR SERVICE)

Item Description: COMPRESSOR-

Client: M/S GAIL (INDIA) LTD

Page 94 of 286

Material Requisition for Blower


Rotary (Straight Lobe) Roots
Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 1 of 8

SECTION-A: ROTATING EQUIPMENT

PROJECT

GAIL PETROCHEMICAL
PRADESH

UNIT

OFFSITES

CLIENT

GAIL, PATA

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

Format No. EIL


1641-1924
Rev. 1
Page
95 of 286

COMPLEX-II,

PATA,

UTTAR

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 2 of 8

Sno.

DOCUMENTS TITLE

DOCUMENT NO.

REV
DATE

REVISION
REV
REV
DATE
DATE

1.0

SECTION-A: ROTATING EQUIPMENT


1.1
1.1.1

GENERAL
Special instructions to bidder

1.1.2

Deviation Format

A
10.10.13
A096-000-16-45-DF-5785
A

1.1.3

Technical compliance statement

A096-000-16-45-TCL-5785

1.1.4

Check list for Scope of Supply- Compressor


Rotary Lobe Type (Air Service) Package
(Electric Motor driven), Item No.# 142-KA-01
List of Mandatory Spare Parts- Compressor
Rotary Screw (Process Service) Package
(Electric Motor driven).
JOB SPECIFICATIONS
Site & Utility Data- Compressor Rotary Lobe
Type Package (Electric Motor driven).

A096-000-16-45-CL-5785

1.1.5

1.2
1.2.1
1.2.2
1.2.3
1.3
1.3.1

Job Specification for Compressor Rotary Lobe


Type Package (Electric Motor driven).
Piping Material Specification for A1A

A096-000-16-45-SI-5785

10.10.13
A096-000-16-45-SL-5785
A
10.10.13
A096-000-16-45-SU-5785

A
10.10.13
A
A096-000-16-45-SP-5785
10.10.13

1.4
1.4.1

DATASHEETS and P&IDs


A096-142-04-DS-1501
1
Compressor Process Datasheet
(Item No.# 142-KA-01)
13.06.13
Piping and Instrumentation diagram
A096-04-41-142-1112
1
Vapour Recovery Unit
30.07.13
Compressor Rotary Lobe Type (Air Service)
A096-000-16-45-DS-5785
A
Package, (Item No.# 142-KA-01) Mechanical
10.10.13
Datasheet.
VENDOR DATA REQUIREMENT
Vendor Data Requirement
A096-000-16-45-VR-5785
A

1.5
1.5.1

EXPERIENCE RECORD PROFORMA


Experience record proforma

1.3.2
1.3.3

Format No. EIL


1641-1924
Rev. 1
Page
96 of 286

A096-000-16-45-ER-5785

A
---

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 3 of 8

SECTION-B: ELECTRICAL

PROJECT

GAIL PETROCHEMICAL
PRADESH

UNIT

OFFSITES

CLIENT

GAIL, PATA

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

Format No. EIL


1641-1924
Rev. 1
Page
97 of 286

COMPLEX-II,

PATA,

UTTAR

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 4 of 8

Sno.

DOCUMENTS TITLE

REVISION
REV
REV
DATE
DATE

SECTION-B: ELECTRICAL

2.0
2.1

DOCUMENT NO.

REV
DATE

JOB SPECIFICATIONS
Refer Electrical Section

Format No. EIL


1641-1924
Rev. 1
Page
98 of 286

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 5 of 8

SECTION-C:INSTRUMENTATION

PROJECT

GAIL PETROCHEMICAL
PRADESH

UNIT

OFFSITES

CLIENT

GAIL, PATA

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

Format No. EIL


1641-1924
Rev. 1
Page
99 of 286

COMPLEX-II,

PATA,

UTTAR

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 6 of 8

Sno.

DOCUMENTS TITLE

DOCUMENT NO.

REV
DATE

REVISION
REV
REV
DATE
DATE

SECTION C: INSTRUMENTATION

3.0
3.1

GENERAL

3.1.1

Refer Instrumentation Section

Format No. EIL


1641-1924
Rev. 1
Page
100 of 286

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 7 of 8

SECTION-F: QUALITY MANAGEMENT SYSTEM

PROJECT

GAIL PETROCHEMICAL COMPLEX-II, PATA, UTTAR PRADESH

UNIT

OFFSITES

CLIENT

GAIL, PATA

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

Format No. EIL


1641-1924
Rev. 1
Page
101 of 286

Copyright EIL All rights reserved

Material Requisition for Blower Rotary


(Straight Lobe) Roots Type (Air Service)

DOCUMENT No.
A096-000-16-45-LA-5785 Rev.A
Page 8 of 8

Sno.

DOCUMENTS TITLE

6.0

DOCUMENT NO.

REV
DATE

REVISION
REV
REV
DATE
DATE

SECTION F: QUALITY MANAGEMENT SYSTEM

6.1

QUALITY DATA REQUIREMENTS

6.1.1

Specification for quality management system


requirements from bidders

6-78-0001

6.1.2

Specification for documentation requirements


from suppliers

6-78-0003

Format No. EIL


1641-1924
Rev. 1
Page
102 of 286

0
04.06.09
0
04.06.09

Copyright EIL All rights reserved

DOCUMENT No.
A096-000-16-45-SI-5785
Rev. A

Special Instruction
to Bidders

Page 1 of 2

SPECIAL INSTRUCTION
TO
BIDDERS
PROJECT

GAIL PETROCHEMICAL
PRADESH

UNIT

VAPOR RECOVERY UNIT

CLIENT

M/s GAIL(INDIA) LIMITED

EIL JOB NO.

A096

COMPLEX-II,

PATA,

UTTAR

10.10.13

Issued with inquiry

ME

NK

NK

Rev.
No.

Date

Purpose

Prepared by

Reviewed by

Approved by

Page 103 of 286


Format No. EIL 1641-1924 Rev. 1

Copyright EIL All rights reserved

Special Instruction
to Bidders

DOCUMENT No.
A096-000-16-45-SI-5785
Rev. A
Page 2 of 2

1.0

Scope
This document is intended to outline the procedures envisaged for execution of this enquiry
including pre-bid and in-bid requirements.

2.0

Special Requirements

2.1

Pre-Bid stage:
i) The bidders shall be invited for an extensive pre-bid meeting after floating of enquiry.
This pre-bid meeting shall include discussion/ finalization of following:
- Bidders Deviations to data sheet/ specifications/ codes & standards.
- Bidders clarification/ recommendation/ exceptions (if any) w.r.t. scope of supply.
- Control philosophy.
- Utility requirements.
- Equipment layout/ detailed GA.
ii) Bidder shall submit their deviations/ exceptions/ clarifications at one place. Bidder to
note that only equipment specific or technically infeasible deviations shall only be
discussed during PRE- BID meeting provided a suitable justification for the same is
furnished. Purchasers decision on such deviations shall be treated as FINAL.
Deviations, which can be complied either with extra cost and or with time implications,
shall not be permitted.
iii) Based on the clarifications with regard to scope of supply, control philosophy and other
details as specified in 2.1(i) above during pre-bid meeting, necessary addendum/
amendment to the enquiry document (if required) shall be issued prior to submission of
the bids.
iv) The pre-bid meeting is must for all the bidders, however in case any of the bidder is not
attending the PRE- BID meeting, it shall be understood that the bidder does not have
any comments/ deviations to RFQ requirements. In case any deviations/ clarifications
are furnished by such bidder in his Bid, the complete bid is likely to be rejected.

2.2

In-Bid requirement:
Vendor shall necessarily furnish the following along with the bid without which the offer shall
be considered incomplete is likely to be rejected:
(i) Duly filled and signed/ stamped Technical Compliance statement (Doc.# A096-000-1645-TC-5785).
(ii) Completely filled-in EIL datasheet of Vacuum Pump (Doc.# A096-000-16-45-DS-0001).
(iii) Experience Record Formats (duly filled-in) for Blower package. It shall be noted that the
equipments shall meet the respective equipment qualification criteria as specified in
their respective EIL specification/job specification.
(iv) All Checklists (Including Check list scope of supply, Mandatory spares list etc.), duly
filled-in, with regard to scope of supply finalised in pre-bid meeting.
(v) Layout Drawings finalised during Pre-Bid Meeting.
(vi) Utilities Requirement finalised during Pre-Bid Meeting.
(vii) Clarifications/ deviations finalised during Pre-Bid Meeting. No new technical deviations
other than what has been discussed and agreed upon in pre-bid stage shall be
considered or taken cognizance of.

Bidders to note that ZERO DEVIATION BIDS are envisaged against this inquiry. No technical
deviation in the bid and post bid shall be entertained. It is in the bidders interest to ensure that all
technical deviations are sorted out in the pre-bid meeting stage only.

Page 104 of 286


Format No. EIL 1641-1924 Rev. 1

Copyright EIL All rights reserved

Doc. No. A096-000-16-45-TC-5785

TECHNICAL COMPLIANCE STATEMENT


(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s

CONFIRM THAT THE PROPOSAL OF ------------

----------------------------------------QUOTED BY M/s

FOR GAIL,

PETROCHEMICAL-II PROJECT, PATA (INDIA) AGAINST MATERIAL REQUISITION


/TENDER/PACKAGE

No.

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

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/GAIL 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.

(SIGNATURE WITH SEAL)

Page 105 of 286

DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS

A096-000-16-45-DF-5785
Page 1 of 2

DEVIATIONS
TO
TECHNICAL SPECIFICATIONS
PROJECT

UNIT

GAIL PETROCHEMICAL
PRADESH
OFFSITES

CLIENT

GAIL (INDIA) LIMITED

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

RFQ NO.

NAME OF THE VENDOR

VENDORS REF. NO.

COMPLEX-II,

PATA,

UTTAR

NOTES:
1.

Vendor shall note that only those deviations to specified standards & codes (if any), shall be permitted which are technically infeasible to be met, provided
suitable justification for the same is furnished. Deviations, which can be complied with extra cost and or time implication, shall not be permitted.

2.

Any deviations/deletions/corrections made elsewhere in the body of the vendors proposal will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn by the vendor.

Format No. EIL 1645-DF-351


Rev.
Page 106
of 1286

Copyright EIL All rights reserved

DOCUMENT No.
LIST OF DEVIATIONS TO TECHNICAL SPECIFICATIONS

A096-000-16-45-DF-5785
Page 2 of 2

TITLE OF THE DOCUMENT:_______________________________________________________________________________________________________________________


DOCUMENT NO.:______________________________________________________________________________________________________________________________
Sl.
No.

Clause
No.

Technical Requirements specified

Format No. EIL 1645-DF-351


Rev.
Page 107
of 1286

Deviation

Technical Justification

Copyright EIL All rights reserved

Remarks

Checklist: Scope of Supply/ Work for


Blower Rotary (Straight Lobe) Roots
Type

DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 1 of 4

CHECKLIST: SCOPE OF SUPPLY/ WORK


FOR
BLOWER ROTARY (STRAIGHT LOBE) ROOTS TYPE
(ELECTRIC MOTOR DRIVEN)

PROJECT

GAIL PETROCHEMICAL COMPLEX-II, PATA

UNIT

VAPOR RECOVERY UNIT

CLIENT

M/s. GAIL

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

09.10.13

Issued for Material Requisition

ME

NK

NK

Rev.
No

Date

Purpose

Prepared
by

Checked
by

Approved
by

Format No. EIL 1641-1924 Rev. 1

Page 108 of 286

Copyright EIL All rights reserved

Checklist: Scope of Supply/ Work for


Blower Rotary
(Straight Lobe) Roots Type

DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 2 of 4

Vendor shall furnish all equipment, drivers, auxiliary systems, instruments and controls
and safety devices as per the enquiry document. Anything required over and above that is
specified, for safe and satisfactory operation of the blower package shall be included by the
vendor in his scope and mentioned in additional sheets attached to this list in the vendors
proposal.
Vendor to write YES/NO against each item. Vendor is required to include complete scope,
as such 'NO' is not warranted. However, in case for any of the items if vendor's reply is
'NO', vendor should give reasons for the same.
Vendor is requested to fill checklist in this manner only and not to furnish his scope of
supply separately.
Vendor's scope of supply shall include but not be limited to the following for each blower
package:
S. No. Description
Blower (Refer equipment data sheets, P&IDs and specs.
for full details)
1.1 Rotary type blower with electric motor, couplings, seal &
seal system (as applicable), lube oil system (as applicable)
and other auxiliaries duly mounted on common skid.
Blower with electric motor driver
Seals & seal system (as required) with all
associated instruments
Lube oil system (as required)
All couplings and non- sparking guards
Common skid for Blower, driver, lube oil system,
seal system, Local gauge board & other auxiliaries
and fittings as required.
Inlet and Discharge silencer
Prefabricated interconnecting piping
Suction Expansion joints with flanged connection
Discharge Expansion joints (flexible connector) with
flanged connection
Aftercooler at Discharge duly mounted on baseplate
with cooling water piping and gas piping.
Pressure safety valve @ Discharge
One TSV and one Temperature gauge(gauge
board) at cooling water outlet of aftercooler
One sight flow indicator at cooling water outlet line.
2 Electrical Equipment

Specified by
Purchaser
(Yes/No)

Included by
Vendor
(Yes/No)

Remarks

Yes

Yes
Yes
Yes
Yes
Yes

Yes
Yes
Yes
Yes
Yes
Yes
Yes
Yes

(Refer equipment data sheets and Electrical specs. for full details)

2.1
3.

Scope of supply as per Electrical specifications and


documents attached with inquiry.
Instrumentation and controls

Yes

(Refer equipment data sheets and Instrument specs. for full details)

3.2

Scope of supply as per instrumentation specification


attached with inquiry document.

Format No. EIL 1641-1924 Rev. 1

Page 109 of 286

Yes

Copyright EIL All rights reserved

Checklist: Scope of Supply/ Work for


Blower Rotary
(Straight Lobe) Roots Type

S. No. Description
4.

4.1
4.2

4.3
4.4

5.0
5.1
5.2
5.2
5.4
6.

Spares & Tools/Tackles


Spares for the Blower package including Mechanical,
Electrical, Instrumentation etc. as per job spec. Doc. No. #
A096-000-16-45-SP-5785
- Mandatory spares, as specified in the "Checklist for
Mandatory Spares, Doc.No. A096-000-16-45-SL-5785
- Quote for vendor recommended spares for 2 year
normal operation which are required over and above the
mandatory spares.
- Erection & Commissioning spares as recommended by
the equipment manufacturer.
Set of Special tools and tackles required for erection, site
assembly and maintenance of Blower as recommended by
the equipment manufacturer.
Inspection & Testing (For each Blower package)
Witness Hydrostatic tests
Witness Mechanical Run Test (Main rotor & spare rotor)
Witness Performance Test as per ISO-1217
Other tests as specified in data sheets and specifications
Vendor Data & Drawings

DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 3 of 4

Specified by
Purchaser
(Yes/No)

Included by
Vendor
(Yes/No)

Remarks

Yes
Yes

Yes
Yes

Yes
Yes
Yes
Yes

4 hr test

(Vendor data requirement Including Mechanical, Electrical,


Instrumentation)

6.1

7.0
7.1
8.0
8.1
8.2
8.4
8.5
8.6

All data & drawings as required per Vendor data


requirements, data sheets, specifications and referenced
codes and standards.
Erection & Commissioning
Supervision of Erection & Commissioning for Blower
package.
Miscellaneous
Acoustic enclosure (If required) to restrict the sound level
to 88 dba @ 1 m from Blower
Packaging suitable for 06 months of outdoor storage
All Foundation/Anchor Bolts
Painting, Preparation of Shipment
Additional items (including mechanical, electrical and
instrumentation and controls) not specified by Purchaser
but recommended by bidder for safe, smooth and efficient
operation of complete Blower Train
(Bidder to include separate list of such items in his proposal
along with their unit prices

Yes

Yes

Per diem
rates
(Note- 4)

Yes

Refer clause
7.1 of job
specification

Yes
Yes
Yes
Yes

Mfr.Std.

Note:
1) Please note that first fill of consumables/ lubricants shall be in Vendors scope if these are
special and imported type. However, the details/ specifications with regard to consumables/
lubricants shall be recommended by the Bidder during detail engineering.

Format No. EIL 1641-1924 Rev. 1

Page 110 of 286

Copyright EIL All rights reserved

Checklist: Scope of Supply/ Work for


Blower Rotary
(Straight Lobe) Roots Type

DOCUMENT No.
A096-000-16-45-SS-5785
Rev.A
Page 4 of 4

2) Bidders are required to submit a list of commissioning spares (As specified /recommended
by them) along with the offer, which shall be supplied along with the blower package. Any
spares consumed over and above the spares supplied along with the blower package, shall
be furnished by the blower vendors at the time of commissioning without any time/cost
implication to the purchaser. Any un-used spare(s) shall be retained at purchaser's end
without any cost implication.
3) Bidders are required to submit a list of special tools and tackles (as recommended by them)
along with the offer which shall be supplied along with the blower package. If no special
tools/tackles are required for normal operation and maintenance of blower package, the
same shall be categorically indicated in the bid.
4) The vendor shall provide his services for supervision during erection and commissioning of
the Blower package. Electrical & Instrumentation sub-vendors engineers shall also be
present along with vendor's erection and commissioning engineers, as required. The
supervisory cost of 10 mandays for each blower package shall be considered for purpose
of commercial comparison (which the vendor may decide between days for Indian/Foreign
supervisors and also discipline wise but total of 10 mandays). The vendor shall indicate the
cost of providing the above services on per diem basis. Per diem rates, as quoted by the
vendor, shall be the basis of payment, on actual mandays consumption at site.

Format No. EIL 1641-1924 Rev. 1

Page 111 of 286

Copyright EIL All rights reserved

LIST FOR MANDATORY SPARE


PARTS

DOCUMENT No.
A096-000-16-45-SL-5785 Rev. A
Page 1 of 2

LIST FOR MANDATORY


SPARE PARTS

PROJECT

GAIL PETROCHEMICAL COMPLEX-II

CLIENT

M/s. GAIL

UNIT

VAPOUR RECOVERY SYSTEM

EIL JOB NO

A096

A
Rev.
No

10.10.13
Date

Page
112 of 286
Format No. EIL
1641-1924
Rev. 1

ISSUED WITH MR

ME

NK

Purpose

Prepared
by

Checked & Approved by

Copyright EIL All rights reserved

CHECK LIST MANDATORY


SPARE PARTS

DOCUMENT No.
A096-000-16-45-SL-5785 Rev. A
Page 2 of 2

Mandatory Spares for Vacuum Pump:


Pump Item Number: 142-KA-01
Sl.
no

Part Description

Total No. Of Units Installed: 1(1W)


Quantity Required
(for each pump)

Quoted Unit Price


(Yes/ No/
Per Set
Not Appl)

A MECHANICAL
1. Set of Dynamically Balanced Rotor

One set

B Electrical
As per electrical specification
C Instrumentation
As per Instrumentation Specification

Notes:
1.

The word `Set' means the quantity required for full replacement of that part in one machine.

2.

The Bidder shall quote for all the mandatory spares as defined above & as applicable to the proposed
design of the equipment. In case, any spare which is listed above but not applicable due to specific
construction/design of the equipment, the same shall be highlighted as `Not Applicable' against that
spare supported with proper technical explanation.

3.

Spare parts shall be identical in all respects to the parts fitted on the main equipment, including
dimensions, material of construction & heat treatment.

4.

The cost of these mandatory spares shall be added to the `Total Cost' for commercial evaluation of
the offer.

5.

The offers, not including the quotation for mandatory spare parts in the commercial section & the
un-priced quotation for mandatory spare parts in the technical section shall be considered as
incomplete offers and shall be liable for prima-facia rejection. The Bidder is advised to furnish the
above checklist, duly completed & consolidated, along with the techno-commercial offer (i.e. both
un-priced & priced copies)

Page
113 of 286
Format No. EIL
1641-1924
Rev. 1

Copyright EIL All rights reserved

Total
Price

SPECIFICATION No.

SITE & UTILITY DATA

A096-000-16-45-SU-5785
Rev-A
Page 1 of 5

SITE & UTILITY DATA

PROJECT

GAIL PETROCHEMICAL COMPLEX-II, PATA

UNIT

UTILITIES AND OFFSITES

CLIENT

GAIL (INDIA) LIMITED

EIL JOB NO.

A096

10.10.13

Issued with MR

ME

NK

Rev.
No

Date

Purpose

Prepared by

Checked &
Approved by

Page 114 of 286


Format No. 1641-1924 Rev. 0

Copyright EIL All rights reserved

SPECIFICATION No.

A096-000-16-45-SU-5785
Rev-A

SITE & UTILITY DATA

Page 2 of 5

1.

SITE DATA INFORMATION


PLANT LOCATION
Refer Engineering Design Basis for complete details of plant location. This section presents
brief details.
Plant Location
State
Nearest Important Town
Nearest Railway Station
Nearest Port
Nearest National Highway
Nearest Airport
Source of Water
Rainy season (Monsoon)

:
:
:
:
:
:
:
:
:

Pata
Uttar Pradesh
Dibiyapur (100 Km from Kanpur)
Phaphund (100 Km from Kanpur)
Mumbai/ Kandla
NH-2
Lucknow/ Kanpur
Lower Ganga Canal
Mid June to mid September

METEOROLOGICAL DESIGN DATA


Relevant meteorological design data towards preparing process engineering specifications
is as follows:
Parameter

Sl#

Minimum

Normal /
Average

Maximum /
Design

139.5
-

tmin= 1.7

tnor = amb.

tmax= 47.8

20%@ tmin

@ tnor

90%@ tmax= 35 0C

(A) METEOROLOGICAL DATA


1

Elevation above mean sea level, m

Barometric pressure, mbar

Ambient temperature, C

Relative humidity, %

Rainfall
data:

Wind
data

(a) for 1-hour period


(b) for 24-hour period
(c) Annual
(a) wind velocity

(b)Prevailing
direction.
Earthquake Design Criteria

256.3 mm
761.9 mm
25.2 50.4 Kmph

wind

Predominant direction is west to north west throughout


year, however south west to west during monsoon.
As per IS: 1893 Zone-II

(B) DATA FOR EQUIPMENT DESIGN


1
2
3

Design dry bulb temperature, C

42

Design wet bulb temperature, C

29
1.7

Low ambient temperature for MDMT, C

sign air temperature for4air Design air temperature for air cooled exchangers where followed by water
0
cooling, C

42

Design air temperature for air cooled exchangers


0
Where not followed by water cooling, C

46

Coincident temperature and relative humidity for Air Blower / Air


Compressor design.

86% @ 46 C

Page 115 of 286


Format No. 1641-540 Rev. 1

Copyright EIL All rights reserved

SPECIFICATION No.

SITE & UTILITY DATA

A096-000-16-45-SU-5785
Rev-A
Page 3 of 5

2. UTILITY SPECIFICATIONS
Utility conditions at Vendor Battery Limit [All B/L pressures are as measured at grade]
Utility pressure and temperature levels as indicated in the below table, are at Pump Vendor Battery
Limit of the Process Unit.
Sl

Parameter

Minimum

1
Pressure, kg/cm2g
Temperature, oC
2
Pressure, kg/cm2g
Temperature, oC
3
Pressure, kg/cm2g
Temperature, oC
4
Pressure, kg/cm2g
Temperature, oC
5
Pressure, kg/cm2g
Temperature, oC
6
Supply Pressure, Kg/cm2g
Return Pressure, Kg/cm2g
Supply Temperature, 0C
Return Temperature, 0C
7
Pressure, kg/cm2g
o

Temperature, C

Normal

Maximum

VERY HIGH PRESSURE (VHP) STEAM


102
104
106
470
500
510
HIGH PRESSURE (HP) STEAM
38
40
41.5
350
360
370
MEDIUM PRESSURE (MP) STEAM
15
16
17
230
250
270
LOW PRESSURE (LP) STEAM
3.5
4
4.5
160
170
175
SURFACE CONDENSATE RETURN
5
50 - 60
COOLING WATER/ BEARING COOLING WATER
3.8
4.3
3.0
2.5
33
45
SERVICE WATER
3.0
5.0
6.0
-

AMB.

Mech Design
116 / FV
513
46 / FV
390
21 / FV
290
6.5 / FV
220
13
100
9
9
65
65
10.0

65

4.5

5.0

7.5

AMB.

65

4.0

6.5

10.5

AMB.

50

65

DEMINERALISED WATER

8
Pressure, kg/cm2g
o

Temperature, C

4.0
PLANT AIR

9
Pressure, kg/cm2g
o

Temperature, C

INSTRUMENT AIR (Dew Point (-) 40C @ Atm. Pr.)

10
Pressure, kg/cm2g

3.5

6.0

10.5

Temperature, oC

AMB.

50

65

Pressure, kg/cm2g

3.5

6.0

6.5

10.5

Temperature, oC

AMB.

50

65

NITROGEN

11

VHP BOILER FEED WATER

12
Pressure, kg/cm2g

127

HOLD

Temperature, oC

40

HOLD

MP BOILER FEED WATER

13
Pressure, kg/cm2g
o

Temperature, C

14

22

114

150

SEAL GAS (ETHYLENE) (refer composition below)

14
Pressure, kg/cm2g
Temperature, oC

SEAL GAS (HP FUEL GAS) (refer composition below)

15
Pressure, kg/cm2g
Temperature, oC

Page 116 of 286


Format No. 1641-540 Rev. 1

Copyright EIL All rights reserved

SPECIFICATION No.

A096-000-16-45-SU-5785
Rev-A

SITE & UTILITY DATA

Page 4 of 5

3. COMPRESSED AIR SYSTEMS


The specifications of plant air and instrument air are as below.
Sl

Plant Air

Instrument Air

Water-free

(-)40 C

Nil

Nil

Parameter

Dew Point at atmospheric


pressure

Oil Content, ppm

4. Flare System
4.1 Maximum flare backpressure shall be considered for sizing of pressure relief devices
#

Flare system

Superimposed
backpressure,
kg/cm2g

Built-up
backpressure at unit
battery limits,
kg/cm2g

Built-up
backpressure at PSV
outlet,
kg/cm2g

LP Hydrocarbon flare

0.1

1.5

1.7

HP Hydrocarbon flare

0.1

4.5

5.0

5.2 Overpressure (as percentage of set pressure) for sizing of relief valves shall be considered
as below:
#

Contingency

Low Pressure < 70


kg/cm2g

High Pressure
>70kg/cm2g

Steam generating/ consuming


equipment

5%

5%

Fire Case

21%

As per designer

Thermal Relief (Piping/ Equipment)

25% / 10%

As per designer

Operational failure

10%

As per designer

6.0 Typical cooling water piping and instrumentation at heat exchangers

PSV

1
S

SS

TI

LO
CW RETURN

CW SUPPLY

Back Flush size one size


lower than CW line size,
Max back flush size 8.
SS

Page 117 of 286


Format No. 1641-540 Rev. 1

This connection to be provided only


For exchangers located at platform
(18m and above). Spec blinds shall
be provided in this connection for
critical equipments.
Copyright EIL All rights reserved

SPECIFICATION No.

SITE & UTILITY DATA

A096-000-16-45-SU-5785
Rev-A
Page 5 of 5

7.0

WATER QUALITY
Sr. Parameter

Unit

1.
2.
3.
4.
5.
5.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.

6.5-7.0
Mg/l
Nil
Mg/l
0.1
Mho/cm <0.2
Mg/l
Mg/l
Mg/l
Nil
Mg/l
<=0.2
Mg/l
Mg/l
Mg/l
Mg/l
Mg/l
Mg/l
Mg/l
<0.005
Mg/l
-Mg/l
-

PH
Turbidity (NTU) (5 min. settled)
Total dissolved solids
Conductivity @ 250 C
MO. Alkalinity
Ca hardness as CaCO3
Total hardness as CaCO3
Total reactive Silica as SiO2
Chlorides as Cl
Free residual chlorine
Sulphates as SO4
Organophosphates as PO4
HEDP(Organophosphate)
Inorganophosphates as PO4
Total Iron as Fe
Zinc as Zn
Polymeric Dispersant

Page 118 of 286


Format No. 1641-540 Rev. 1

DM water BFW
6.5-7.0
Nil
0.1
<0.2
Nil
<=0.2
<0.005
-

Recirculating
cooling water
7.0-8.0
20-30
1400-1500
120-130
230-250
425-450
65-80
450-479
0.3-0.6
925-975
5
3-5
8-10
1-2
5-10

Copyright EIL All rights reserved

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0

JOB SPECIFICATION FOR


ROTARY BLOWER (STRAIGHT
LOBE) ROOTS TYPE

Page 1 of 8

JOB SPECIFICATION
FOR
ROTARY BLOWER (LOBE TYPE)
(ELECTRIC MOTOR DRIVEN)
PROJECT

GAIL PETROCHEMICAL COMPLEX-II, PATA

UNIT

VAPOR RECOVERY UNIT

CLIENT

M/s. GAIL

CONSULTANT

ENGINEERS INDIA LTD.

JOB NO.

A096

A
Rev.
No

07.10.13

Date

Format No. 1641-1924 Rev. 0


Page 119 of 286

Issued for Bids.

ME

NK

DB

Purpose

Prepared
by

Checked
by

Approved
by

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 2 of 8

1.0

GENERAL

1.1

Scope

1.1.1

This specification describes the minimum requirements for design, manufacture,


testing, supply, supervision of erection and commissioning of the following Electric
Motor Driven Rotary Lobe Blower Packages" :
(i)

VENT BLOWER (Item No.: 142-KA-01)

as described hereunder and in various attachments listed in the List of Attachments


of this material requisition.
1.2

Applicable Codes & Standards

1.2.1

The design, construction, manufacture, supply & testing and other general
requirements of the blower package shall be strictly in accordance with the data
sheets, this job specification, Drawings, standard specifications etc. as listed under
List of Attachments as well as other referenced codes, standards and
recommended practices.

1.3

Precedence

1.3.1

In case of any conflict between this Job Specification and other enquiry documents,
the following preferential order shall govern:
a.
b.
c.
d.
e.
f.

Process datasheet and P&IDs


EIL Data Sheets/Drawings
EIL Job Specifications
EIL Standard Specifications
Other Specifications
International Standards/Codes/recommended practices as applicable

However, Vendor shall inform EIL for any discrepancy for resolution before
proceeding. EIL decision in this regard shall be final and binding.
1.4

Vendor shall make all possible efforts to comply strictly with the requirements.
Deviations, if any, required by vendor shall be separately consolidated under List of
Deviations with specific references to Document no., Page no., Clause no./Para no.,
Line no. etc. of the applicable document to which deviation applies, along with
adequate reasons for each deviation. Further, vendor shall furnish a statement, that
except for the deviations furnished by him, his offer is in total conformity with all the
data sheets and document Listed under List of Attachments and the referenced
codes, standards and recommended practices. No deviation shall be considered
after award of order. Any comment, deletion, correction on the body of the data
sheets/specifications will not be taken cognisance of and all such deviations shall be
deemed to have been withdrawn.

1.5

Compliance with this specification shall not relieve the vendor of the responsibility of
furnishing equipment and auxiliaries of proper design, materials and workmanship to
meet specified operating conditions.

Format No. 1641-1924 Rev. 0


Page 120 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 3 of 8

SAFETY

2.1

All controls shall operate in a fail-safe mode.

2.2

All Electrical Devices shall meet the requirement for the specified area classification
in which they are installed.

2.3

Thermal relief valves shall be provided for components that may be blocked in by
isolation valves (including any cooling water return circuit piping of a cooler or a
jacket)

SITE & UTILITIES DATA


Refer Doc. No.# A096-000-16-45-SU-5785 forming part of the inquiry document.

EQUIPMENT QUALIFICATION CRITERIA (EQC)

4.1

EQC FOR ROTARY (ROOTS TYPE) POSITIVE DISPACEMENT BLOWER.

4.1.1

The Equipment Qualification Criteria (EQC) specified vide cl. # 4.1.2 to 4.1.5 of this
specification shall be applied for acceptance of the offered blower model.

4.1.2

The vendor shall be an established manufacturer of Rotary lobe type (roots) blower
having adequate design, engineering, manufacturing and testing facilities for the
same.

4.1.3

The blower model offered shall be from the existing blower model series and shall be
from the regular manufacturing range of the vendor. The offered blower model shall
meet the minimum service & manufacturers experience requirements specified in
Clause 4.1.4 below.

4.1.4

Blower shall be identical in frame designation and Type (straight lobe roots type)
and similar in terms of Frame number, Frame rating, Rotational speed, Inlet and
discharge pressure, Inlet temperature, Actual Inlet flow, Mechanical Design, Type of
Rotor, Materials as compared to at least ONE (1) unit designed, engineered,
manufactured, tested and supplied from the proposed manufacturing plant and the
reference unit shall have completed ONE (1) year of satisfactory operation at site, as
on the bid due date.

4.2

Documentation for Proven Track Record


The vendor shall complete the Experience Record Proforma (A096-000-16-45-ER5785 as enclosed in the inquiry specification to amply prove that the equipment
offered meets the EQC for technical acceptance.
Vendor may furnish additional information to justify that the EQC is being met. In
addition, manufacturer's catalogue and general reference list for all the above
equipments shall also be furnished along-with the proposal.
Bidder to note that the offers submitted by them shall be evaluated on the basis of
offers meeting the requirements of EQC of main equipment and the information
required to satisfy the requirements of EQC for auxiliary/bought out shall be

Format No. 1641-1924 Rev. 0


Page 121 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 4 of 8

submitted post-order after finalising the details of such bought-out equipment,


however no deviations shall be taken to the qualification requirements.
5

SCOPE OF SUPPLY/ WORK

5.1

Electric motor driven blower package with all components and auxiliary equipments
as detailed in the checklist scope of supply Doc. # A096-000-16-45-SS-5785 (as a
minimum but not limited to) and other requirements specified in MR, are included in
vendors scope.

5.2

All civil works, compressor house building including all the operating platforms
(except operating plateform within vendors skid(s)) etc. are excluded from the
bidders scope of supply/work.

5.3

The Blower manufacturer of the Proposed Blower model shall be the Single Point
responsibility vendor (SPRV).Single point responsibility vendors scope of supply is
described in data sheets, specifications, Process P&IDs and Checklist -Scope of
Supply forming part of the inquiry document. However, it shall be the responsibility
of the SPRV to furnish a safe operating unit. For this purpose, in case SPRV
envisages additional equipment / instruments / control and safety devices, the same
shall be offered by the SPRV and included in his scope of supply. Such additional
items shall be separately listed with reasons for their inclusion.

DESIGN CRITERIA

6.1

General
The Blower shall be selected so as to fully meet the requirements specified in data
sheets and specifications as well as referred codes and standards forming part of the
inquiry document.

6.1.1

6.1.2

The Blower driver & all auxiliaries shall be supplied duly mounted on a common
base-plate. Unitization of Blower package along with driver and associated job
auxiliaries shall be done in manufacturer's shop.

6.1.3

Maximum allowable working pressure & temperature of the equipment shall not be
less than the design pressure & temperature specified in the data sheet.

6.1.4

Blower packages shall be designed to perform satisfactorily under specified


operating conditions, maximum differential pressure operation at vacuum relief valve
set pressure at suction side and relief valve set pressure at discharge.

6.1.5

The discharge temperature of the blower at the package battery limit has to be
limited to 40 Deg. C due to downstream design constraint. Vendor to include
inter/after coolers (if required to meet the above constraint) in their scope along with
all interconnected piping and instrumentation for water and Gas. The cooling water
supply and return shall be provided at the skid edge (i.e. package battery limit) as
single point connection. Vendor to select suitable low pressure drop type cooler.
Coolers shall be designed as per TEMA-C code. The cooling water side fouling factor
shall be considered as 0.0004 hr m2 C/Kcal.

6.1.6

Vendor shall consider all losses in suction and discharge side from battery limit to
respective flanges.

Format No. 1641-1924 Rev. 0


Page 122 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 5 of 8

6.1.7

The rated BKW at the above condition shall be guaranteed with zero positive
tolerance including all transmission losses.

6.1.8

The blower unit shall be direct driven. V- Belt drives are also acceptable.

6.1.9

V-belts used for equipment located in hazardous area i.e. Div. I or Div.II (NEC) area
(Zone 1 or Zone 2 (IEC) area) shall be static non-conducting type and shall be
certified suitable for the area classification.

6.1.10 Driver rating shall be at least 110% of Blower rated BKW (including all losses) or
105% BKW (including all losses) at coincident PSV & minimum inlet pressure
whichever is higher.
6.1.11 The set pressure of relief valve at blower discharge shall be equal to, 110% of rated
differential pressure across blower plus maximum suction pressure, or downstream
design pressure, whichever is lower.
6.1.12 Jacket cooling (if required) shall be water cooled.
6.1.13 The balancing of rotating element shall be carried out alongwith the coupling half.
Balancing shall be as per grade 2.5 of ISO-1940.
6.1.14 Blowers shall be suitable for outdoor installation and shall be installed on ground floor
(i.e. on finished floor level). No equipment shelter is envisaged. The blower, drive
motor and all the associated auxiliaries shall be mounted on a common base plate.
6.1.15 All rotating equipment base plates shall have jacking provision for levelling and
screws for alignment. Only Stainless Steel shims shall be used for equipment
alignment
6.2

Couplings
Couplings shall be of metallic, non-lubricated, flexible element type (i.e. either
diaphragm or discs) with spacer, for all equipment. The coupling shall be selected for
a minimum service factor of 1.5. Removable coupling guard shall be provided which
shall be fabricated from non-sparking material, and shall be open at the bottom to
permit manual shaft rotation. The guard shall be sufficiently rigid to withstand
deflections as a result of bodily contact of nominally 100 kgs.

6.3

Casing Drains
All casing drains of the blower skid shall be manifolded by the vendor and terminated
at the skid edge with isolation valve. Drains shall be connected by the vendor to
purchaser's nearest OWS point(s).

6.4

Common Skid and Base-Plate


Blower Train shall be mounted on a common skid/base-plate designed to support the
Blower, and Electric motor. The skid/base-plate shall be suitable for 4/6 point lift.
Non-skid decking shall be provided on the skid/base-plate by vendor.

Format No. 1641-1924 Rev. 0


Page 123 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 6 of 8

6.5

Bearing and Lube Oil Systems


The radial and thrust bearings and associated lube oil system shall be of vendors
standard field proven type for similar application. The lube oil system shall be
common to blower and driver (if required). The Lube oil system shall be located on
the base plate.

6.6

Piping
All piping, fittings, valves etc. specified in vendor's scope of supply shall conform to
the technical requirements specified in the relevant codes and standards. However
all interfaces shall conform to purchaser's requirements specified in the P&ID's and
respective Piping Material Specification (PMS).

6.7

Piping termination and Vendors battery limit.


Inlet piping prefabricated in spool pieces between Blower suction silencer and
suction flange fitted with suction silencer, and flexible connector shall be provided by
vendor.
Discharge piping prefabricated in spool pieces between Blower B/L and Discharge
flange fitted with Discharge silencer, Aftercooler and flexible connector shall be
provided by vendor.
The material of Inlet and discharge piping and piping components shall be as per
PMS indicated in the P&ID.

6.8
i)

Utility Piping:
All interconnecting distribution piping to various consumption points within Vendors
Battery Limit, tubing, cabling, and supports including isolation valves at the tie-up
points of vendors battery limit shall be engineered, designed and supplied by the
vendor. All Piping shall be supplied prefabricated.

ii)

Vendor shall terminate all the drains at the grade level with isolation valves for further
connection to purchaser CBD/ OWS system. Also vendor shall terminate all the
Blower-casing drains manifolded to single connection at the grade level for further
connection to purchaser CBD/ OWS system.

NOISE LIMITS FOR THE WHOLE PACKAGE


Blower package noise at any location 1 meter from the machine and its connecting
piping shall not exceed 88 dBA. This shall be demonstrated at site & if the noise limit
exceeds the specified value, the necessary arrangement to meet the noise criteria,
shall be provided by vendor without any cost implication.

7.1

Acoustic Enclosure & Ventilation System


An Acoustic Enclosure shall be provided for each machine, only if required to limit the
noise level to 88 dBA at 1m.

7.1.1

The acoustic enclosure shall be self-supporting, de-mountable structure, usually of


the closed-fitting hood type, mounted on the base plate, if required to limit the noise
within specified limits. The steel panels shall be galvanised & steel framework
sections shall be prime painted. Locally mounted instruments shall be placed outside
the enclosure & mounted on the LGB the enclosure shall be constructed with fire

Format No. 1641-1924 Rev. 0


Page 124 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 7 of 8

resistant materials. All enclosures shall be free of any depression or crevices where
water or dust might collect.
7.1.2

The enclosure shall be fitted with two (one working and one standby) explosion proof
electric motor driven fans, designed to prevent build up of a hazardous atmosphere
inside the enclosure with only one ventilation fan operating. Fans shall be sized for
125% of design flow required.

7.1.3

Any instrument & electrical items which are located inside the enclosure shall be
suitable for applicable area classification as indicated in the enclosed document.

7.1.4

Vendor shall provide auto-starting of standby ventilation fan in case ventilation


becomes in adequate and for shutdown in case of breakdown of the ventilation.

7.1.5

Lighting system, wiring within enclosure from unit to junction box (Except motor
cabling and cabling for heater) shall be provided by vendor.

7.1.6

Enclosure shall be fitted with proper door arrangement for easy maintenance.

Electrical
All electrical system for the package shall be as per the electrical specification and
data sheets as per list of attachments forming part of the inquiry document and the
codes and standards referred therein.

Instrumentation and Controls


Vendor shall provide all the necessary instrumentation and control system as
described in Equipment and Instrument Data Sheets and Specifications, Process
P&IDs and other specified instrumentation standards as per list of attachments
forming part of the inquiry document and the codes and standards referred therein.

10
10.1

INSPECTION AND TESTING


Inspection and Test requirements have been detailed out in data sheets,
specifications for various equipment and referred codes and standards. Vendor shall
submit details of all test procedures for approval by purchaser. Rejections made by
Purchasers inspector, based on inspection or tests shall be final. Acceptance by the
inspector in no way release the vendor from guarantees as to materials, workmanship, and performance of the equipment inspected

10.2

The following tests besides being witnessed by Owner's/Consultant's Inspector may


also be witnessed by Owner's/Consultant's equipment specialists.
a.
Mechanical Run Test for Blower with spare rotor
b. Performance Test for Blower as per ISO-1217 at Blower manufacturer's works.
For the tests listed above the purchaser shall be advised by the vendor at least six
(6) weeks in advance of the scheduled test date and firm date of testing shall be
given by vendor at least one week in advance. For all other specified inspection and
tests the purchaser shall be advised by vendor at least four weeks in advance of
scheduled test date and firm date of testing shall be given by vendor at least one
week in advance.

Format No. 1641-1924 Rev. 0


Page 125 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION FOR


BLOWER ROTARY (STRAIGHT
LOBE) ROOTS TYPE

SPECIFICATION No.
A096-000-16-45-SP-5785
Rev. 0
Page 8 of 8

11

PREPARATION FOR SHIPMENT


The blower package shall be packed for an outdoor storage period of 06 months.

12

DRAWINGS AND OTHER DATA REQUIRED


The data and drawing required with the bid are detailed out under Vendor Data
Requirement (Doc. # A096-000-16-45-VR-5785) and Vendor Data Required as per
Electrical and Instrumentation Sections. Vendor shall ensure that complete data is
furnished as required.

13

SPARE PARTS / SPECIAL TOOLS

13.1

Mandatory Spare Parts


Mandatory spares shall be as per attached Doc. No. # A096-000-16-45-SL-5785.
Bidder shall quote for the mandatory spare parts as specified in the inquiry
document. Cost of mandatory spares shall be added to the equipment cost for
commercial evaluation of the proposal.

13.2

Commissioning Spares
Vendor shall include in his proposal sufficient spares required for commissioning of
package as per his experience/recommendation & furnish a list for the same
(including rotating equipment, packaged equipment, static equipment, piping,
instrumentation and electrical, etc).
If however, any additional spare is consumed over and above the quoted
commissioning spares, during commissioning, the same shall be provided free of
cost, by the VENDOR. Any leftover spares after commissioning shall be handed over
to the owner.

13.3

Recommended spares for Two-year Normal operation


Vendor shall include in his proposal, his recommended spares for 2 years normal
operation over and above the mandatory spares together with, part no., name of the
parts, cost and recommended quantity of spare against the installed quantity. Spares
shall have equipment tag no., drawing no., model no., part no., metallurgy, etc.

13.4

Special tools and tackles


Any special tools and tackles required for maintenance etc. of Blower, motor etc shall
be included in the vendors scope of supply for each item no. Vendor to categorically
confirm for each item no, whether the special tools or tackles are required or not.

14

SUPERVISION DURING ERECTION AND COMMISSIONING


Vendor shall provide their service for supervision of erection and commissioning of
the Blower package. Vendor shall quote prices for the same on per diem basis. Cost
for Supervision of Erection and Commissioning for 10 no. of man days per Blower
package shall be added to the total cost for commercial comparison. However, the
payment to the vendor shall be made on the basis of mandays actually utilized for
supervision of erection and commissioning at site.

Format No. 1641-1924 Rev. 0


Page 126 of 286

Copyright EIL All rights reserved

JOB SPECIFICATION No.

PIPING MATERIAL
SPECIFICATION
Client

Page 32 of 288

GAIL LTD.

16/43

Dept./Sect. :

Project :

PETROCHEM COMPLEX

Location :

PATA UP

Pipe Class :

PIPE CLASS
:
RATING
:
BASE MATERIAL
:
CORROSION ALLOWANCE
SPECIAL REQUIREMENT :

A1A

Sheet 1

of

A1A
150
CARBON STEEL
1.5

MM

TEMPERATURE (Deg. C) AND PRESSURE ( Kg/Sq. cm g ) RATINGS


TEMP

-29

38

93

149

204

260

316

343

371

PRESS

20.03

20.03

18.28

16.17

14.06

11.95

9.84

8.78

7.73

SERVICE
NON CORROSIVE/ FLAMMABLE / NON FLAMMABLE/ NON LETHAL -PROCESS & HYDROCARBONS; LUBE OIL BEFORE
FILTER; AMMONIA, STEAM & CONDENSATE (NON IBR); UTILITIES- INST AIR(BEYOND A3A), PLANT AIR, NITROGEN,
CARBONDIOXIDE; WATER - BEYOND A3A AND A10A; IN OFFSITES ONLY BEYOND A10A;

NOTES
1

NDT REQUIREMENTS AS PER EIL STANDARD 6-44-0016.

5
7

FOR PERMANENT 'T' TYPE BW STRAINERS,REFER EIL'STD 7-44-0303 & 7-44-0304; AND FOR TEMPORARY
STRAINERS,REFER EIL'STD 7-44-0300; FOR SPACER AND BLIND REFER EIL'STD 7-44-0162.
FOR RESTRICTION ON USE OF BALL,PLUG & BUTTERFLY VALVES,REFER GENERAL NOTES.

36

THIS IS A PRESSURE BALANCED PLUG VALVES WHICH SHALL BE USED ONLY IF SPECIFIED IN P&ID.

92

GATE VALVES OF SIZE 26" AND ABOVE SHALL BE IN ACCORDANCE WITH B-16.34/ BS-1414 AND FLANGE ENDS
SHALL BE IN ACCORDANCE WITH ASME B16.47 SERIES B.

SPECIAL NOTES
ITEM

SIZE

DESCRIPTION

A.CODE

ALL

FLANGED, TO BE KEPT MINIMUM

1.5" & BELOW

SW COUPLING

2.0" & ABOVE

BUTTWELDED

ON LINES <= 1.5"

REFER EILSTD 7-44-0350, DF3

ON LINES >= 2.0"

AS PER P&ID OR 0.75". REFER EIL STD. 7-44-0351, D4

ON LINES <= 1.5"

REFER EIL STD. 7-44-0350, VF3

ON LINES >= 2.0"

AS PER P&ID OR 0.75". REFER EIL STD 7-44-0351, V4

TEMP.CONN

1.5"

FLANGED. REFER EIL STD 7-44-0353

PRESS.CONN

0.75"

SW NIPPLE WITH VALVE TO SPEC AS PER EIL STD 7-44-0354

MAINTAINENCE
JOINTS
PIPE JOINTS

DRAINS

VENTS

Package

: IPMCS

Report No.

: 50

Template No. 5-0000-0001-T2 Rev.


Page 127 of 286

A1A
Copyright EIL- All rights reserved

JOB SPECIFICATION No.

PIPING MATERIAL
SPECIFICATION
GAIL LTD.
PETROCHEM COMPLEX

Location :

PATA UP

T
T P
T P P
T P P P

T
P
P
P
P

T
P
P
P
P
P

T
P
P
P
P
P
P

T
P
P
P
P
P
P
P

T
T R
T R R
T R R R

T
R
R
R
R

T
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

T
R
R
R
R
R
R

T
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

Sheet 2

A1A

T
R
R
R
R
R
R
R
R

T
R
R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

T
R
R
R
R
R
R
R
R
R
R

T
R
R
R
R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

R
R
R
R
R
R
R
R

T
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R
R

72.
70.
68.
66.
64.
62.
60.
58.
56.
54.
52.
50.
48.
46.
44.
42.
40.
38.
36.
34.
32.
30.
28.
26.
24.
22.
20.
18.
16.
14.
12.
10.
8.0
6.0
5.0
4.0
3.5
3.0
2.5
2.0
1.5
1.25
1.0
0.75
0.5

of

48.000

46.000

44.000

42.000

40.000

38.000

36.000

34.000

32.000

30.000

H H H H H H H H H H H H H
H H H H H H H H H H H H H
H H H H H H H H H H H H H
28.000

H H H H H H H H
H H H H H H H H
H H H H H H H H

26.000

H
H
H

24.000

H
H
H

22.000

T H
T H
T H

20.000

R R R R R R R R R R R R R
H H H H H H H H H H H H H

18.000

P P P P P P P P
H H H H H H H H

16.000

P
H

14.000

P
H

12.000

T
T T

6.000

R R R R R R R R R R R R R

5.000

P P P P P P P P

4.000

3.500

3.000

R R R R R R R R R R R R R

2.500

P P P P P P P P

2.000

1.500

1.250

1.000

.750

.500

Pipe Class :

BRANCH PIPE (SIZE IN INCHES)

BRANCH PIPE ( SIZE IN INCHES)

Project :

72.
70.
68.
66.
64.
62.
60.
58.
56.
54.
52.
50.
48.
46.
44.
42.
40.
38.
36.
34.
32.
30.
28.
26.
24.
22.
20.
18.
16.
14.
12.
10.
8.0
6.0
5.0
4.0
3.5
3.0
2.5
2.0
1.5
1.25
T
1.0
T T
0.75
0.5 T T T

16/43

Dept./Sect. :

10.000

8.000

Client

Page 33 of 288

RUN PIPE (SIZE IN INCHES)


CODE DESCRIPTION
F

SADDLE FUSED JT

TEES

H. COUPLING

WELDOLETS

PIPE TO PIPE

INSTRUMENT TEE

REINFORCED

Refer Notes

SOCKOLETS

SWEEPOLET

Package

: IPMCS

Report No.

: 50

Template No. 5-0000-0001-T2 Rev.


Page 128 of 286

THREADOLET

A1A
Copyright EIL- All rights reserved

JOB SPECIFICATION No.

PIPING MATERIAL
SPECIFICATION
Client

Page 34 of 288

GAIL LTD.

16/43

Dept./Sect. :

Project :

PETROCHEM COMPLEX

Location :

PATA UP

Pipe Class :

A1A

Sheet 3

of

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input
Id.

Item
Type

Lower Upper
Size
Size
(Inch)

(Inch)

Sch/
Thk

Dmn. STD Material

Description

Commodity
Code

Note
No

Pipe Group
PIP

PIPE

0.50

0.75

S160

B-36.10

ASTM A 106 GR.B

PE, SEAMLESS

PI21977Z0

PIP

PIPE

1.00

1.50

XS

B-36.10

ASTM A 106 GR.B

PE, SEAMLESS

PI21977Z0

PIP

PIPE

2.00

2.00

XS

B-36.10

ASTM A 106 GR.B

BE, SEAMLESS

PI21917Z0

PIP

PIPE

3.00

14.00

STD

B-36.10

ASTM A 106 GR.B

BE, SEAMLESS

PI21917Z0

PIP

PIPE

16.00

36.00

STD

B-36.10

ASTM A 672
GR.B60 CL.12

BE, E.FS.W

PI2A813Z0

PIP

PIPE

40.00

48.00

XS

B-36.10

ASTM A 672
GR.B60 CL.12

BE, E.FS.W

PI2A813Z0

NIP

NIPPLE

0.50

0.75

B-36.10

ASTM A 106 GR.B

PBE, SEAMLESS

PN21967Z0

NIP

NIPPLE

1.00

1.50

B-36.10

ASTM A 106 GR.B

PBE, SEAMLESS

PN21967Z0

Flange Group
FLG

FLNG.WN

0.50

24.00

B-16.5

ASTM A 105

150, RF/125AARH

FWC0127Z0

FLG

FLNG.WN

26.00

48.00

B-16.47-B

ASTM A 105

150, RF/125AARH

FWB0127Z0

FLB

FLNG.BLIND

0.50

24.00

B-16.5

ASTM A 105

150, RF/125AARH

FBC0127Z0

FLB

FLNG.BLIND

26.00

48.00

B-16.47-B

ASTM A 105

150, RF/125AARH

FBB0127Z0

FEF

FLNG.FIG.8

0.50

8.00

ASMEB16.48

ASTM A 105

150, FF/125AARH

FGK0121Z0

FEF

SPCR&BLND

10.00

24.00

ASMEB16.48

ASTM A 105

150, FF/125AARH

FCK0121Z0

FEF

SPCR&BLND

26.00

48.00

EIL'STD

ASTM A 516 GR.70

150, FF/125AARH

FCE6321Z0

Fitting Group
ELB90

ELBOW.90

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WA602D3Z0

ELB90

ELBOW.90

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WA602D2Z0

ELB90

ELBOW.90

2.00

14.00

B-16.9

ASTM A 234
GR.WPB

BW, 1.5D

WAG684Z10

ELB90

ELBOW.90

16.00

48.00

B-16.9

ASTM A 234
GR.WPB-W

BW, 1.5D

WAG754Z10

ELB45

ELBOW.45

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WB602D3Z0

ELB45

ELBOW.45

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WB602D2Z0

ELB45

ELBOW.45

2.00

14.00

B-16.9

ASTM A 234
GR.WPB

BW, 1.5D

WBG684Z10

Package

: IPMCS

Report No.

: 50

Template No. 5-0000-0001-T2 Rev.


Page 129 of 286

A1A
Copyright EIL- All rights reserved

JOB SPECIFICATION No.

PIPING MATERIAL
SPECIFICATION
Client

GAIL LTD.

Page 35 of 288

16/43

Dept./Sect. :

Project :

PETROCHEM COMPLEX

Location :

PATA UP

Pipe Class :

A1A

Sheet 4

of

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input
Id.

Item
Type

Lower Upper
Size
Size
(Inch)

(Inch)

Sch/
Thk

Dmn. STD Material

Description

Commodity
Code

B-16.9

ASTM A 234
GR.WPB-W

BW, 1.5D

WBG754Z10

Note
No

Fitting Group
ELB45

ELBOW.45

16.00

48.00

TEQ

T.EQUAL

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WE602D3Z0

TEQ

T.EQUAL

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WE602D2Z0

TEQ

T.EQUAL

2.00

14.00

B-16.9

ASTM A 234
GR.WPB

BW

WEG684ZZ0

TEQ

T.EQUAL

16.00

48.00

B-16.9

ASTM A 234
GR.WPB-W

BW

WEG754ZZ0

TRED

T.RED

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WR602D3Z0

TRED

T.RED

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WR602D2Z0

TRED

T.RED

2.00

14.00

M, M

B-16.9

ASTM A 234
GR.WPB

BW

WRG684ZZ0

TRED

T.RED

16.00

48.00

M, M

B-16.9

ASTM A 234
GR.WPB-W

BW

WRG754ZZ0

REDC

REDUC.CONC

2.00

14.00

M, M

B-16.9

ASTM A 234
GR.WPB

BW

WUG684ZZ0

REDC

REDUC.CONC

16.00

48.00

M, M

B-16.9

ASTM A 234
GR.WPB-W

BW

WUG754ZZ0

REDE

REDUC.ECC

2.00

14.00

M, M

B-16.9

ASTM A 234
GR.WPB

BW

WVG684ZZ0

REDE

REDUC.ECC

16.00

48.00

M, M

B-16.9

ASTM A 234
GR.WPB-W

BW

WVG754ZZ0

SWGC

SWAGE.CONC

0.50

3.00

M, M

BS-3799

ASTM A 105

PBE

WNH026ZZ0

SWGE

SWAGE.ECC

0.50

3.00

M, M

BS-3799

ASTM A 105

PBE

WPH026ZZ0

CAP

CAP

2.00

48.00

B-16.9

ASTM A 234
GR.WPB

BW

WFG684ZZ0

CPLF

CPLNG.FULL

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WJ602D3Z0

CPLF

CPLNG.FULL

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WJ602D2Z0

CPLH

CPLNG.HALF

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WK602D3Z0

CPLH

CPLNG.HALF

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WK602D2Z0

CPLL

CPLNG.LH

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WL602D3Z0

CPLL

CPLNG.LH

1.00

1.50

B-16.11

ASTM A 105

SW, 3000

WL602D2Z0

CPLR

CPLNG.RED

0.50

0.75

B-16.11

ASTM A 105

SW, 6000

WM602D3Z0

Package

: IPMCS

Report No.

: 50

Template No. 5-0000-0001-T2 Rev.


Page 130 of 286

A1A
Copyright EIL- All rights reserved

JOB SPECIFICATION No.

PIPING MATERIAL
SPECIFICATION
Client

Page 36 of 288

GAIL LTD.

16/43

Dept./Sect. :

Project :

PETROCHEM COMPLEX

Location :

PATA UP

Pipe Class :

A1A

Sheet 5

of

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input
Id.

Item
Type

Lower Upper
Size
Size

Sch/
Thk

Dmn. STD Material

Description

Commodity
Code

SW, 3000

WM602D2Z0

(Inch)

(Inch)

1.00

1.50

B-16.11

Note
No

Fitting Group
CPLR

CPLNG.RED

ASTM A 105

Valves Group
SW, 800, 3000, B-16.11, 51001ZZZ0
SHT NO.- 51001

GAV

VLV.GATE

0.25

1.50

API 602/ ISO BODY-ASTM A


15761
105,TRIMSTELLITED,STEM13%CR.STEEL

GAV

VLV.GATE

2.00

42.00

API 600/ ISO BODY-ASTM A 216 FLGD, 150, B-16.5,


10434
GR.WCB,TRIMRF/125AARH, SHT
13% CR.STEEL
NO.- 51301

GLV

VLV.GLOBE

0.25

1.50

BS EN ISO
15761

BODY-ASTM A
105,TRIMSTELLITED,STEM13%CR STEEL

GLV

VLV.GLOBE

2.00

16.00

BS-1873

BODY-ASTM A 216 FLGD, 150, B-16.5,


GR.WCB,TRIMRF/125AARH, SHT
13% CR.STEEL
NO.- 52301

CHV

VLV.CHECK

0.25

1.50

BS EN ISO
15761

BODY-ASTM A
105,TRIMSTELLITED

CHV

VLV.CHECK

2.00

24.00

BS 1868

BODY-ASTM A 216 FLGD, 150, B-16.5,


GR.WCB,TRIMRF/125AARH, SHT
13% CR.STEEL
NO.- 53301

53301ZZZ0

BLV

VLV.BALL

0.50

16.00

BS EN ISO
17292

BODY-ASTM A 105 FLGD, 150, B-16.5,


/A
RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 54301
BODY SEATRPTFE

54301ZZZ0

PLV

VLV.PLUG

0.50

24.00

BS-5353

BODY-ASTM A 105 FLGD, 150, B-16.5,


/A
RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55301
PLUG-HARDENED

55301ZZZ0

PLV/1

VLV.PLUG

0.50

36.00

BS-5353

BODY-ASTM A 105 FLGD, 150, B-16.5,


/A
RF/125AARH, SHT
216GR.WCB,TRIM- NO.- 55315
PLUG-HARDENED

55315ZZZ0

BFV

VLV.BTRFLY

3.00

24.00

BS EN 593

BODY-ASTM A 216 WAFL, 150, B-16.5,


GR.WCB,TRIMWAF/125AARH, SHT
13% CR.STEEL
NO.- 56301

56301ZZZ0

BFV

VLV.BTRFLY

26.00

48.00

BS EN 593

BODY-ASTM A 216 FLGD, 150, B-16.47 B,


GR.WCB,TRIMRF/125AARH, SHT
13% CR.STEEL
NO.- 56315

56315ZZZ0

0.50

48.00

B-18.2

BOLT:A193 GR.B7,
NUT:A194 GR.2H

BS40404Z0

0.50

24.00

B-16.20ANSI B16.5

SP.WND
SS316+GRAFIL

51301ZZZ0

92

SW, 800, 3000, B-16.11, 52001ZZZ0


SHT NO.- 52001

52301ZZZ0

SW, 800, 3000, B-16.11, 53001ZZZ0


SHT NO.- 53001

36

Bolt Group
BOS

BOLT.STUD

Gasket Group
GAS

GASKET

Package

: IPMCS

Report No.

: 50

Template No. 5-0000-0001-T2 Rev.


Page 131 of 286

SPIRAL, 150

GK65072Z0

A1A
Copyright EIL- All rights reserved

JOB SPECIFICATION No.

PIPING MATERIAL
SPECIFICATION
Client

Page 37 of 288

GAIL LTD.

16/43

Dept./Sect. :

Project :

PETROCHEM COMPLEX

Location :

PATA UP

Pipe Class :

A1A

Sheet 6

of

Note :(The shaded portion of PMS body shows Field Fabricated Items)

Input
Id.

Item
Type

Lower Upper
Size
Size

Sch/
Thk

Dmn. STD Material

Description

Commodity
Code

SPIRAL, 150

GK56272Z0

(Inch)

(Inch)

26.00

48.00

B-16.20ANSI
B16.47B

SP.WND
SS316+GRAFIL+ I
RING

Note
No

Gasket Group
GAS

GASKET

Trap/Strainer Group
TRP

TRAP.STEAM

0.50

1.50

MNF'STD

B:A105;T:13%CR;S: FLGD, THRMDNMC,


SS304
150,RF/125AARH

TR3065530

TSR

STRNR.TEMP

1.50

24.00

EIL'STD

B:A516GR.70;INT:S CONETYPE,
S304
150,FF/125AARH

ST16831Z0

PSR

STRNR.PERM

0.50

1.50

MNF'STD

B:A105;INT:SS304

SW, Y-TYPE, 800

SP303D510

PSR

STRNR.PERM

2.00

14.00

EIL'STD

B:A234GR.WPB;IN
T:SS304

BW, T-TYPE

SP13344Z0

PSR

STRNR.PERM

16.00

24.00

EIL'STD

B:A234GR.WPBW;I
NT:SS304

BW, T-TYPE

SP13644Z0

Package

: IPMCS

Report No.

: 50

Template No. 5-0000-0001-T2 Rev.


Page 132 of 286

A1A
Copyright EIL- All rights reserved

Page 133 of 286

Page 134 of 286

Page 135 of 286

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 1 of 7

ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009

1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21

Project:
Owner:
Purchaser:
Item No.:
No. reqd.:
Applicable to:

GAIL PETROCHEMICAL COMPLEX-II


M/s. GAIL
M/s. EIL
142-KA-01
1
Working: 1 (One) Standby: 0 (None)

GENERAL
Job A096
No.:
Site: Pata, Uttar Pradesh
Unit: VRU
Servi Vent Blower
ce: Working:
Drive
r:
Purchase

Unit No.:

142

1(on Standby: 0 (None)


e)
As Built

Proposal
: Scope, Option & Information specified by Purchaser. :Information required from and options left to vendor. Vendor to cross () the selected option.
Manufacturer:
Place of Mfrg.:
Drive Arrangement: Direct Coupled
Driver(& Gear if reqd.) supplied & mounted by:
Duty:
Continuous

Model:

V - Belt Driven
Intermittent

Other:
Compressor Vendor
Standby

Others

OPERATING CONDITIONS
(all data on per unit basis)

Gas Handled (Also see Page )


Nm3/Hr (1.033 Kg/cmA, 0 C Dry)
Weight Flow, kg/hr (Dry)
Weight Flow, Nm3/hr

Normal

Design

@ RV Set
pressure

Air/Nitrogen

Air/Nitrogen

Air/Nitrogen

300

300

300

Atm. ~ 0.05
20~55

-200 mm WC
55

-200 mm WC
55

0.9 ~ 1.2
28~29
1.4
1.0

1.2
29
1.4
1.0

1.2
29
1.4
1.0

Inlet conditions: @ Package Battery Limit

22
23 Pressure (kg/cmG)
24 Temperature ( C)
25 Relative Humidity (%)
26 Density Kg/m3
27 Molecular Weight (M)
28 Cp / Cv (K1) or (KAvg.)
29 Compressibility (Z1) or (ZAvg.)
30 Inlet Volume,(m3/hr) (Wet / Dry)
31 Discharge conditions:@ Package Battery Limit
32 Pressure (kg/cmG)

0.2 ~ 0.3

0.3
(*)
(*)-RV Set
pressure, vendor
33 Temperature ( C) @ Blower discharge flange
to indicate
40
40
40
34 Temperature ( C) @ Aftercooler O/L
35 Cp / Cv (K1) or (KAvg.)
36 Compressibility (Z1) or (ZAvg.)
37 Performance:
38 BKW Required (All losses Incl)
39 Speed (Rpm)
40 Pressure Ratio (R)
41 Volumetric Efficiency (%)
42 Silencer P (kg/cm)
43 Certified Point
Yes
44 Performance Curve Number
45 Process Control:
46 Bypass From
Discharge To Suction (by purchaser)
47 Bypass:
Manual
Auto (Controlled through PIC from DCS)
48 Speed Variation From
% To
%.
49 Other:
50 Signal
Source:
51 Type
Electronic
Pneumatic
Other:
52 Range: for Pneumatic Control rpm @ kg/cmg & rpm @ kg/cmg.
53 Other:
54 Remarks:
55 1a. Please refer Process datasheet and P&ID attached with this MR. The blower shall meet the specification and requirements
56 specified therein.
57 1b. The blower shall be lobe type rotary blower.
58 1c. The suction and discharge pressures are indicated at package battery limit. All losses occurring in suction and discharge
59 silencers/ bellows and after-cooler are considered by vendor for calculation. Vendor shall establish & performance guarantee the
60 blower based on the suction and discharge pressures as indicated at package battery limits.
61 1d. The discharge temperature of the blower has to be limited below 400 C at the package battery limit for all the cases. Vendor to
62 include low pressure drop after cooler in their scope along with all required piping and instrumentation.

Format No. 1645-DS-371 Rev. 1


Page 136 of 286

Copyrights EIL All rights reserved

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 2 of 7

ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009

63
64
65
66
67
68
69
70
71
72
73
74
75
76
77
78
79
80
81
82
83
84
85
86
87
88
89
90
91
92
93
94
95
96
97
98

Gas Analysis
Mol %
Constituent
MW
Air
28.9666
Oxygen
32.000
Nitrogen
28.02
Water Vapour 18.016
CO
28.010
CO2
44.010
H2S
34.076
Hydrogen
2.016
Methane
16.042
Ethylene
28.052
Ethane
30.068
Propylene
42.078
Propane
44.094
i-butane
58.120
n-butane
58.120
72.1466
i-pentane
6
n-pentane
72.146

For Both cases

OPERATING CONDITIONS (Continued)


Other Conditions (NIL)
A
B

Remarks
C

Balance
79~100

Hexane Plus

Total
Mol. Wt.

100
28~29

Location:
Indoor
Heated
Under Roof
Outdoor
Unheated
Partial Sides
Grade
Mezzanine

Elect. Area Classification: Cl. Gr. Div. (Refer electrical specification)


Winterization Reqd
Tropicalization Reqd.
Site Data: (Refer site and utility data Doc.No.# A096-000-16-45--SU-5785

Elevation (m):

Barometer (kg/cmA):

Relative Humidity:

99 Range Of Ambient Temperature ( C): Dry Bulb Wet Bulb


100 Site Rated( C):
101
Normal( C):
102 Maximum( C):
103 Minimum( C):
104 Unusual Conditions:
105 Dust
Fumes (refinery conditions)
106 )Others

Noise Specifications:
Applicable to Machine:
See Specification:
Applicable to Neighbourhood:
See Specification:
Acoustic Housing Yes(If Reqd) No
88
dBA @
Sound Level:
Applicable Specifications:

m.

Job specification: A096-000-16-45-SP-5785

Vendor having Unit Responsibility


Governing Specification (If Different): Job spec.
Painting:
Manufacturer's Standard
Other

107
108
109 Remarks:
110
111
112
113
114
115
116
117
118
119
120
121
122

Format No. 1645-DS-371 Rev. 1


Page 137 of 286

Copyrights EIL All rights reserved

ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 3 of 7

123
CONSTRUCTION FEATURES
124 Speeds:
Shaft:
125 Max. Continuous: RPM
Trip:
RPM
Material:
126 Max. Tip Speeds:
m/s @ Max. Operating Speed Dia @ Rotors (mm): Dia @ Coupling (mm):
127 Min. Allowable Speed:
rpm Shaft End:
Tapered Cylinderical
128 Lateral Critical Speeds:
Max. Yield Strength (Kg/cm):
129 First Critical
rpm Shaft Hardness (BNH) (Rc):
130 Damped
Undamped
Shaft Sleeves:
131 Mode Shape
At Shaft Seals:
Material:
132 Lateral Critical Speed - Basis:
133 Damped Unbalance Response Analysis
Timing Gears:
134 Shop Test
Pitch Line Dia. (mm):
Type:
135 Other Type Analysis:
(Specify) Material:
136 Pocket Passing Frequency:
137 Torsional Critical Speeds:
Shaft Seals:
138 First Critical
rpm Shaft Seal for conveying chamber side:
139 Second Critical
rpm Type:
140 Vibration:
141 Allowable Level ( m):
Test Shaft seal for drive shaft side:
142 (Peak To Peak) ( m):
Site Type:
143 Rotation Viewed From Compr. Driven End: CW CCW
144 Casing:
145 Model:
146 Casing Split:
Bearing housing construction:
147 Material:
Type (Separate/Integral):
Split:
148
Material:
149 Thickness (mm):
Corrosion Allowance (mm):
Radial bearings: (Identify highest loaded bearing)
Material:
150 Max. Working Pressure (Kg/cmG):
Type:
Span (mm):
Dia
Gear (mm): Dia
@ Coupling
(mm):
151 Max. Design Pressure (Kg/cmG):
Area@(mm):
Loading
(N/mm):Act.
Allow.
Shaft End:

Tappered Cylindrical
152 Relief Valve Setting (Kg/cmG):
No. Pads Rotor on or Between Pads.
Shaft Sleeves
153 Margin for Accumulation (Kg/cmG):
Pad
AtMaterial:
Shaft Seals Material:
154 Test Pressure (Kg/cmG): Helium:
Hydro:
Type
Babbit:
Thickness (mm):

LABYRINTHS:
155 Max. Allowable Temp.( C):
Type:
Material:
Min. Operating Temp ( C):
Shaft
Seals:
156

Temp.
Sensors

Type:
157 Cooling Jacket:
Yes (if required as per job spec.)
No
TC
RTD Type
BULL GEAR:
158 Radiograph Quality: Yes
No
No. per bearing:
Min AGMA Serv. Factor: 1.4 Actual S.F:
159 Rotors:
Gear Rim Matl.: Hardness:
160 Diameter (mm):

bearing:
(Identify highest
Thrust
Gear Face
Width:
Gear loaded
Centre bearing)
Matl.:
161 No. Lobes:
Male:
Female:
(Twin lobe /Triple lobe) Location:
Type:
Mechanical Efficiency:
AGMA Quality: 12
162 Type:
Mfr.:
Area(mm): Pitch LIne Velocity:

Pitch Dia (mm):


163 Type Fabrication:
Loading
Allow.:
Pinions:(N/mm): Act.:
No.:
164 Material:
Number
ofService
Pads: Factors:
Material: Hardness:
165 Max. Yield Strength (kg/cm):
Pad Material:
MAIN CONNECTIONS: (2.3.3.1)
166 Brinell Hardness: Max.
Min.
Type
Thickness (mm):
Inlet Babbit:
167 Rotor Length to Diameter Ratio (L/D):
Discharge
168 Rotor Clearance (mm):
Atm.
Blow-off

Temp.
Sensors
Inlet
169 Max. Deflection (mm):
TCFilter RTD Type

OTHER CONNECTIONS:
170 Internally Cooled Uncooled
No.
per bearing: Active: Inactive:
ServiceNo.SizeType
171
Lube oil: Inlet Oil Cooler
172 Remarks:
173
174 3a. PSV set pressure shall be Max. Suction pressure + 1.1 X max. diff. Pressure.
175
176 3b. Downstream Design pressure is 3.5 Kg/cm2g at 950C. Casing MAWP shall be more than 3.5 Kg/cm2 g @ 95 0C.
177
178
179
180
181
182

Format No. 1645-DS-371 Rev. 1


Page 138 of 286

Copyrights EIL All rights reserved

m/s

ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009

183
184 Connections:
185 Casing:
186
- Inlet

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 4 of 7

CONSTRUCTION FEATURES (Contd..)


Size

ANSI Rating

Facing

150#

Couplings:
Position In accordance with: API 671
Yes No
Other: (Specify) (Flexible metallic with spacer with min
S.F.1.5)
Driver - Compr. Gear or Driver - Gear compr.
Or
Make
Model
Lubrication
Mount Coupling Halves
Moment Spacer Reqd.
kg-m Limited End Float Reqd.
Idling Adaptor Reqd.
Coupling Rating(kW/100 rpm)
Keyed(1) or (2) or Hydr. Fit.
Moment Belt Drive Arrangement (Not Applicable)
kg-m Motor pulley:
dia(mm):
material:
Compressor pulley: dia(mm):
material:
Belts:
Type:
No.:
Baseplate & Soleplates:

187 - Discharge
150#
188 Silencer:
189 - Inlet
190 - Discharge
191 Allowable Piping Forces and Moments: (Mfr Std.)
192
Inlet
Discharge
193
Force Moment Force Moment
Foce
194
Kg
kg-m
kg
kg-m
kg
195 Axial
196 Vertical
197 Horiz. 90
198
Force Moment Force Moment
Force
199
Kg
kg-m
kg
kg-m
kg
200 Axial
201 Vertical
202 Horiz. 90
203 Other Connections:
Sole plates for:
Compressor
Gear Driver
204 Service:
No.
Size
Type
Baseplate:
205 Lube Oil Inlet
Under compr. only
Other:
206 Lube Oil Outlet
Decked with non-skid deck plate

Open
Construction
207 Seal Oil Inlet

Drip Rim
With Open Drain Subplate
208 Seal Oil Outlet
Horizontal adjusting screws for equipment
209 Casing Drains
Suitable for Column Support
210 Vents
Suitable for Perimeter Support
211 Cooling Water
Epoxy Grout / Epoxy Primer
212 Pressure Instr.
Lube Oil System [Refer job spec.] (manufacturers std.)
213 Temperature Instr.
Type:
Splash Feed from self
contained
214 Purge For:

Forced sumps
feed
Grease
215 Bearing Housing
API 614 force feed Lube Oil System Manufr's Standard
Standard
Standard Type:
216 Between Brgs & Seal
Oil Cooler:
217 Between Seal & Gas
Oil Filter:
Micron Rating
218 Oil Mist connection
Heater Steam Electric: kW
219
Main Oil Pump Driven by:
220
Shaft
Motor
St Turbine
221
Standby Oil Pump Driven by:
222
Shaft
Motor
St Turbine
223
UTILITIES
224 Utility Conditions:
Total Utility Consumption:
225 Steam:
Drivers
Heating
Cooling Water (m3/hr):
226 Inlet:
Min.
Kg/cmG
C.
Kg/cmG
C. Steam Normal (Kg/hr):
227
Nor.
Kg/cmG
C.
Kg/cmG
C. Steam Maximum (Kg/hr):
3
228
Max.
Kg/cmG
C.
Kg/cmG
C. Instrument Air (Nm /hr):
229 Exhaust: Min.
Kg/cmG
C.
Kg/cmG
C. kW (Driver) (KW):
230
Nor.
Kg/cmG
C.
Kg/cmG
C. kW (Auxiliaries) (KW):
231
Max.
Kg/cmG
C.
Kg/cmG
C. Heaters (KW):
232 Electricity:
Purge Gas (Nm3/hr):
233 Voltage:
Miscellaneous:
234 Hertz
235 Phase
236 Cooling Water:
237 Temp. Inlet:
C. Max. Return:
238 Press. Norm.:
Kg/cmG. Design:
239 Min. Return:
Kg/cmG. Max. Allow. P:
240 Water Source:
241 Instrument Air:
242 Max. Press.:
Kg/cmG. Min. Press.:
243 SHOP INSPECTION & TESTS:
Format No. 1645-DS-371 Rev. 1
Page 139 of 286

Recommended Straight Run of Pipe Diameters Before Suction


Vendor's Review & Comments on Purch. Piping & Foundation

C.
Kg/cmG.
Kg/cm.

Kg/cmG.

Optical Alignment flats required on compr., gear & driver.


Provision of water washing before opening casing by .
Lateral Analysis Report Required.
Torsional Analysis Report Required.
Condensate Removal Equipment Required Yes No
Silencers furnished by: .Blower Vendor
Weights (kg):
Copyrights EIL All rights reserved

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 5 of 7

ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009

244
245 Shop Inspection
246 Hydrostatic
247 Helium Leak
248 Mechanical Run main Rotor
249 Mechanical Run Spare Rotor
250 Casing Leak Test
251 Performance Test (Air)
252 Complete Unit Test
253 Pressure Compr. to full Optg. Pr.
254 Disasmbl.-reasmbl. compr. After test
255 Check Bearings & Seals after test

Reqd.

Witn.

Obs. Total Compressor package with driver


Compressor:
Base Plate:
Driver:
Gear Upper case:
Comp. rotor
Inter cooler:
Inter cooler Bundle(s)
Aftercooler:
Aftercooler Bundle(s):
Max. Erection Weight
Max. Maintenance Weight (Identify):

:
:
:
:
:
:
:
:
:
:
:
:

256 Sound Level Test (For Reference during


:
Total Shipping Weight
MRT/Performance test) [refer job spec. Cl. 7]
257 Tandem
:

Recommended Crane Capacity


258 Aux. Equipment

Space Requirements (m):


Lengt Width
259 Full Load Test
Height

h
260 Residual Unbalance Check

Complete Unit
261
Control Panel
262
Off skid Intercooler
263
Off skid Aftercooler
Recommended crane hook height
264
Maintenance space req. for compressor
265
Maintenance space req. for cooler tubes
266
267
CONTROLS & INSTRUMENTATION
268 Hazardous Electrical Area Classification
NEC:
Class
Div.
Group
ISO:
Zone
Gas Group
269
270 Electric Supply:
271 Lamps
:
V;
AC/DC;
;
Hz.
272 Alaram Circuit
:
V;
AC/DC;
;
Hz.
273 Trip Circuit
:
V;
AC/DC;
;
Hz.
274 Control Circuit
:
V;
AC/DC;
;
Hz.
275 Solenoid Valves
:
V;
AC/DC;
;
Hz.
276 Notes
277 1. Pre-Alarms to preceed Trips.
278 2. Instruments to be connected to junction boxes on skid and consoles .
279 3. All Tubings, pipings, wiring between instruments and junction boxes, local gauge boards and local panels
280 to be supplied by vendor.
281 4. Instruments, safety and control devices specified herein are minimum required by customer. In case, in the opinion of vendor,
282 vendor, additional devices are required, vendor shall specifically state so and include the same in his scope of supply.
283 5. Vendor shall also refer to P&ID's enclosed and any additional instruments required as per P&ID's shall be included
284 by vendor in his scope of supply.
285 6. All switching devices (hardware/software) for prealarms ,trips ,trip alarm ,and interlocking shall be in the vendor's scope.
286 Legend:
LM: Local Mounted:
By Vendor
Others
287 Local Mounted :
By Vendor
Others
288 LGB: Local Gage Board:
By Vendor
Others
289 LCP: Local Control Panel:
By Vendor
Others
290 LCS: Local Control Station:
By Vendor
Others
291 PLC: Programmable Logic Control:
By Vendor
Others
292 DCS: Distributed Control System:
By Vendor
Others
293
294
Nomenclature
Loose
295
Supply
296 AC Power On/Off Switch With Indication Lamp
297 Control Power On/Off Switch With Indication Lamp
298 Start/Stop Push Button Main Motor With Indication
299 Emergency Stop Push Button
300 Lamp Test Push Button
301 Alarm/Trip Acknowledge /Reset Push Botton
302 Ammeter for main & Auxiliary motor above 5.5 Kw (Refer Elect Specs)
303
304 NOTE: Vendor to provide Contact/Signal for Execution in DCS.
CONTROLS AND INSTRUMENTATION
305
Format No. 1645-DS-371 Rev. 1
Page 140 of 286

Local
Mtd.

Location
LCS LGB
Mtd. Mtd.
Yes

LCP
Mtd.

UCP

Yes
Yes
Yes
Yes

Copyrights EIL All rights reserved

DCS

kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg
kg

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 6 of 7

Legend: V: By Vendor;

P: Purchaser

Format No. 1645-DS-371 Rev. 1


Page 141 of 286

Copyrights EIL All rights reserved

Signal to
PLC/DCS/MP

High High- UCP

Trip & A/V Alarm


Annun.

High High - LP

Signal to LC/DCS/
MP

High - UCP

High - LP

V
V
V

Low - UCP

Process Gas System


-Temp. Gauge in suction
-PSV at discharge (1 no.)
-Pressure gauge at intet and out let of blower.

Low - LP

V
V
V

Indicator UCP

Indicator -LP

COOLING SYSTEM
- Temp gauge CW outlet temp.
-Sight Flow CW return each Cooler & Header
-Local mount TSV on each isolatable circuit

Gauge- LGB

Gauge- L M

DESCIPTION

REQUIRED

307
308
309
310
311
312
313
314
315
316
317
318
319
320
321
322
323
324
325
326
327
328
329
330
331
332
333
334
335
336
337
338
339
340
341
342
343
344
345
346
347
348
349
350

A/V Annun. & Pre-Alalm

Signal to DCS/MP

Indication

Low Low - UCP

Format Rev.1 Issue Date-01/07/2009

306

Low Low - LP

ROTARY COMPRESSOR
LOBE TYPE

Document No.
A096-000-16-45-DS-5785
Rev. No. A
Page 7 of 7

ROTARY COMPRESSOR
LOBE TYPE
Format Rev.1 Issue Date-01/07/2009

351
352
353
354
355
356
357
358
359
360
361
362
363
364
365
366
367
368
369
370
371
372
373
374
375
376
377
378
379
380
381
382
383
384
385
386
387
388
389
390
391
392
393
394
395
396
397
398
399
400
401
402
403
404
405
406
407
408
409

ACCESSORIES

Inlet System
Air Intake System (for Air Compressor):
Intake air filter: Type:
Dry Other:
Bird screen: Yes No Insect screen: YES NO
Weather hood: YES NO
First stage of filtration:
Inertial
Vane Not Applicable
Second Stage of filtration:
Panel
Bag Cartridge
Filter Media:
Non Woven Felt Paper Other
Method Of Cleaning Filter element:
Self Cleaning Pulse Jet
Washable Elements

Prefab. Inlet Piping


Supporting arrangement / supports for filter & inlet piping Ladder(s) & Platform(s) for filter
maintainence

Location of filters outside, min. meters above the ground level/compressor mounting level
Suction Silencer Prefabricated Air Inlet Piping
Compressor Suction Block Valve
With Limit Switch
Process Gas Suction Silencer (with SS internals)
Process Gas Inlet Strainer / Filter
Cone Type
Built-in Suction Silencer
Suction Knock-out Drum with condensate removal facilities
Prefab. Inlet process Piping in spool pieces between Suction strainer and Compressor Inlet Flange
Supporting arrangement / pads with bolted connection silencer & inlet piping on a common baseplate
Ladder(s) & Platform(s) for filter maintenance
Expansion Joints

Discharge Piping/Coolers:
Prefabricated Piping in spool pieces from Compressor Discharge flange to compressor Battery limit
Discharge Silencer
Expansion Joints
Discharge Knock-out Drum with condensate removal facilities
Type:
Aftercooler
Shell & Tube Type
Air Cooled
TEMA-C
Drain / Condensate Separator
Integral with gas cooler
Discharge Silencer
Compressor Discharge Non-Return Valve
Compressor Discharge PSV
kg/cm2 A (Set pressure = Max. Suction pressure + 1.1 X max. differential pressure)
Blow-off Piping (for air compressors):
Pre-fabricated Blow-off Piping in CS construction alongwith necessary valves, fittings, instrumentation, controls & supports terminated
at
location
safe
Blow-off
silencer in CS construction with SS internals
Instrumentation & Controls:

Local instrumentation
Local gauge board
Local control panel
Unit control panel
Protection Devices for
Annunciators
equipment
Wiring upto terminal boxes within unit
Capacity Control System

Interlocking System

Miscellaneous:

Special Tools (If required and recommended by vendor)


Cooling water piping upto compressor skid limit for jacket cooling (if required) and for Aftercooler
Guards for moving parts
Compressor Relief Valve (Interstage & Discharge 1 no.)
Vacuum Relief Valve with silencer at suction
Thermal relief valves for each isolatable CW circuit
Anchor bolts for all items to be anchored
Cooling Water piping within the Vendor supplied equipment skid
Mating flanges with nuts, bolts and gaskets for all purchaser's interface connections.
Wiring & piping between equipment skid and panels
Installation liners & shims
Acoustic Enclosure for Compressor /Driver equipped with fan driven forced ventilation system (if required to limit the noise level to 88 dBA, ref. Cl. 7.1 of Job Spec.)

Insulation materials for vessels Hot


&
piping
Compressor Bypass Valve
Type::
Auto controlled
Antivibration pads

Cold

Noise

Manual

With Limit Switch

Remarks:

10/10/13
Date
Format No. 1645-DS-371 Rev. 1
Page 142 of 286

A
Rev

ME
Job Engineer

NK
Rev. & Approved By

Copyrights EIL All rights reserved

VENDOR DATA REQUIREMENTS


FOR
LOBE TYPE BLOWER (AIR SERVICE)

Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 1 of 4

VENDOR DATA REQUIREMENTS


FOR
LOBE TYPE BLOWER (AIR SERVICE)

14-OCT-2013

ISSUED FOR BIDS

ME

NK

NK

Rev.
No.

Date

Purpose

Prepared by

Checked by

Approved by

Format No. EIL-1642-1924 Rev.1

Page 143 of 286

Copyright EIL - All rights reserved

VENDOR DATA REQUIREMENTS


FOR
LOBE TYPE BLOWER (AIR SERVICE)

Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 2 of 4

VENDOR DATA REQUIREMENTS


The following drawings/documents marked "

" shall be furnished by the bidder.

ROTARY COMPRESSOR
S.
N
O.
1.
2.
3.
4.
5.

6.

7.
8.
9.
10.
11.
12.
13.

POST ORDER
DESCRIPTION

WITH
BID

FOR
REVIEW

FOR
RECORD

WITH
DATA
BOOK
(FINAL)

REMARKS

Cross Sectional Drawings (with Bill of Materials


& Part No's) for Gear box (as applicable)
Lateral Analysis Reports of Compressor
Piping & Instrumentation diagrams (P&IDs) for
Bearing Temp. & Vibration monitoring System
Data Sheets alongwith performance curves for
Driver of compressor
General Arrangement showing compressor,
drive transmission system (as applicable) &
electric motor driver including all assosciated
auxiliary systems [like sealing system, lube oil
system, local control panel, injection panels (as
applicable) and rundown tank etc.] along with
interface connections/ terminal point details
including their location cordinates, maintenance
space, erection & maintenance weights,
capacity & hook height of maintenance crane
etc.
Foundation drawing of compressor train [i.e. for
compressor, drive transmission system (as
applicable) & electric motor driver] including
details of load points loaction and their details,
foundation load data (static & dynamic),
foundation bolts, their location, foundation bolt
pocket dimensions and recommended type of
grout, grout thickness, make, grade and
quantity.
Drawing for underground points indicating the
required undergroud drain points in the
compressor house
Allowable forces and moments at compressor
suction and discharge nozzles.
Allowable thermal movements compressor
suction and discharge nozzles.
Utility consumption data including electric load
data.
Schedule of lubricants, chemicals &
consumables with their specifications.
List of Purchaser's interface points with their
connection details
Data Sheets for Gear box (as applicable).

IF APPLICABLE

14. Data Sheets for Coupling for compressor train


15. Data Sheets for Lube oil system and LO Cooler

Format No. EIL-1642-1924 Rev.1

Page 144 of 286

IF APPLICABLE

Copyright EIL - All rights reserved

VENDOR DATA REQUIREMENTS


FOR
LOBE TYPE BLOWER (AIR SERVICE)

S.
N
O.

Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 3 of 4

POST ORDER
DESCRIPTION

WITH
BID

FOR
REVIEW

FOR
RECORD

WITH
DATA
BOOK
(FINAL)

REMARKS

16. Train Torsional & Lateral Analysis Report (as


applicable)
17. Cause & effect diagram
18. Control Narrative
19. Installation, Operation & Maintenance manuals
for complete compressor package
20. Precommissioning & commissioning procedure
for complete compressor package
21. List of Mandatory Spares (indicating exact
name of the part, part no. and material of
construction)
22. Quotation for recommended spare parts for two
years of normal operation (indicating exact
name of the part, part no. and material of
construction)
23. List of recommended commissioning spares
(indicating exact name of the part, part no. and
material of construction)
24. List of recommended Special Tools & Tackles
(indicating exact name of the part and part no.)
25. List of Deviations to
specifications/datasheets/standards of MR
26. Filled in experience record proforma for main
equipment and its driver
27. Duly filled-in check list scope of supply (as
applicable)
28. List of loose supply items in vendor's scope, to
be installed in purchaser's piping
29. P&ID for Lube Oil System

IF APPLICABLE

30. Test Procedure(s) : Witness tests as specified


in data sheets / other specs enclosed in the
inquiry / MR or as required by approved
ITP/QAP
31. General Arrangement Drawings (certified
dimensional outline drawing) for Driver of
compressor
32. General Arrangement Drawings (certified
dimensional outline drawing) for LO skid (as
applicable)
33. General Arrangement Drawings (certified
dimensional outline drawing) for Loose supply
piping items (like strainers, flow elements, Spill
back valves, PSVs, Check valves etc.) in
vendor's scope, to be installed in purchaser's
piping
34. Cross Sectional Drawings (with Bill of Materials
& Part No's) for Driver of compressor (except
electric motor)
35. Cross Sectional Drawings (with Bill of Materials
& Part No's) for Lube oil pump & cooling water
pump (as applicable) along with their seal
assembly

Format No. EIL-1642-1924 Rev.1

Page 145 of 286

Copyright EIL - All rights reserved

VENDOR DATA REQUIREMENTS


FOR
LOBE TYPE BLOWER (AIR SERVICE)

S.
N
O.

Document No.
A096-000-16-45-VDR-5785
Rev. A
Page 4 of 4

POST ORDER
DESCRIPTION

WITH
BID

FOR
REVIEW

FOR
RECORD

WITH
DATA
BOOK
(FINAL)

REMARKS

36. Mechanical Run Test procedure for


Compressor and Gear Box (as applicable)
37. Data Sheets alongwith performance curves for
Compressor
38. Data Sheets alongwith performance curves for
LOP and their respective drivers
39. Piping & Instrumentation diagrams (P&IDs) for
Process Gas System including Process
controls
40. General Arrangement Drawings (certified
dimensional outline drawing) for Compressor
41. Cross Sectional Drawings (with Bill of Materials
& Part No's) for Compressor
42. Performance Test procedure for Compressor
43. Complete Unit Test procedure for Compressor
train
44. Piping & Instrumentation diagrams (P&IDs) for
Utility & Cooling Water Distribution System

Notes :
1. "TICK" denotes applicability.
2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).
9. "@" indicates submission of documents to Inspection Agency.
10. Bill of Material shall form part of the respective drawing.
11. Also refer other department's VDR :12. Electrical
13. Instrumentation

Format No. EIL-1642-1924 Rev.1

Page 146 of 286

Copyright EIL - All rights reserved

EXPERIENCE RECORD PROFORMA


ROTARY BLOWER (LOBE TYPE)
Format Rev 1 Issue Date: 01/07/2009

Document No.
A096-000-16-45-ER-5785
Rev.A
Page 1 of 4

EXPERIENCE RECORD - ROTARY BLOWER (LOBE TYPE)


SERVICE

ITEM NUMBER.

VENDOR

INSTRUCTIONS TO BIDDERS :
1.

This proforma duly filled in shall be submitted for each item separately, alongwith the bid.

2.

Since the information requested in this proforma will be utilised to assess provenness of offered model, it is in the interest of the equipment
manufacturer to pick up those cases out of total list of references which most closely match with the offered model.The equipment manufacturer
shall also ensure that each & every information asked for is furnished and the same is correct and complete in all respects. Incorrect
information furnished in this proforma shall render the bid liable for rejection.

3.

While furnishing the materials, where asked for, the equipment manufacturer shall furnish ASTM equivalents also.

4.

For the referred installations, the equipment manufacturer shall indicate the name of the person (alongwith his address, telephone no., fax
no./email-id etc.) who may be contacted by the Purchaser / his representative, if felt necessary.

5.

The equipment manufacturer shall also furnish along with the bid his standard reference list for the offered equipment model manufactured and
supplied by him.

6.

The equipment manufacturer shall clarify the meaning of each letter / digit used in the model designation below:

Description of Model designation system :

Format No 1645-ERP-371 Rev.1


Page 147 of 286

Copyrights EIL All rights reserved

Document No.
A096-000-16-45-ER-5785
Rev.A
Page 2 of 4

EXPERIENCE RECORD PROFORMA


ROTARY BLOWER (LOBE TYPE)
Format Rev 1 Issue Date: 01/07/2009

SL.
NO.

PARAMETER

1.

2.

INFORMATION ON
PROPOSED MODEL
3.

INFORMATION ON REFERRED EXISTING INSTALLATIONS


Ref.- 1

Ref.-2

Ref.-3

4.

5.

6.

GENERAL

1.1 Cross reference to manufacturer's Standard Reference list

----

1.2 Make
1.3 Model Number
1.4 Number of units supplied
1.5 Type of Drive Arrangement
(Direct Driven / through Gear Box)
1.6 Shop where pump is designed, manufactured, packaged,
tested & supplied with address
2

OPERATING CONDITIONS

2.1 Gas handled


3

2.2 Capacity rated (kg/hr | Nm /hr)


3

2.3 Inlet Capacity rated (Am /hr)


2.4 Inlet pressure (kg/cmG)
2.5 Inlet temperature (C)
2.6 Discharge Pressure(kg/cmA)
2.7 Discharge Temperature ( C)
2.8 RV Set Pressure (kg/cm)
2.9 Compressor BKW (kW)
2.10 Compressor speed (rpm)
2.11 Motor Rating & Speed (kWxRPM)
2.12
2.13

Format No 1645-ERP-371 Rev.1


Page 148 of 286

Copyrights EIL All rights reserved

REMARKS
7.

Document No.
A096-000-16-45-ER-5785
Rev.A
Page 3 of 4

EXPERIENCE RECORD PROFORMA


ROTARY BLOWER (LOBE TYPE)
Format Rev 1 Issue Date: 01/07/2009

SL.
NO.

PARAMETER

1.

2.

INFORMATION ON
PROPOSED MODEL
3.

INFORMATION ON REFERRED EXISTING INSTALLATIONS


Ref.- 1

Ref.-2

Ref.-3

4.

5.

6.

2.14
3

CONSTRUCTION

3.1 MAWP (kg/cmG)


3.2 No. of lobes (Male / Female)
3.3 Type of Bearings
-Radial
-Thrust
3.4 Type of Lubrication
3.5 Type of Shaft Seals
-Drive End Shaft Side
-No. of Shaft Seals
-Conveying Chamber Side
4

MATERIAL OF CONSTRUCTION

4.1 Casing
4.2 Rotors
4.3 Shaft
4.4 Timing Gears
5

OTHER INFORMATION ON INSTALLATIONS

5.1 Date of supply of entire unit


5.2 Date of commissioning of entire unit
5.3 No. of operating hours completed as on the date of issue of
material requisition
5.4 Major Problems encountered

5.5 Name of plant

Format No 1645-ERP-371 Rev.1


Page 149 of 286

Copyrights EIL All rights reserved

REMARKS
7.

Document No.
A096-000-16-45-ER-5785
Rev.A
Page 4 of 4

EXPERIENCE RECORD PROFORMA


ROTARY BLOWER (LOBE TYPE)
Format Rev 1 Issue Date: 01/07/2009

SL.
NO.

PARAMETER

1.

2.

INFORMATION ON
PROPOSED MODEL
3.

INFORMATION ON REFERRED EXISTING INSTALLATIONS


Ref.- 1

Ref.-2

Ref.-3

4.

5.

6.

5.6 Purchaser's Name and Address


Name (Company / Organization)
Name of Contact Person
Address

Telephone No.
Fax No.
email-id

Format No 1645-ERP-371 Rev.1


Page 150 of 286

Copyrights EIL All rights reserved

REMARKS
7.

Checklist Electrical

DOCUMENT No.
A096-00-16-50-LL-5785
A

Rev.

Page 1 of 1

S.No.

CHECK POINT / QUERY

1.

Have you filled up the relevant motor data sheet as


per the format A096-000-16-50-DS-5785 for each
motor?
Please inform the makes of all equipments/materials.
Please note that all the offered equipment shall have
valid type test certificates and Proven track record
which shall be reviewed during detailed engineering.
Earth terminals for connection to main plant earth
grid shall be provided on Motor. Purchaser shall do
the connection to main plant earth grid.
Please note and confirm compliance.
Please inform if the offered motors require any
spares during two years of operation & maintenance.
Have you attached the list of such spares with unit
price? Confirm compliance.

2.

3.

4.

5.

Cable glands and lugs for all the motors shall be


supplied by you. Details of purchaser-supplied cables
shall be provided during detail engineering.
Please note and confirm compliance.

6.

Confirm that cable glands to be supplied with motors


shall meet all requirements as per IS/IEC-60079.

7.

Confirm that offered MV motor shall comply with EIL


Specification 6-51-0032.
For Imported motor, please attach confirmation of
compliance with 6-51-0032, as applicable for
technical specifications and testing requirements.
Deviations (if any) shall be listed in a separate
deviation list. Apart from deviations listed in the
separate deviation list, it shall be presumed that
motor complies with all other spec. requirements.
Confirm compliance.
Successful bidder shall submit, after order, the
approval of CCoE towards motors explosion
protection. Vendor to note and confirm compliance.
FRP (Fiber reinforced plastic) canopy for each motor
are required to be the part of supply. Confirm
compliance.

8.

9.

A
Rev. No

BIDDERS
CONFIRMATION/ANSWERS

10.10.2013

Issued with MR

SS

Shirali

SA

Date

Purpose

Prepared
by

Checked
by

Approved
by

Page 151 of 286


Format No. EIL 1641-1924 Rev. 1

Copyright EIL All rights reserved

Datasheet No.
A096-000-16-50-DS-5785
Rev : A
Page 1 of 2

DATA SHEET
MEDIUM VOLTAGE SQUIRREL CAGE
INDUCTION MOTOR
PURCHASER's DATA
A. Site conditions
1 Ambient temperature,

minimum:
maximum:
design:

1.7 C
47.8 C
40 C

2 Relative humidity:
B. Technical particulars
1 Motor tag no.:

20-90

2 Driven equipment name:


3 Voltage:
4 Phase:

As per MR

3 Atmospheric condition:
4 Altitude:
5 Location:

Humid & highly corrosive


< 1000 m
Humid & highly corrosive
<Outdoor
1000 m
Outdoor

142-KAM-01

415 V 10%
415 VThree
6%
Three
50 Hz
3%
50 Hz
3%
50 kA
D.O.L.
50 kA
Delta
D.O.L.
3
Star
Later 3 mm

5 Frequency:
6
7
8
9
10
11
12
13
14
15

Fault level:
Method of starting:
Winding connection:
No.of terminals:
Cable size:
Cable type:
Temperature rise:
Cooling:
Insulation class:

1
2
3
4
5
6
7
8

Suggested motor rating:


Manufacturer:
BkW at full load:
kW at end of curve:
Speed:
Rotation viewed from coupling end:
Driven equipment:
Coupling type:

Cu/Al cond. PVC insulated


80
C
AYFY
TEFC
F
IC401
(temp rise limited to class B)B

16 Hazardous area classification:


17 Gas group:
142-KAM-01
18
19
20
21
22
23
24

Zone 2
Zone 1
IIA/IIB
IIA/IIB
Type of explosion protection:
Ex(de)
(without pre startEx(n)
ventilation)
Type of ingress protection:
IP 55
Color shade:
632 as per ISIP5 23
Thermisters:
IS 5
Required 632 as perNot
required
RTD:
Not required
Required
BTD:
Required
Not required
RTD/BTD monitoring device:
Required
Not required

25 Applicable specification:
26

EIL spec. 6-51-0032


EIL spec. 6-51-0032

DRIVEN EQUIPMENT MANUFACTURER's DATA


kW

9 Torque required,

kW
kW
RPM

10 GD2 of eqpt.,

starting:
maximum:
including flywheel:
excluding flywheel:

mkg
mkg
kgm2
kgm2
kg
kg

11 Thrust,

up:
down:
12 Starting condition:

MOTOR MANUFACTURER's DATA


1
2
3
4
5

Rating:
Manufacturer:
No. of poles:
Frame designation:
Full load speed:

6
7
8
9
10
11
12
13

Mounting:
Full load torque (FLT):
Starting torque:
Break down or pull out torque:
Full load current (FLC):
Starting current at 100% voltage:
Rotation viewed from coupling end:
75% voltage:
Starting time at,
100% voltage:
14 Locked rotor withstand time (cold/hot) at,
75% voltage:
100% voltage:
15 Heating/Cooling Time Const. (min.)
16 Time (Te) for Increased Safety motors

kW

RPM

mkg
% of FLT
%
A
% of FLC
sec.
sec.
sec.
sec.
min
sec.

17 Space heater (above 22 kW) - voltage & power:


18 Efficiency at,
75% Load:
100% Load:
19 Power factor at,
75% Load:
100% load:
starting:
20 Moment of inertia, GD2:
21 NDE bearing type & no.:
22 DE bearing type & no.:
23 Type of lubrication:
24 Weight of motor:
25 Thermisters,
quantity:
make:
type:
26 RTD,
quantity:
make:
type:
27 BTD,
quantity:
make:
type:
28 Shaft voltage:

kgm2

kg
no.
no.
no.
V

29 Critical speed, 1st/2nd stage:


30 Canopy(FRP) :

at 100% Voltage

%
%

RPM

Not required

Required

1. Recommended quantity and unit price of maintenance spares for two years operation shall be furnished for each rating and type of motor
2. Starting time calculations shall be based on operating conditions specified on Material Requisition eg. open valve ccondition/
closed valve condition, at no load/full load, as applicable.
3. Cable glands to be supplied with motors shall meet all requirements as per IS/IEC-60079.

A
Rev. No.

10.10.2013
Date

Format No. 1650-687


Page Rev.3
152 of 286

Issued with MR
Purpose

SS
Prepared by

Shirali
Checked by

SA
Approved by

Copyrights EIL - All rights reserved

DATA SHEET
MEDIUM VOLTAGE SQUIRREL CAGE
INDUCTION MOTOR

Datasheet No.
A096-000-16-50-DS-5785
Rev : A
Page 2 of 2

EIL-approved Vendor List

S.No
1

Equipments
Motors (Induction) MV
(Zone-2 Type Ex 'de')

Format No. 1650-687


PageRev.3
153

of 286

Make
Bharat Bijlee Limited, Crompton Greaves Ltd., Kirloskar Electric Co.
Ltd., Marathon Electric Motor Ltd., Laxmi Hydraulics Pvt. Ltd.

Copyrights EIL - All rights reserved

Document No.
A096-000-16-50-VDR-5785
Rev. A

VENDOR DATA REQUIREMENTS


FOR
MV MOTOR

Page 1 of 3

VENDOR DATA REQUIREMENTS


FOR
MV MOTOR

10-OCT-2013

ISSUED WITH MR

SS

SHI

SA

Rev.
No.

Date

Purpose

Prepared by

Checked by

Approved by

Format No. EIL-1642-1924 Rev.1

Page 154 of 286

Copyright EIL - All rights reserved

Document No.
A096-000-16-50-VDR-5785
Rev. A

VENDOR DATA REQUIREMENTS


FOR
MV MOTOR

Page 2 of 3

VENDOR DATA REQUIREMENTS


The following drawings/documents marked "

" shall be furnished by the bidder.

MV MOTOR
POST ORDER

S.
N
O.

DESCRIPTION

1.

Schedule of Vendor Documents

2.

Confirmation of Technical Compliance

3.

Data Sheets (Duly filled-in)

4.

Dimensional/Assembly Drawings : GA Drawing


For motors < 75kW
Dimensional/Assembly Drawings : GA Drawing
For motors >= 75kW
Dimensional/Assembly Drawings : Installation
Plan/Mounting Details
Dimensional/Assembly Drawings : Terminal
Box Arrangement
Dimensional/Assembly Drawings : Name Plate
Drawing
Performance Curves : Speed Torque Curves

5.
6.
7.
8.
9.

WITH
BID

FOR
REVIEW

FOR
RECORD

WITH
DATA
BOOK
(FINAL)

REMARKS

10. Performance Curves : Speed-Current/Time


Curves
11. Performance Curves : Thermal Withstand
Curves (Hot & Cold)
12. Performance Curves : P.f. & Efficiency Curves
13. Inspection & Test Plan (ITP) -For review by
Inspection Dept.
14. Test Records
15. Type Test Certificates for similar equipment
16. List of Commissioning Spares
17. List of Maintenance Spares
18. List of Mandatory Spares
19. List of Special Tools & Tackles
20. Data Books/ Manuals : Installation Manual
21. Data Books/ Manuals : Operating/ Maintenance
Manual
22. Data Books/ Manuals : Catalogues/ Brochures
23. Equipment storage procedure at site

Notes :
Format No. EIL-1642-1924 Rev.1

Page 155 of 286

Copyright EIL - All rights reserved

VENDOR DATA REQUIREMENTS


FOR
MV MOTOR

Document No.
A096-000-16-50-VDR-5785
Rev. A
Page 3 of 3

1. "TICK" denotes applicability.


2. Post order, drawing / document review shall commence only after approval of Document Control Index (DCI).
3. All post order documents shall be submitted / approved through EIL eDMS portal.
4. Final documentation shall be submitted in hard copy (Six prints) and soft ( two CDs/DVDs ) in addition to
submission through EIL eDMS.
5. Refer - 6-78-0001: Specification for quality management system from Bidders.
6. Refer - 6-78-0003: Specification for documentation requirement from Suppliers.
7. All drawings & documents shall be submitted in A4 or A3 paper sizes. Documents in higher paper size shall
be submitted in exceptional circumstances or as indicated in the MR/Tender.
8. Post order- The schedule of drawing / data submission shall be mutually agreed between EIL & the bidder /
contractor / supplier during finalization of Document Control Index (DCI).

Format No. EIL-1642-1924 Rev.1

Page 156 of 286

Copyright EIL - All rights reserved

Page 157 of 286

Page 158 of 286

Page 159 of 286

Page 160 of 286

Page 161 of 286

Page 162 of 286

Page 163 of 286

Page 164 of 286

Page 165 of 286

Page 166 of 286

Page 167 of 286

Page 168 of 286

Page 169 of 286

Page 170 of 286

latfRzre?

&Reg
sil,,ecrxe
e1,1

awn-.

ENGINEERS

FOR

INDIA LIMITED
IA Govt of India Undertaking)

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN

6-81-1032 Rev. 2

MEDIUM VOLTAGE MOTOR

Page 1 of 6

it414Tur a -crttffur
INSPECTION AND TEST PLAN
FOR
MEDIUM VOLTAGE MOTORS

n2
AKC

15.07.11

Revised and Re-issued

GS

24.12.07

Revised and Re-issued

SA

CRM

MVKK

VC

30.04.02

Issued for implementation

RG

AKC

AKB

GRR

Rev.
No.

Date

Purpose

Prepared
by

Checked
by

Standards Committee
Convenor

Standards
Bureau Chairman

Format No. 8-00-0001-F7 Rev. 0


Page 171 of 286

DM

Approved by

Copyright EIL All rights reserved

ENGINEERS
INDIA LIMITED

0 el
0&11 faigteg
t NITA eivav, OLT:Walt

(A Govt of India Undertaking)

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
MEDIUM VOLTAGE MOTORS

6-81-1032 Rev. 2
Page 2 of 6

Abbreviations:
Alloy Steel
British Approval Service for Electrical Equipment in Flammable
Atmospheres
Bureau of Indian Standards
Chief Controller of Explosives
Certification Engineers International Limited
Central Institute of Mining & Fuel Research
Carbon Equivalent
Dry Film Thickness
Destructive Testing
Dye Penetrate Testing
Electronics Regional Test Laboratory
Fluid Control Research Institute
Factory Mutual
Flame Proof
Hydrogen Induced Cracking
Inspection and Test Plan
Ingress Protection
Inspection Certification
Inter Granular Corrosion
International Electro technical Commission
Japanese Electro technical Committee
Liquid Penetrate Testing

AS
BASEEFA
BIS
CCE or CCOE
CEIL
CIMFR
CE
DFT
DT
DPT
ERTL
FCRI
FM
FLP
HIC
ITP
IP
IC
IGC
IEC
JEC
LPT

MPT/MT
MRT
MTC
MOC
NPSH
NDT
NEMA
PO
PESO
PQR
PR
PMI
PVC
QC
RT
TC
TPI or TPIA
UT
UL
VDR
WPS
WPQ
XLPE

Magnetic Particle Testing


Mechanical Run Test
Material Test Certificate
Material of Construction
Net Positive Suction Head
Non Destructive Testing
National Electrical Manufacturers Association
Purchase Order
Petroleum Explosive Safety Organization
Procedure Qualification Record
Purchase Requisition
Positive Material Identification
Poly Vinyl Chloride
Quality Control
Radiography Testing
Test Certificate
Third Party Inspection Agency
Ultrasonic Testing
Under writer Laboratories
Vendor Data Requirement
Welding Procedure Specification
Welders Performance Qualification
Cross Linked Poly Ethylene

Inspection Standards Committee


Convenor :

Mr. A.K. Chaudhary

Members:
Mr. SS Lotay
Mr. S.C. Gupta
Format No. 8-00-0001-F7 Rev. 0
Page 172 of 286

Mr. RK Singh
Mr. Rajeev Kumar

Mr. Anoop Geol


Mr. G. Suresh

Mr. G. Poornachandra Rao


Mr. MP Jain (Projects)
Copyright EIL All rights reserved

k5-1 Reitzi

$1g-ar tif5ieg

oteav, OtIJO2R1,

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
MEDIUM VOLTAGE MOTORS

E
NGINEERS
INDIA
LIMITED
(A Govt of India Undeftalong)

6-81-1032 Rev. 2
Page 3 of 6

1.0 SCOPE:
This Inspection and Test Plan covers the minimum testing & inspection requirements of three phase medium voltage squirrel cage induction motors.
2.0 REFERENCE DOCUMENTS:
PO/PR & Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS:
SL
NO.

STAGE/ ACTIVITY

1.0

Procedures

2.0

Material Inspection

2.1

Raw Material:
Body(casting or
fabrication),
Rotor shaft, Core
laminations, Copper,
Insulation material,
Bearings, Terminals, cable
boxes, Cable glands, etc.

Format No. 8-00-0001-F7 Rev. 0


Page 173 of 286

CHARACTERISTICS

Chemical, Physical properties , finish as per


relevant standard

SCOPE OF INSPECTION
SUB
SUPPLIER
EIL/TPIA
SUPPLIER

QUANTUM
OF CHECK

RECORD

--

--

--

--

--

100%

Material Test
Certificates /
Test records

H/R

R
(For major
items only)

Coovriaht EIL All rig hts reserved

1r,

5.fg eji
laReg
(Atria rireixt

73510415.1

ENGINEERS
INDIA LIMITED
IA Govl of India Undertaking)

SL
NO.

STAGE/ ACTIVITY

3.0

Inprocess Inspection

3.1

4.0

4.1

Motor Assembly

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
MEDIUM VOLTAGE MOTORS

6-81-1032 Rev. 2
Page 4 of 6

SCOPE OF INSPECTION
SUB
SUPPLIER EIL/TPIA
SUPPLIER

CHARACTERISTICS

QUANTUM
OF CHECK

RECORD

Vacuum impregnation and bracing of winding,


core assembly, Rotor bars and end rings assembly,
Rotor balancing, Terminal box mounting and
clearances in between, Bearing setting, etc as per
supplier's internal standards

100%

Test Records

100%

Inspection test
records

See Note
5&6

Final Inspection

Motor (Routine Tests)

Format No. 8-00-0001-F7 Rev. 0


Page 174 of 286

General visual check, nameplate details


Mounting, Shaft centre height dimensions
Terminal box location, clearances, size, entries,
space adequacy & gland size.
Terminals type for Type EX-e, EX-n, Ex-d
motors
Free rotation of Shaft, shaft centre height,
lubrication, fan mounting
Direction of rotation
Coupling, Bearing details
Cable Glands, cable lugs size and no. of entries
in Terminal Box
Winding Resistance
No load test and measurement of Voltage,
Speed, Current, Power Input
Locked Rotor test at reduced voltage by JEC
method and measurement of Voltage, Current
and Wattage.
Reduced voltage Starting and running

Copyright EIL All rig hts reserved

t_Siliae_ltsiENGINEERS

og e..11ia teg

g
1.1128 eleane, CAJPtFA1

SL
NO.

INDIA LIMITED
IA Goof of Intla UnaerfaIng)

STAGE/ ACTIVITY

4.2

Motor (Type Tests)

5.0

Painting

5.1

Painting of Motor frames

6.0

Documentation and IC

CHARACTERISTICS
Insulation resistance Before & after High
Voltage test
High Voltage
Vibration
Full load test and measurement of Voltage,
Current, Power, Slip, Power factor, Bearing
Noise.
Efficiency and Pf at 100%, 75% and 50% load
Temp Rise test
Momentary overload test
Vibration
Noise Level
Over speed
Measurement of Starting Torque, Starting
Current, Full Load Torque*
Pre treatment, primer and final paint,
shade, thickness

Page 175 of 286

6-81-1032 Rev. 2
Page 5 of 6

SCOPE OF INSPECTION
SUB
EIL/TPIA
SUPPLIER
SUPPLIER

QUANTUM
OF CHECK

RECORD

One sample
from each
type/rating

Inspection test
records

See Note
5&6

100%

Test records

--

Supplier's Test
Records /
Certificates
from statutory
bodies /
Inspection
Certificate (IC)

Review of Internal Test Reports


Test certificate from recognized testing
laboratory for area classification.
BIS certificate for FLP motors and accessories
100%
as applicable.
Documentation and IC
6.1
CCOE/PESO approved certificates for motors
and accessories as applicable.
Degree of protection of enclosure
IC issuance
Measurements will be made in accordance with standard IEC (Logarithmic proportion method II)
Format No. 8-00-0001-F7 Rev. 0

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
MEDIUM VOLTAGE MOTORS

Coovriaht EIL All riahts reserved

ogejliaaeg
MIETI FEA/R7CAJWITAI

ENGINEERS
INDIA LIMITED
IA Govt of India Undertakingj

INSPECTION AND TEST PLAN


FOR
MEDIUM VOLTAGE MOTORS

STANDARD SPECIFICATION NO.


6-81-1032 Rev. 2
Page 6 of 6

Legends: H- Hold (Do not proceed without approval), Random -10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may proceed
after scheduled date).
NOTES (As applicable):
Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents
Motors up to 55 KW would be accepted based on Manufacturer's test certificates. Higher rating will have witness by EIL/TPIA appointed by OEM Supplier.
Motors ordered with integration test requirement as per PR shall be witnessed by EIL/TPIA (appointed by OEM supplier) for integration test (irrespective of rating)
at motor manufacturer's works.

Format No. 8-00-0001-F7 Rev. 0


Page 176 of 286

Copyright EIL All ri g hts reserved

OWE? gla ENGINEERS

laite-gilir INDIA LIMITED


UndedSing)
col nennl

(A Govt CI

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
PRESSURE RELIEF VALVES

6-81- 2026 Rev. 2


Page 1 of 5

Avis( f4-41-cu alegi


f4-ftur 4 trftur q
INSPECTION AND TEST PLAN
FOR
PRESSURE RELIEF VALVES

22.03.12

Revised and Re-issued

MJ

GS

AC

DM

02.01.08

Revised and Re-issued

SA

CRM

MVKK

VC

09.12.02

Issued for implementation

RG

AKC

AKB

GRR

Purpose

Prepared
by

Checked
by

Standards Committee
Convenor

Standards Bureau
Chairman

Rev.
No.

Date

Format No. 8-00-0001-F7 Rev. 0

Page 177 of 286

Approved by
Copyright EIL All rights reserved

Ifgar la5teg /eV INDIA LIMITED


14.m 2FAI.MR

Abbreviations
AS
BASEEFA

Alloy Steel
British Approval Service for Electrical Equipment in Flammable
Atmospheres
Bureau of Indian Standards
Chief Controller of Explosives
Certification Engineers International Limited
Central Institute of Mining & Fuel Research
Carbon Equivalent
Dry Film Thickness
Destructive Testing
Dye Penetrate Testing
Electronics Regional Test Laboratory
Fluid Control Research Institute
Factory Mutual
Flame Proof
Highway Addressable Remote Transducer
High Voltage
Inspection and Test Plan
Ingress Protection
Inspection Certification
Insulation Resistance
International Electro technical Commission
Japanese Electro technical Committee
Liquid Penetrate Testing

BIS
CCE or CCOE
CELL
CIMFR
CE
DFT
DT
DP or DPT
ERTL
FCRI
FM
FLP
HART
HV
ITP
IP
IC
IR
IEC
JEC
LPT

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
PRESSURE RELIEF VALVES

laitRaeTa ENGINEERS

MRT
MPT/MT
MTC
MOC
NPSH
NDT
NEMA
PO
PESO
PQR
PR
PMI
PTB
QC
RT
SS
TC
TPI or TPIA
UT
UL
VDR
WPS
WPQ
XLPE

6-81-2026 Rev. 2
Page 2 of 5

Mechanical Run Test


Magnetic Particle Testing
Material Test Certificates
Material of Construction
Net Positive Suction Head
Non Destructive Testing
National Electrical Manufacturers Association
Purchase Order
Petroleum Explosive Safety Organization
Procedure Qualification Record
Purchase Requisition
Positive Material Identification
Physikalisch-Technische Bundesanstalt
Quality Control
Radiography Testing
Stainless Steel
Test Certificate
Third Party Inspection Agency
Ultrasonic Testing
Under writer Laboratories
Vendor Data Requirement
Welding Procedure Specification
Welders Performance Qualification
Cross Linked Poly Ethylene

Inspection Standards Committee


Convenor :
Members:

Mr. A.K. Chaudhary


Mr. S.C. Gupta
Mr. G. Suresh

Format No. 8-00-0001-F7 Rev. 0


Page 178 of 286

Mr. RK Singh
Mr. Rajeev Kumar

Mr. MP Jain (Projects)


Mr. G. Poornachandra Rao
Copyright EIL All rights reserved

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
PRESSURE RELIEF VALVES

laZlegai ENGINEERS
51g-e lafflege INDIA LIMITED
Govt of Indus Undatakng)

6-81-2026 Rev. 2
Page 3 of 5

1.0 SCOPE
This Inspection and Test Plan covers the minimum inspection and testing requirements for Pressure Relief Valves.
2.0 REFERENCE DOCUMENTS
PO/PR / Standards referred there in /Job specifications / Approved documents.
3.0 INSPECTION AND TEST REQUIREMENTS
SL
NO.

STAGE/ ACTIVITY

1.0

Procedures

2.0

Material Inspection

2.1

Incoming Material like


forgings
and castings etc.

3.0

In process Inspection

3.1

Machining of components
and their Assembly.

4.0

4.1

CHARACTERISTICS

QUANTUM OF
CHECK

--

--

Mechanical & Chemical properties.

SCOPE OF INSPECTION
RECORD

SUB
SUPPLIER

SUPPLIER

EIL/TPIA

--

--

--

100%

Material Test
Certificates / Test
Lab Certificates

H/R

100%

Supplier's Test
Records

100%

Supplier's Test
Records and
Inspection
Witness Record

..

Visual, Dimensions.

Final Inspection

Final Inspection

Format No. 8-00-0001-F7 Rev. 0

Page 179 of 286

Visual check
Dimensional check
Check calibration status of all testing
equipment
Hydrostatic Test

Copyright EIL All rights reserved

H/W

sigf tataite
eimie =MOW

SL
NO.

(A Got W Mu. UndettOunpl

STAGE/ ACTIVITY

4.2

Radiography

4.3

Submission of certificates /
Documents

5.0

Painting

5.1
6.0
6.1

Painting

STANDARD SPECIFICATION NO.

INSPECTION AND TEST PLAN


FOR
PRESSURE RELIEF VALVES

IWO:Rift ENGINEERS
rr
INDIA LIMITED

CHARACTERISTICS
Cold Bench Set Pressure
Seat Leakage Test
Valve Lift test
Blow Down / Reclosing pressure test
Helium Leak test (if specified)
Dye Penetration test of welds
Radiography/NDT of valve castings (if
specified).
Capacity Test as per ASME

Special cleaning and packing for oxygen and


chlorine services
Pre treatment, primer and final paint, shade,
thickness.

QUANTUM
CHECK OF

100%

6-81-2026 Rev. 2
Page 4 of 5

SCOPE OF INSPECTION
RECORD

SUB
SUPPLIER

Radiograph
Reports /

SUPPLIER

EIL/TPIA

Prototype for
each model /
Manufacturer's
TC

Type Test
Certificates

100%

Packing list /
Supplier's
Records

100%

Supplier's Test
Records /
Inspection
Certificate

Documentation and IC
Documentation and IC

Format No. 8-00-0001-F7 Rev. 0


Page 180 of 286

Review of Internal Test Reports &MTC


Bought out items/accessories TC
IC issuance.

Copyright EIL All rights reserved

tWali

ISi tada ENGINEERS


INDIA LIMITED
g

Pletinag nIn11

(A

Gent of Me limletlefongf

INSPECTION AND TEST PLAN


FOR
PRESSURE RELIEF VALVES

STANDARD SPECIFICATION NO.

6-81-2026 Rev. 2
Page 5 of 5

Legends: H- Hold (Do not proceed without approval), Random 10% , R-Review, RW-Random witness, W- Witness (Give due notice, work may
proceed after scheduled date).

NOTES:
I. Wherever W/R or H/W is indicated, Inspection Engineer shall decide the option to be exercised for the particular stage and supplier
Supplier's in house procedures may be accepted in case TPUEIL is satisfied with adequacy of procedures to comply with Purchase Order/Specifications requirements.
In case of non availability of suitable procedures, fresh procedures may be qualified under TPUEIL witness..
In case of conflict between purchase specification, contract documents and ITP, more stringent conditions shall be applicable.
This document describes generally the requirements pertaining to all types of the item. Requirements specific to PO and the item are only applicable.
Acceptance Norms for all the activities shall be as per PO/PR/ Standards referred there in/ Job specifications /Approved documents

Format No. 8-00-0001-F7 Rev. 0

Page 181 of 286

Copyright EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 1 of 8

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA


OWNER : GAIL
JOB NO. : A096
MR NO. : A096-000-KA-MR-5785

20.09.13

Issued with MR

PK

AS

RKG

Rev.
No

Date

Purpose

Prepared by

Checked by

Approved by

Template No. 5-0000-0001-T2 Rev. 1

Page 182 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 2 of 8

CONTENTS

1.0

SCOPE

2.0

JOB SPECIFICATION

3.0

LIST OF ATTACHMENTS

Template No. 5-0000-0001-T2 Rev. 1

Page 183 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 3 of 8

1.0 SCOPE
S. No.
1.1

1.2
1.2.1

DESCRIPTION
Scope of Design & Engineering
Design, engineering, procurement, testing &
commissioning assistance of field instruments for
Blower-Electric Motor driven.
Scope of procurement/ supply
All the instruments as depicted in the P&IDs
(attached elsewhere in the MR) or required for the
operation of the blower like pressure relief valves,
vacuum relief valves, pressure and temperature
gauges etc.

Bidder

Purchaser

Yes

Yes
(Note-1)

Note-1: In case it is found that the make and model number of the
Instruments supplied by Bidder is not meeting the MR specifications, the
same shall be rectified by Bidder providing the correct make and model
without any delivery and price implication to Purchaser.
1.2.2
1.2.3

1.2.4

1.2.5
1.2.5.1
1.2.5.2
1.2.5.3

1.2.5.4

1.2.6
1.2.6.1

1.2.6.2

DCS / PLC
Supply of junction boxes in field for
interconnection between bidder supplied
instruments and control room. (if applicable)
All skid mounted instrument/junction boxes
supplied by bidder shall be duly installed and
completely pre-wired.
(Flying leads for any instrument is not acceptable)
Cables (if applicable)
Special cables between speed probes and its
transmitters
Cables between RTDs and temperature
transmitters
Cables between bidder supplied
instruments/transmitters and bidder supplied
junction boxes mounted in field.
Multi pair cables for interconnecting bidder
supplied Junction Boxes in field to Purchasers
DCS/PLC System.
Installation & Erection materials
Complete installation material including cables
and accessories, junction boxes, cable glands
with PVC hood(for multi pair and single pair
cables), instrument supports and mounting
accessories, cable trays, canopies for instruments
and junction boxes, etc as required
Any other installation material required for

Template No. 5-0000-0001-T2 Rev. 1

Page 184 of 286

Yes
Yes

Yes

Yes
Yes
Yes

Yes

Yes

Yes

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 4 of 8

S. No.

1.2.7
1.2.8
1.2.9

1.2.10
1.2.11
2.0
2.1

3.0
3.1
3.2
3.3

3.4
4.0

DESCRIPTION
installation and commissioning of various
instruments and systems supplied by Bidder.
Commissioning spares
Mandatory Spares
Any additional instruments required as per
Bidders recommendation for safe operation of
blower.
Any special tools or tackles required for
instrumentation supplied by Bidder.
Drawings and documents as listed in Vendor Data
Requirement
Factory testing & calibration
Carrying out/ witnessing shop testing and
calibration of all instruments as per approved
Inspection Test Plan.
Installation, field calibration/ testing and
commissioning
Installation of all skid mounted instruments,
junction boxes and accessories on blower.
Laying & termination of all cables up to bidder
supplied skid mounted junction boxes
Laying & termination of all cables from
instruments to bidder supplied Junction Boxes
within skid.
Installation of bidder supplied instruments and
Junction boxes outside skid
Coordination
Coordination with:
Purchaser,
DCS/PLC vendor,
Purchasers instrumentation erection
contractor for loop checking
Bidder shall be fully responsible for package along
with all associated instruments.

Bidder

Purchaser

Yes
No
Yes

Yes
Yes

Yes

Yes
Yes
Yes

Yes

Yes

2.0 JOB SPECIFICATION


S. No.
1.0
1.1
1.2

GENERAL
Location of field equipments/
instruments
Area classification

Template No. 5-0000-0001-T2 Rev. 1

Page 185 of 286

Hazardous area
As per Electrical area classification.
(All instruments supplied shall be suitable
for mounting in Zone-1 with Gas grouping
IIA/IIB/IIC and temperature classification
Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 5 of 8

1.3
1.4
1.5
1.6

2.0
2.1
2.2
2.3
2.4

2.5
2.6

2.7

T3)
Type of instrumentation
Electronic
Type of Instruments
Smart type with HART
Logic representation
ISA
Type of hazardous area protection
Instruments
Intrinsically safe in general
Order of priority in case of
In the event of any conflict between this
any conflict between MR
specification, data sheets, standard
documents
specifications, related standards, codes
etc: the following order of priority shall
govern:
a) Statutory Regulations
b) Licensor Technical Specifications
c) Job Specifications
d) Codes & Standards
However, Bidder shall inform EIL/ owner
for any discrepancy for resolution before
proceeding.
TYPE & LOCATION OF CONTROLS & INSTRUMENTS (if applicable)
Type of control system (For
DCS located in control room (Purchasers
monitoring and control)
scope)
Type of control system (For
PLC located in control room (Purchasers
Interlock & shutdown)
scope)
Blower speed control via
NA
VFD signal from DCS
Start/ Stop, Auto/ Manual,
Shall be directly wired to MCC.
Local/ Remote commands
for all electrical drives from
local control stations in field
Status signals of drives from Shall be wired to marshalling cabinet in
MCC
control room.
Ingress protection for
Weatherproof to IP65 as a minimum.
instruments and enclosures
IP65 for transmitters and junction boxes.
in field
Hazardous area protection
Intrinsically safe in general. Junction
for instruments (Note-1)
boxes for flameproof instruments shall be
flameproof and flameproof cable glands
shall be used. Increased safety/ non
incendive concept for instruments
including junction boxes & cable glands is
not acceptable. Terminal boxes for
intrinsically safe instruments shall be
weatherproof and weatherproof cable
glands shall be used.

Template No. 5-0000-0001-T2 Rev. 1

Page 186 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 6 of 8

Note-1: Certification for use in hazardous area shall be as follows:


For all intrinsically safe / explosion / flameproof equipment / instruments
which are manufactured abroad and certified by any statutory authority
like BASEEFA, FM, UL, PTB, ATEX, LCIE etc. should also have the
approval of PESO(Petroleum Explosives safety organizer) / CCE(Chief
Controller of Explosives),Nagpur.
For all flame proof equipments manufactured locally (indigenously, the
testing shall be carried out by any of the approved test house like CMRI /
ERTL etc. The instruments shall in addition bear the valid approval from
PESO (Petroleum Explosives safety organizer) / CCE (Chief Controller of
Explosives), Nagpur and a valid BIS license.
For all intrinsically safe equipment manufactured locally (indigenously,
the testing shall be carried out by any of the approved test house like
CMRI / ERTL etc. The equipment shall in addition bear the valid approval
from PESO (Petroleum Explosives safety organizer) / CCE (Chief
Controller of Explosives), Nagpur.
Approvals other than above shall neither be offered nor will these be
acceptable.
2.8

Temperature detectors-RTD

3.0
3.1

POWER SUPPLY REQUIREMENT


Interrogation voltage for
24 V DC
contact input
Intrinsically safe transmitters 24 V DC
(loop powered)
CABLES & CABLE GLANDS
Type (single pair/triad)
1.5 mm twisted in pair individually and
overall shielded with aluminum Mylar tape
with drain wire and armored.
Flame retardant
Required, as per IEC 60332 Cat. A.
Cable glands
Nickel-plated brass, double compression
type suitable for armored cables.
Flameproof for flameproof instruments/
junction boxes. Weather proof cable
glands shall be used for intrinsic safe
instruments & weather proof junction
boxes.

3.2
4.0
4.1

4.2
4.3

Template No. 5-0000-0001-T2 Rev. 1

Page 187 of 286

RTD (Resistance Temperature Detector)


shall be platinum element 3 wire type with
100 ohms resistance at 0C and
calibrated as per IEC 60751. Duplex
sensors shall be supplied. Two separate
cable entries shall be provided with one
entry plugged.

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 7 of 8

4.4

4.5

5.0
5.1

6.0

6.1

Slipper type PVC


sleeves/hoods (cable
shrouds)
Cable entries

Required (over cable glands for all cable


entries in junction boxes).
NPTF for 1-Pair/triad cables for
various transmitter signals to be
terminated on bidder supplied junction
box.
1.5NPTF for 8-Triad/12-Pair multi cables
(by Purchaser) to be terminated on bidder
supplied junction box.

JUNCTION BOXES
Separate Junction boxes for
different type of signals

Yes, separate junction boxes for following


signals:
4~20 mA signals (speed)
Contact (vibration)
RTDs (temperature)

Transmitters
Type of Transmitters

SMART HART with 4-20 mA type transmitters shall


be provided

Integral LCD type outputmeter

Required (Display output in user configurable


engineering units) with each transmitter.

Template No. 5-0000-0001-T2 Rev. 1

Page 188 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 8 of 8

6.2

a)

Pressure/ Differential pressure transmitter shall have electronic state-of-art


capacitance or any other type of sensor meeting all functional specifications. Element
material for transmitters shall be SS316, as a minimum, and shall be able to withstand
over pressure of at least 30% of range or maximum working pressure whichever is higher.
b) Diaphragm seal element with capillary shall be used for congealing, corrosive and highly
viscous services. In these cases the flange material shall be in accordance with piping
classes. Spacer ring shall be provided along with vent and drain. Capillary shall be
minimum AISI 316SS with AISI 304 SS armouring. Seal fluid shall be suitable for the
temperature.
c)
D/P cells with one side open to atmosphere shall be used for low pressure at near
atmosphere pressure.
d)
The rangeability and accuracy shall be as below:
Type of
Range of Transmitter
Accuracy for the rangeability of 1:10
Transmitter
Direct

760 mm WC and
above

Equal to or better than 0.075%

Direct

Less than 760 mm


WC

Equal to or better than 0.15%

Diaphragm
seal

500 mm WC and
above

Equal to or better than 0.25%

Diaphragm
seal

Less than 500 mm


WC

Equal to or better than 0.5%

The accuracy is defined as the combined effect of repeatability, linearity and


Over range/ static pressure
Pressure
Transmitter

Differential
Pressure

(kg/cm)

Transmitter(kg/c
m)

0 < < 250 mm WC

20

20

250 < < 1000 mm WC

45

52

1000 < < 5000 mm


WC

45

70

5000 < < 10000 mm


WC

45

160

1 < < 10 kg/cm

52

160

10 < < 100 kg/cm

160

210

> 100 kg/cm

210

210

Range of Transmitter

7.0

Pressure
Relief Valves
Hysteresis.
e)
Unless specified otherwise, the over-range/static pressure protection of the transmitter
shall be as follows;

Template No. 5-0000-0001-T2 Rev. 1

Copyrights EIL All rights reserved

However if the Over range/ static pressure value specified above is less than the maximum/
design pressure of service conditions, offered instrument shall be suitable for the maximum/
design pressure.
Page 189 of 286

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 9 of 8

7.1

Conventional valves shall be provided for constant back pressure


while bellows seal type valves shall be provided for variable back
pressure more than 10% of set pressure. Pilot operated pressure
relief valves shall be used for special services and where set
pressure is closer than 10% of the operating pressure or as per
Process/ Licensor requirements. Spring loaded PSVs vents
connected to flare/pressure shall be provided with balanced
bellows. Also this bellow shall isolate the spring and guiding
surface from the corrosive and dirty fluids. Test gag shall be
provided for all pressure relief valves. PSVs shall be
manufactured in accordance with ASME Boiler and pressure
vessel code section VIII.

7.2

The bidder is responsible for selection of the valves including


accessories and it's suitability to meet the specifications in total. If
at any stage, till the completion of the order, the offered valves &
accessories are found unsuitable for the specified operating and
design conditions, the bidder shall replace the same with a
suitable model no. meeting the specifications without any
schedule/cost implication.

7.3

Offered models shall be accompanied by detailed technical


catalogues in English. An offer without catalogues shall be
considered incomplete and is liable for rejection

7.4

The Standard Specifications for Pressure Relieve Valve (6-520026) as attached with this MR must also be followed by the
bidder. However, it shall be obligatory on the bidder's part to bring
to the notice of the purchaser all such conflicts, wherein the
purchaser's decision shall be final.

7.5

Pressure Relief Valve nozzle shall be forged in general. In case


cast nozzle is offered for any valve, it shall be radio graphed
(irrespective of the rating of the valve).

7.6

Where Body and Bonnet material has been specified as 'Carbon


Steel', ASTM A105 or A216 Gr. WCC are also acceptable.

7.7

Bidder shall carry out sizing of pressure relief valves and submit
the same for purchasers review. After receiving purchasers
acceptance only, bidder shall proceed of manufacturing.

7.8

All items supplied by the bidder shall be subjected to inspection at


valve manufacturing works by Third party inspection (TPI) agency.
As minimum the inspection and testing requirements as per
Standard Specification for Pressure Relief Valves (6-52-0026
Rev.3) and Inspection Test Plan for Pressure Relief Valves (6-812026) attached along with the MR shall be adhered to.

Template No. 5-0000-0001-T2 Rev. 1

Page 190 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 10 of 8

8.0

Temperature Transmitters

Foundation Filed bus. Filed barrier concept.

a)
b)

Required for all temperature elements. Field yoke mounted, but not head mounted.
Temperature transmitters shall have a built-in line arising function to produce an
output linear to temperature range.
c)
Temperature transmitters shall have accuracy as given below:
i.
Temp. Transmitter accuracy (with cold junction compensation with thermocouple
element)
(i)

For temperature ranges above 0 to 150 C and up to 0 C to 350 C : 0.25% of URL

(ii)

For temperature greater than between 0 C to 50C and up to 0 C to 150 C : 0.5%


of URL.

(iii)
ii.

For temperature < 50 C : 1.25% of URL


Temp. Transmitter accuracy (with RTD element)

(i)

For temperature range > 350 C: 0.075% of full scale

(ii)

For temperature range between 150 C to 350 C : 0.15% of full scale

(iii)

For temperature range < 150 C : 0.2% of full scale.

8.1

Thermocouple/RTD

8.2

Type

8.3

Grounded/ungrounded

Grounded type

8.4

Element

K type and 20AWG for duplex.

8.5

RTD(wherever applicable)

PT-100, 3 wire , calibration as per IEC 60751

8.6

Thermowell and thermowell flange


material

Thermowell shall be minimum SS316 or better and


thermowell flanges as per Piping Material
Specification. Refer attached standard drawing 7-520035.

9.0

Pressure gauges

a) Design, manufacture and testing of TW shall comply


with PTC 19.3.
b) Duplex type Thermocouple/RTD shall be provided.
Refer attached standard drawing 7-52-0036

a)

Pressure gauge dial shall be white, non-rusting plastic with black figures. The dial face
shall be marked with pressure element material. Pointers shall have micrometer
adjustment.
b)
Pressure gauges shall be weatherproof with dial size of 150 mm and shall have
features like screwed bezels, externally adjustable zero, over range protection (at least
130% of max. operating pressure) and blowout discs. Shatter proof glass Pressure gauge
sensing element shall be of SS 316 and movement of SS 304, as a minimum. Pressure
gauges shall have SS casing.
c)
Pressure gauges shall have an accuracy of 1% of URV as a minimum.
d)
The pressure element shall be Bandon, diaphragm or bellows depending upon process
condition.
Template No. 5-0000-0001-T2 Rev. 1

Page 191 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 11 of 8

e)

Over range protector and pulsation dampener, whenever used, shall be of SS 304, as
a minimum. Pulsation dampner shall be used for all pulsating services. It shall be floating
pin type, externally mounted and externally adjustable.
f)
Pressure gauges with range as 0-100 kg/Cm2g shall have safety type solid front case.
g)
Pressure gauge shall have 1/2" NPT (M) bottom connection except for diaphragm seal
where 1.5 flanged connection shall be used in general.
h)
Cases shall normally be minimum SS-304 and weatherproof to IP-65 as per IEC60529/IS-2147. Blowout discs shall be provided.
i)
Ranges shall be so specified that the gauge normally operates in the middle third of
the scale and shall conform to IS-3624 standard dials, wherever possible.
j)
Where vibrations and pressure fluctuations are expected, glycerin filled type shall be
used. In case of vibrating service like pump outlets, flexible armored hoses shall be used
in place of impulse piping and gauges shall be mounted separate stanchion.
k)
Syphon shall be provided for steam service.

10.0
10.1

MISCELLANEOUS
Proven track record

10.2

Vendor list

11.0
11.1
11.2

SPARES
Mandatory Spares
Commissioning spares

Template No. 5-0000-0001-T2 Rev. 1

Page 192 of 286

The instruments as being offered /


supplied should have been operating
satisfactorily under similar process
conditions for at least 4000 hrs.
Refer vendor list for instrumentation items
attached elsewhere in MR. Instrument
vendor list attached is for the make only,
and not for any specific Model. For any
item, the offered model for same must
meet specifications and PTR
requirement. For items not appearing in
vendor list, Bidder shall furnish proposed
sub-vendor list for purchasers approval.
NA
Bidder
shall
provide
instrument
commissioning spares as required for
successful commissioning of blower. Price
for commissioning spares shall be included
in the base price. Bidder shall procure these
spares as per recommendation of sub
vendors/Suppliers and these shall be
available at the time of commissioning.
Bidder shall note that in case any additional
spare is required during erection and
commissioning over and above the quoted
erection and commissioning spares, the
same shall be supplied by bidder without
any time and cost implications. Also, if any
Copyrights EIL All rights reserved

INSTRUMENTATION INPUT FOR


VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-SP-11
Rev. 0
Page 12 of 8

3.0

11.3

2 years operation spares

12.0
12.1

INSPECTION & TESTING


Factory testing & inspection
of all instrument items by
Vendors authorized
representatives, EIL/Owner,
unless specified otherwise

spares are consumed during commissioning


from mandatory spares, the same shall be
replenished by bidder without any cost
implication.
Bidder shall furnish separate list of
recommended spares for instruments for
2 years operation along with unit price.
Yes

LIST OF ATTACHMENTS

S. No.

Description

Document No.

1
2
4

Vendor Data requirement


Technical Compliance
Approved Vendor list for Instrumentation
items
Standard Specification for Pressure
Relief Valves
Inspection Test Plan for Pressure Relief
Valves

A096-000-16-51-VD-11
A096-000-16-51-TQ-11
Annexure I

5
6

Template No. 5-0000-0001-T2 Rev. 1

Page 193 of 286

No. of
sheets
4
3
1

6-52-0026
6-81-2026

Copyrights EIL All rights reserved

INSTRUMENTATION VENDOR LIST


ID FANS-ELECTRIC MOTOR DRIVEN
GAIL PETROCHEMICAL COMPLEX-II

A096-000-16-51-SP-11
Annexure-I

Page 1 of 1
1.

PRESSURE RELIEF VALVE


ANDERSON GREEWOOD CROSBY
BHEL (TRICHY)
BLISS ANAND PVT LTD
CURTIS WRIGHT FLOW CONTROL CORPORATION
DRESSER INC.
FUKUI SEISKUSHO CO. LTD.
LESSER GMBH & CO. KG
MEKASTER ENGINEERING LTD
NAKAKITA SEISAKUSHO CO. LTD.
SAFETY SYSTEMS UK LTD.
TYCO SANMAR LTD.

2.

PILOT OPERATED SAFETY VALVE


ANDERSON GREENWOOD CROSBY
CURTISS WRIGHT FLOW CONTROL CORPORATION
DRESSER INC.
SAFETY SYSTEMS UK LTD
TYCO SANMAR LTD
WEIR POWER & INDUSTRIAL
BLISS ANAND PVT LTD

3.

INDIA
INDIA
INDIA
INDIA
INDIA
JAPAN
GERMANY
INDIA
JAPAN
UK
INDIA

U.S.A.
USA, CANADA/UK
U.S.A.
U.K.
INDIA
FRANCE
INDIA

FIELD INSTRUMENTS
ABB LTD.
ABB AUTOMATION PRODUCTS GMBH
EMERSON PROCES MGMTG ASIA PACIFIC PTE LTD
EMERSON PROCESS MANAGEMENT INDIA PVT LTD
FUJI ELECTRIC INSTRUMENTS CO.LTD
HONYWELL AUTOMATIN INDIA ITD
YOKOGAWA ELECTRIC CORPORATION
YOKOGAWA INDIA LIMITED
HONEYWELL INC.

Page 194 of 286

INDIA
GERMANY
INDIA/SINGAPORE
INDIA
INDIA
INDIA
INDIA
INDIA

TECHNICAL COMPLIANCE
(INSTRUMENTATION) FOR
VRU AIR BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-TQ-11
Page 1 of 3

TECHNICAL COMPLIANCE

DISCIPLINE

INSTRUMENTATION

DOCUMENT NO.

A096-000-16-51-TQ-11

PROJECT

GAIL PETROCHEMICAL COMPLEX-II

PACKAGE

AIR BLOWER - ELECTRIC MOTOR DRIVEN

OWNER

GAIL

EIL JOB NO.

A096

BIDDER

NOTES:
1.

The bidder shall indicate the reply in the space provided in the Technical Questionnaire. In
case space provided is not adequate, the reply may be furnished separately under suitably
numbered annexure/ attachments duly referred against the comment/ query.

2.

The Compliance Statements/ Queries are required to be categorically confirmed /


answered by the bidder and the completely filled-in technical Questionnaire shall be
submitted together with the Bid.

Bidders Signature
and stamp

Template No. 5-0000-0001-T2 Rev. 1


Page 195 of 286

Copyrights EIL All rights reserved

TECHNICAL COMPLIANCE
(INSTRUMENTATION) FOR
ID FAN-ELECTRIC MOTOR DRIVEN
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-110-16-51-TQ-03
Page 2 of 3

INSTRUMENTATION
Sr.
No.

BIDDERS CONFIRMATION/
ANSWER

COMPLIANCE STATEMENT/QUERY
Please note that it is mandatory to furnish replies to
the technical queries listed below, without which your
offer will be considered incomplete.

1.

This Technical Questionnaire with categorical


confirmation against each of the clauses, deviation, if
any, against the applicable specifications and codes
shall be duly consolidated at one place (under
Exceptions / deviations list) by the bidder. In case no
deviations are furnished, it will be presumed that all
requirements are fully met and complied with, by the
bidder. Any deviations/ deletions/ corrections made by
the bidder elsewhere will not be taken cognizance of
and all such deviations shall deem to have been
withdrawn by the bidder.

2.

Confirm categorical compliance to the scope of work,


various technical specifications, drawing and
document and relevant control & instrumentation
specification in the bid package, and all other
equipment, materials and work not explicitly
mentioned but nevertheless required to fulfil the
functional requirements which shall be deemed to be
included in the scope of bidder with no additional cost
and time implication to the owner.

3.

Confirm that the all instrumentation items, its


accessories etc. supplied shall be of one of the
approved makes given in the APPROVED VENDOR
LIST (ANNEXURE-I) attached with bid package.

4.

Compliance to Drawings/ Documents requirements

BIDDERS SIGNATURE & STAMP

Template No. 5-0000-0001-T2 Rev. 1


Page 196 of 286

Copyrights EIL All rights reserved

TECHNICAL COMPLIANCE
(INSTRUMENTATION) FOR
ID FAN-ELECTRIC MOTOR DRIVEN
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-110-16-51-TQ-03
Page 3 of 3

TECHNICAL COMPLIANCE STATEMENT


(TO BE SIGNED BY VENDOR'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON COMPANY LETTERHEAD)

I, ON BEHALF OF M/s

CONFIRM THAT THE PROPOSAL OF ---------------

-------------------------------------QUOTED BY M/s

FOR GAIL,

PETROCHEMICAL COMPLEX-II PROJECT, PATA (INDIA) AGAINST MATERIAL


REQUISITION

/TENDER/PACKAGE

No.

A096-000-KF-MR-5785

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/GAIL
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.

(SIGNATURE WITH SEAL)

Template No. 5-0000-0001-T2 Rev. 1


Page 197 of 286

Copyrights EIL All rights reserved

INSTRUMENTATION VENDOR DATA


REQUIREMENTS FOR VRU AIR
BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-VD-11
Page 1 of 4

PROJECT : GAIL PETROCHEMICAL COMPLEX-II, PATA


OWNER : GAIL
JOB NO. : A096
MR NO. : A096-000-KA-MR-5785

20.09.13

Issued with MR

PK

AS

Rev.
No

Date

Purpose

Prepared
by

Checked
by

Template
No. 198
5-00-0001-T2
Rev. 1
Page
of 286

RKG

Approved
By

Copyright EIL All rights reserved

INSTRUMENTATION VENDOR DATA


REQUIREMENTS FOR VRU AIR
BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-VD-11
Page 2 of 4

1.0

GENERAL

1.1

Bidders scope shall include furnishing documentation as specified in requisite number of


sets, both during bidding and project execution stage.

1.2

Bidder shall furnish documentation in number of sets and CDs as specified elsewhere in MR.

1.3

Bidder shall furnish the soft copies of the all the engineering drawings/documents in their
scope including sub packages in the formats which shall be given during detail engineering.
The specifications of all field instruments like transmitters, orifices, control valves,
Temperature elements etc. in MS Access/Excel and all drawings in ACAD.

1.4

In addition to documentation pertaining to the Instruments and accessories supplied by the


bidder, bidder shall also furnish all engineering deliverable as listed below required for
detailed engineering of Control systems and field activities. These engineering deliverables
shall be submitted as per the schedule agreed after award of contract. Bidder shall ensure
that this schedule is strictly adhered to.

1.5

Bidder shall note that the documents listed below are the minimum requirements and any
additional document required as per bidders experience should also be furnished. Bidder is
required to furnish a revised drawing/ document schedule incorporating additional drawings
as required for purchasers review after award of contract.

1.6

All revisions of drawings/ documents shall have revisions clearly marked/ clouded. Further
Bidder shall submit a Revision Summary sheet listing the sheets where revision/ changes are
made, type of changes/ revision (e.g. Model number changed, Body material changed,
Size changed, Measuring Range changed, Type of enclosure protection changed, Type
of ingress protection changed, Type of signal changed, etc.), and reason for changes. In
case bidder makes some changes in the drawing/ document on his own (i.e. not as per
Purchasers comment), bidder must state those in revision summary sheet with
reasons while submitting the revised drawing/ document.

1.7

Bidder shall clearly indicate the sequence of submission of all the drawings/ documents after
award of contract. This sequence shall be adhered to during entire execution period. Bidder
shall also ensure that drawing/ documents, which are based on other drawings/ documents,
are submitted only after the basis document has been reviewed/ approved in minimum Code
2. Submissions not following this sequence will be treated as redundant and may not be
reviewed / approved by owner.

1.8

It is mandatory for the bidder to furnish AS BUILT revision of all drawings/ documents listed
below. Bidder shall prepare & submit the as built drawings / documents after commissioning.
All the drawings/ documents listed shall be converted into As Built after commissioning of
Project. As Built shall include documents generated by bidder & documents generated/
submitted by various Sub-vendors. For intermediate documents e.g. I/O list etc., which is
provided as an input for DCS engineering, As Built is not required to be prepared.

2.0

DRAWING / DOCUMENTS REQUIRED DURING BIDDING STAGE


Following documents shall be provided by the bidder during bidding stage:
(a)
Deviation list, if any, point-wise/ clause wise to the bid specifications.
(b) Filled up Technical compliance format (as per A095-000-16-51-TQ-11)

Template
No. 199
5-00-0001-T2
Rev. 1
Page
of 286

Copyright EIL All rights reserved

INSTRUMENTATION VENDOR DATA


REQUIREMENTS FOR VRU AIR
BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-VD-11
Page 3 of 4

3.0

DRAWING / DOCUMENTS REQUIRED AFTER AWARD OF CONTRACT


Following drawing documents shall be required after award of contract:

Sr.
No.

Description

Review

Records

Remarks

1. Documents / drawings list with schedule


of submission

Note-7

2. Purchase Requisition for all instruments


(including catalog with model decoding)

Note-3

3. Sub-vendor list

4. Cable schedule

5. Junction box layout on vendor supplied


pre-wired equipment

6. Instrument location Plan, JB location,


Local Panels/ gauge board locations

7. Bill of material

8. Instrument Installation drawing which


shall indicate the requirement of various
installation materials required for
installation of each instrument.

9. Instrument mounting details

10. Commissioning spares

11. Special test equipment/ tool


requirement for maintenance

12. List of 2 years spares

13. Certificates (statutory/ test/ calibration/


inspection)

14. Installation, operation and maintenance


manuals
15. As-built drawings/ documents

Template
No. 200
5-00-0001-T2
Rev. 1
Page
of 286

Copyright EIL All rights reserved

INSTRUMENTATION VENDOR DATA


REQUIREMENTS FOR VRU AIR
BLOWER
GAIL PETROCHEMICAL COMPLEX-II

Document No.
A096-000-16-51-VD-11
Page 4 of 4

NOTES:
1. Bidder shall furnish instrument data sheets (as per ISA format) for each tag incorporating
necessary sizing, range selection, material selection, make and model nos. Bidder can use
in-house data sheet formats, provided those contain all information as per ISA formats, as a
minimum. These data sheets shall be reviewed / retained for records by Purchaser after
placement of order. Proper selection of instruments, materials etc. shall be bidder's
responsibility. Any necessary change required later for meeting the specification shall be
done by the bidder without any price or delivery implications. While filling the instruments
data sheets, the following shall be taken care:
i) All the relevant data shall be filled in. If any point is not applicable then N/A shall
be indicated.
ii) Make and model number of the offered instruments shall be indicated with model
decoding details for offered instrument, without model no, data sheet shall not be
reviewed.
iii) Vendors seal with signature shall be provided and bidder shall ensure the
correctness of the process data.
iv) Instruments tag numbers /data sheet numbers shall be indicated.
2.

3.
4.
5.

All post-order instrument documents/ drawings shall be submitted after issue of P&IDs.
The submission of document / drawing is sequenced in such a way that submitted
document/ drawing is neither dependant nor changed due to drawing / document yet to
be submitted. Document/ drawing submission schedule shall be made accordingly.
Review and Records as marked has to be strictly followed.
The drawings/ documents requirement as identified by licensor shall also be supplied
even if the same drawings/ documents are not covered in the above table.
Documents shall be submitted within three weeks of placement of LOI/FOI.

Template
No. 201
5-00-0001-T2
Rev. 1
Page
of 286

Copyright EIL All rights reserved

Page 202 of 286

Page 203 of 286

Page 204 of 286

Page 205 of 286

Page 206 of 286

Page 207 of 286

Page 208 of 286

Page 209 of 286

Page 210 of 286

Page 211 of 286

Page 212 of 286

Page 213 of 286

Page 214 of 286

Page 215 of 286

Page 216 of 286

Page 217 of 286

Page 218 of 286

Page 219 of 286

Page 220 of 286

Page 221 of 286

Page 222 of 286

Page 223 of 286

Page 224 of 286

Page 225 of 286

Page 226 of 286

Page 227 of 286

Page 228 of 286

Page 229 of 286

Page 230 of 286

General Conditions of Contract-GOODS


INDEX
Article

Title

1.
2.
3
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
26.
27.

Definitions
Seller to inform
Application
Country of origin
Scope of Contract
Standards
Instructions, direction & correspondence
Contract Obligations
Modification in Contract
Use of Contract Documents & Information
Patent Rights, Liability & Compliance of Regulations
Performance Guarantee
Inspection, Testing & Expediting
Time Schedule & Progress Reporting
Delivery & Documents
Transit Risk Insurance
Transportation
Incidental Services
Spare Parts, Maintenance Tools, Lubricants
Guarantee
Terms of Payment
Prices
Subletting & assignment
Time as Essence of Contract
Delays in the Sellers Performance
Price Reduction Schedule for Delayed delivery
Rejections, Removal of rejected equipment
replacement
Termination of Contract
Force Majeure
Resolution of disputes/arbitration
Governing Language
Notices
Taxes & Duties
Books & Records
Permits & Certificates
General
Import Licence
Fall clause
Publicity & Advertising
Repeat Order
Limitation of Liability

28.
29.
30.
31.
32.
33.
34.
35.
36.
37.
38.
39.
40
41

Page 231 of 286

&

General Conditions of Contract (Goods)

1.

Definitions

Rev.0: May04
Page 232 of 286

In this document, General Conditions of Contract (GCC-Goods),


the following terms shall have the following respective
meanings:
1.0

BIDDER : Designates the individual or legal entity which


has made a proposal, a tender or a bid with the aim of
concluding a Contract with the PURCHASER.

1.1

CONSULTANT [if engaged] shall mean M/s.


having its registered office at.
The term consultant includes successors, assigns of
M/s. .

1.2

CONTRACT shall mean Purchase Order/Contract and


all attached exhibits and documents referred to therein
and all terms and conditions thereof together with any
subsequent modifications thereto.

1.3

CONTRACT PRICE shall mean the price payable to the


Seller under the Contract for the full and proper
performance of his contractual obligations.

1.4

COMPLETION DATE shall mean the date on which the


goods are successfully commissioned by the Seller and
handed over to the PURCHASER.

1.5

COMMERCIAL OPERATION shall mean the condition


of the operation in which the complete equipment
covered under the Contract is officially declared by the
PURCHASER to be available for continuous operation
at different loads up to and including rated capacity.

1.6

DELIVERY terms shall be interpreted as per INCO


TERMS 2000 in case of Contract with a foreign Bidder
and as the date of LR/GR in the case of a contract with
an Indian Bidder.

1.7

DRAWINGS shall mean and include Engineering


drawings, sketches showing plans, sections and
elevations in relation to the Contract together with
modifications and/or revisions thereto.

1.8

ENGINEER or Engineer-in-Charge of the Project SITE


shall mean the person designated from time to time by
PURCHASER/CONSULTANT at SITE and shall include
those who are expressly authorized by him to act for
and on his behalf for operation of this CONTRACT.

1.9

FINAL ACCEPTANCE shall mean the PURCHASERs


written acceptance of the Works performed under the
Contract after successful completion of performance
and guarantee test.

1.10

GOODS shall mean articles, materials, equipment,


design and drawings, data and other property to be
supplied by Seller to complete the contract.

1.11

INSPECTOR shall mean any person or outside Agency


nominated by PURCHASER/CONSULTANT through

General Conditions of Contract (Goods)

CONSULTANT to inspect equipment, stagewise as well


as final, before dispatch, at SELLERs works and on
receipt at SITE as per terms of the CONTRACT.
1.12

INITIAL OPERATION shall mean the first integral


operation of the complete equipment covered under the
Contract with sub-systems and supporting equipment in
service or available for service.

1.13

PURCHASER shall mean GAIL (INDIA) LIMITED


(GAIL) having its registered office at 16, BHIKAIJI
CAMA PLACE, R.K.PURAM, NEW DELHI-110066
(INDIA). The term PURCHASER includes successors,
assigns of GAIL.

1.14

PERFORMANCE AND GUARANTEE TESTS shall


mean all operational checks and tests required to
determine and demonstrate capacity, efficiency and
operating characteristics as specified in the Contract
documents.
PROJECT designates the aggregate of the Goods
and/or Services to be provided by one or more
Contractors.
Quantities Bills of quantities
Bills of quantities
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.

Rev.0: May04
Page 233 of 286

1.15

SELLER shall mean the person, firm or company with


whom PURCHASE ORDER/CONTRACT is placed/
entered into by PURCHASER for supply of equipment,
materials and services. The term Seller includes its
successors and assigns.

1.16

SERVICE shall mean erection, installation, testing,


commissioning, provision of technical assistance,
training and other such obligations of the Seller covered
under the Contract.

1.17

SITE designates the land and/or any other premises on,


under, in or across which the Goods and/or Services
have to be supplied, erected, assembled, adjusted,
arranged and/or commissioned.

1.18

SPECIFICATIONS shall mean and include schedules,


details, description, statement of technical data,
performance characteristics, standards (Indian as well
as International) as applicable and specified in the
Contract.

1.19

SUB-CONTRACT shall mean order placed by the


Seller, for any portion of the contracted work, after
necessary consent and approval of PURCHASER.

General Conditions of Contract (Goods)

1.20

SUB-CONTRACTOR shall mean the person named in


the CONTRACT for any part of the work or any person
to whom any part of the CONTRACT has been sub-let
by the SELLER with the consent in writing of the
CONSULTANT/PURCHASER and will include the legal
representatives, successors, and permitted assigns of
such person.

1.21

START-UP shall mean the time period required to bring


the equipments covered under the Contract from an
inactive condition, when construction is essentially
complete to the state of readiness for trial operation.
The start-up period shall include preliminary inspection
and check out of equipment and supporting
subsystems, initial operation of the complete
equipments covered under the Contract to obtain
necessary pre-trial operation data, perform calibration
and corrective action, shutdown inspection and
adjustment prior to the trial operation period.

1.22

TESTS shall mean such process or processes to be


carried out by the Seller as are prescribed in the
Contract or considered necessary by PURCHASER or
his representative in order to ascertain quality,
workmanship, performance and efficiency of equipment
or part thereof.

1.23

TESTS ON COMPLETION shall mean such tests as


prescribed in the Contract to be performed by the
Seller before the Works are taken over by the
PURCHASER.

2.

Seller To Inform

2.1

The Seller shall be deemed to have carefully examined


all contract documents to his entire satisfaction. Any
lack of information shall not in any way relieve the Seller
of his responsibility to fulfill his obligation under the
Contract.

3.

Application

3.1

These General Conditions of Contract (GCC-Goods)


shall apply to the extent that they are not superseded by
provisions of other parts of the Contract.

4.

Country of Origin

4.1

For purposes of this Clause origin means the place


where the Goods were mined, grown or produced, or
from which the services are supplied. Goods are
produced when, through manufacturing, processing or
substantial and major assembling of components, a
commercially recognized new product results that is
substantially different in basic characteristics or in
purpose or utility from its components.

5.

Scope of Contract

5.1

Scope of the CONTRACT shall be as defined in the


PURCHASE
ORDER/CONTRACT
specifications,
drawings and Annexure thereto.

5.2

Completeness of the EQUIPMENT shall be the


responsibility of the SELLER. Any equipment, fittings
and accessories which may not be specifically

Rev.0: May04
Page 234 of 286

General Conditions of Contract (Goods)

mentioned in the specifications or drawings, but which


are usual or necessary for the satisfactory functioning of
the equipment (successful operation and functioning of
the EQUIPMENT being SELLERs responsibility) shall
be provided by SELLER without any extra cost.

Rev.0: May04
Page 235 of 286

5.3

The SELLER shall follow the best modern practices in


the manufacture of high grade EQUIPMENT
notwithstanding any omission in the specifications. The
true intent and meaning of these documents is that
SELLER shall in all respects, design, engineer,
manufacture and supply the equipment in a thorough
workmanlike manner and supply the same in prescribed
time to the entire satisfaction of PURCHASER.

5.4

The SELLER shall furnish twelve (12) copies in English


language of Technical documents, final drawings,
preservation instructions, operation and maintenance
manuals, test certificates, spare parts catalogues for all
equipments to the PURCHASER.

5.5

The documents once submitted by the SELLER shall be


firm and final and not subject to subsequent changes.
The SELLER shall be responsible for any loss to the
PURCHASER/CONSULTANT consequent to furnishing
of incorrect data/drawings.

5.6

All dimensions and weight should be in metric system.

5.7

All equipment to be supplied and work to be carried out


under the CONTRACT shall conform to and comply with
the provisions of relevant regulations/Acts(State
Government or Central Government) as may be
applicable to the type of equipment/work carried out and
necessary certificates shall be furnished.

5.8

The Seller shall provide cross sectional drawings,


wherever applicable, to identify the spare part numbers
and their location. The size of bearings, their make and
number shall be furnished.

5.9

Specifications, design and drawings issued to the


SELLER alongwith RFQ and CONTRACT are not sold
or given but loaned. These remain property of
PURCHASER/CONSULTANT or its assigns and are
subject to recall by PURCHASER/CONSULTANT. The
SELLER and his employees shall not make use of the
drawings, specifications and technical information for
any purpose at any time except for manufacture against
the CONTRACT and shall not disclose the same to any
person, firm or corporate body, without written
permission of PURCHASER/CONSULTANT. All such
details shall be kept confidential.

5.10

SELLER shall pack, protect, mark and arrange for


despatch of EQUIPMENT as per instructions given in
the CONTRACT.

General Conditions of Contract (Goods)

6.

Standards

6.1

The GOODS supplied under the CONTRACT shall


conform to the standards mentioned in the Technical
Specifications, or such other standards which ensure
equal or higher quality, and when no applicable
standard is mentioned, to the authoritative standard
appropriate to the GOODS country of origin and such
standards shall be the latest issued by the concerned
institution.

7.

Instructions,
Direction &
Correspondence

7.1

The materials described in the CONTRACT are to be


supplied according to the standards, data sheets,
tables, specifications and drawings attached thereto
and/or enclosed with the CONTRACT, itself and
according to all conditions, both general and specific
enclosed with the contract, unless any or all of them
have been modified or cancelled in writing as a whole or
in part.
a. All instructions and orders to SELLER shall,
excepting what is herein provided, be given by
PURCHASER/CONSULTANT.
b. All the work shall be carried out under the direction
of
and
to
the
satisfaction
of
PURCHASER/CONSULTANT.
c. All communications including technical/commercial
clarifications and/or comments shall be addressed
to CONSULTANT in quintuplicate with a copy to
PURCHASER and shall always bear reference to
the CONTRACT.
d. Invoices for payment against CONTRACT shall be
addressed to PURCHASER.
e. The CONTRACT number shall be shown on all
invoices, communications, packing lists, containers
and bills of lading, etc.

8.

Contract Obligations

8.1

If after award of the contract, the Seller does not


acknowledge the receipt of award or fails to furnish the
performance guarantee 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.
Once a contract is confirmed and signed, the terms and
conditions contained therein shall take precedence over
the Sellers bid and all previous correspondence.

8.2

9.

Modification In Contract

9.1

9.2

Rev.0: May04
Page 236 of 286

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.
PURCHASER/CONSULTANT shall not be bound by
any printed conditions or provisions in the SELLERs
Bid Forms or acknowledgment of CONTRACT, invoices,
packing list and other documents which purport to

General Conditions of Contract (Goods)

impose any conditions at variance with or supplemental


to CONTRACT.
10.

11.

Use of Contract
Documents &
Information

Patent Rights,
Liability &
Compliance of
Regulations

10.1

The Seller shall not, without the PURCHASERs/


CONSULTANTs 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 SELLER in the
performance of the CONTRACT. Disclosure to any such
employed person shall be made in confidence and shall
extend only so far as may be necessary for purpose of
such performance.

10.1

The SELLER shall not, without the PURCHASERs prior


written consent, make use of any document or
information enumerated in Article 10.1. except for
purpose of performing the CONTRACT.

11.1

SELLER hereby warrants that the use or sale of the


materials delivered hereunder will not infringe claims of
any patent covering such material and SELLER agrees
to be responsible for and to defend at his sole expense
all suits and proceedings against PURCHASER based
on any such alleged patent infringement and to pay all
costs, expenses and damages which PURCHASER
and/or CONSULTANT may have to pay or incur by
reason of any such suit or proceedings.

11.2

The SELLER shall indemnify the PURCHASER against


all third party claims of infringement of patent, trade
mark or industrial design rights arising from use of the
GOODS or any part thereof in the PURCHASERs
country.

11.3

SELLER shall also protect and fully indemnify the


PURCHASER from any claims from SELLERS
workmen/employees or their heirs, dependants,
representatives, etc. or from any other person/persons
or bodies/companies etc. for any acts of commissions or
omission while executing the CONTRACT.
SELLER shall be responsible for compliance with all
requirements under the laws and shall protect and
indemnify completely the PURCHASER from any
claims/penalties arising out of any infringements.

11.4

12.

Performance
Guarantee

Rev.0: May04
Page 237 of 286

12.1

Within 15 days after the SELLERs receipt of notification


of award of the CONTRACT, the SELLER shall furnish
Performance Guarantee in the form of Bank
Guarantee/irrevocable Letter of Credit to the
PURCHASER, in the form provided in the Bidding
Documents, for an amount equivalent to 10% of the
total value of the CONTRACT.

12.2

The proceeds of Performance Guarantee shall be


appropriated by the PURCHASER as compensation for
any loss resulting from the SELLERs failure to
complete his obligations under the CONTRACT without

General Conditions of Contract (Goods)

prejudice to any of the rights or remedies the


PURCHASER may be entitled to as per terms and
conditions of CONTRACT. The proceeds of this
Performance Guarantee shall also govern the
successful performance of Goods and Services during
the entire period of Contractual Warrantee/Guarantee.

13.

Inspection,
Testing & Expediting

Rev.0: May04
Page 238 of 286

12.3

The performance guarantee shall be denominated in


the currency of the CONTRACT.

12.4

The Performance Guarantee shall be valid for the


duration of 90 days beyond the expiry of
Warrantee/Guarantee period. The Bank Guarantee will
be discharged by PURCHASER not later than 6 months
from the date of expiration of the Sellers entire
obligations, including any warrantee obligations, under
the CONTRACT.

13.1

The PURCHASER or its representative shall have the


right to inspect and/or to test the GOODS to confirm
their conformity to the CONTRACT specifications. The
special conditions of CONTRACT and/or the Technical
Specifications shall specify what inspections and tests
the PURCHASER requires and where they are to be
conducted. The PURCHASER shall notify the SELLER
in writing the identity of any representative(s) retained
for these purposes.

13.2

The inspections and tests may be conducted on the


premises of the SELLER or his sub-contractor(s), at
point of DELIVERY and/or at the GOODS final
destination, When conducted on the premises of the
SELLER or his sub-contractor (s), all reasonable
facilities and assistance including access to the
drawings and production data shall be furnished to the
inspectors at no charge to the PURCHASER.

13.3

Should any inspected or tested GOODS fail to conform


to the specifications, the PURCHASER may reject them
and the SELLER shall either replace the rejected
GOODS or make all alterations necessary to meet
Specifications requirements, free of cost to the
PURCHASER.

13.4

The PURCHASERs right to inspect, test and where


necessary reject the GOODS after the GOODS arrival
in the PURCHASERs 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.

13.5

The INSPECTOR shall follow the progress of the


manufacture of the GOODS under the CONTRACT to
ensure that the requirements outlined in the
CONTRACT are not being deviated with respect to
schedule and quality.

General Conditions of Contract (Goods)

Rev.0: May04
Page 239 of 286

13.6

SELLER shall allow the INSPECTOR to visit, during


working hours, the workshops relevant for execution of
the CONTRACT during the entire period of CONTRACT
validity.

13.7

In order to enable PURCHASERs representatives to


obtain entry visas in time, SELLER shall notify
PURCHASER two months before assembly, testing and
packing of main EQUIPMENT. If requested, SELLER
shall assist PURCHASERs representatives in getting
visas in the shortest possible time (applicable only in
case of foreign order).

13.8

SELLER shall place at the disposal of the INSPECTOR,


free of charge, all tools, instruments, and other
apparatus necessary for the inspection and/or testing of
the GOODS. The INSPECTOR is entitled to prohibit the
use and dispatch of GOODS and/or materials which
have failed to comply with the characteristics required
for the GOODS during tests and inspections.

13.9

SELLER shall advise in writing of any delay in the


inspection program at the earliest, describing in detail
the reasons for delay and the proposed corrective
action.

13.10

ALL TESTS and trials in general, including those to be


carried out for materials not manufactured by SELLER
shall be witnessed by the INSPECTOR. Therefore,
SELLER shall confirm to PURCHASER by fax or e-mail
about the exact date of inspection with at least 30 days
notice. SELLER shall specify the GOODS and
quantities ready for testing and indicate whether a
preliminary or final test is to be carried out.

13.11

If on receipt of this notice, PURCHASER should waive


the right to witness the test, timely
information will
be given accordingly.

13.12

Any and all expenses incurred in connection with tests,


preparation of reports and analysis made by qualified
laboratories, necessary technical documents, testing
documents and drawings shall be at SELLERs 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 Article-13 shall in any way release the


SELLER from any warrantee or other obligations under
this CONTRACT.

13.14

Arrangements for all inspections required by Indian


Statutory Authorities and as specified in technical
specifications shall be made by SELLER.

13.15

Inspection & Rejection of Materials by consignees


When materials are rejected by the consignee, the
supplier shall be intimated with the details of such

General Conditions of Contract (Goods)

rejected materials, as well as the reasons for their


rejection, also giving location where such materials are
lying at the risk and cost of the contractor/supplier. The
supplier will be called upon either to remove the
materials or to give instructions as to their disposal
within 14 days and in the case of dangerous, infected
and perishable materials within 48 hours, failing which
the consignee will either return the materials to the
contractor freight to pay or otherwise dispose them off
at the contractors risk and cost. The PURCHASER
shall also be entitled to recover handling and storage
charges for the period, during which the rejected
materials are not removed @ 5% of the value of
materials for each month or part of a month till the
rejected materials are finally disposed off.
14.

Time Schedule &


Progress Reporting

Rev.0: May04
Page 240 of 286

14.1

Time Schedule Network/Bar Chart

14.1.1

Together with the Contract confirmation, SELLER shall


submit to PURCHASER, his time schedule regarding
the documentation, manufacture, testing, supply,
erection and commissioning of the GOODS.

14.1.2

The time schedule will be in the form of a network or a


bar chart clearly indicating all main or key events
regarding documentation, supply of raw materials,
manufacturing, testing, delivery, erection and
commissioning.

14.1.3

The original issue and subsequent revisions of


SELLERs time schedule shall be sent to
PURCHASER.

14.1.4

The time schedule network/bar chart shall be updated


at least every second month.

14.2

Progress Trend Chart/Monthly Report

14.2.1

SELLER 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.

14.3.1

PURCHASERs/CONSULTANTs representatives shall


have the right to inspect SELLERs premises with a
view to evaluating the actual progress of work on the
basis of SELLERs time schedule documentation.

14.3.2

Irrespective of such inspection, SELLER shall advise


CONSULTANT, with copy to PURCHASER, at the
earliest possible date of any anticipated delay in the
progress.

General Conditions of Contract (Goods)

15.

Delivery &
Documents

Rev.0: May04
Page 241 of 286

14.4

Notwithstanding the above, in case progress on the


execution of contract at various stages is not as per
phased time schedule and is not satisfactory in the
opinion of the PURCHASER/CONSULTANT which shall
be conclusive or SELLER shall neglect to execute the
CONTRACT with due diligence and expedition or shall
contravene the provisions of the CONTRACT,
PURCHASER/CONSULTANT may give notice of the
same in writing to the SELLER calling upon him to
make good the failure, neglect or contravention
complained of. Should SELLER fail to comply with such
notice within the period considered reasonable by
PURCHASER/CONSULTANT,
the
PURCHASER/
CONSULTANT shall have the option and be at liberty to
take the CONTRACT wholly or in part out of the
SELLERs hand and make alternative arrangements to
obtain the requirements and completion of CONTRACT
at the SELLERs risk and cost and recover from the
SELLER, all extra cost incurred by the PURCHASER on
this
account.
In
such
event
PURCHASER/
CONSULTANT shall not be responsible for any loss that
the SELLER may incur and SELLER shall not be
entitled to any gain. PURCHASER/CONSULTANT
shall, in addition, have the right to encash Performance
Guarantee in full or part.

15.1

Delivery of the GOODS shall be made by the SELLER


in accordance with terms specified in the CONTRACT,
and the goods shall remain at the risk of the SELLER
until delivery has been completed.

15.2

Delivery shall be deemed to have been made :


a)

In the case of FOB, CFR & CIF Contracts, when


the Goods have been put on board the ship, at the
specified port of loading and a clean Bill of Lading
is obtained. The date of Bill of Lading shall be
considered as the delivery date.

b)

In case of FOT despatch point contract (For Indian


bidder), on evidence that the goods have been
loaded on the carrier and a negotiable copy of the
GOODS receipt obtained. The date of LR/GR
shall be considered as the date of delivery.

c)

In case of FOT site (for Indian bidders) on receipt


of goods by PURCHASER/Consultant at the
designated site(s).

15.3

The delivery terms are binding and essential and


consequently, no delay is allowed without the written
approval of PURCHASER/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/

10

General Conditions of Contract (Goods)

CONSULTANT.

16.

Transit Risk
Insurance

15.5

In the event of delay in delivery, Price Reduction


Schedule as stipulated in Article 26 shall apply.

15.6

The documentation, in English Language, shall be


delivered in due time, in proper form and in the required
number of copies as specified in the contract.

15.7

The additional copies of final drawings and instructions


will be included in the package of goods, properly
enveloped and protected.

15.8

The SELLER should comply with the Packing, Marking


and Shipping Documentation Specifications enclosed.

16.1

All goods supplied under the contract shall be fully


insured in a freely convertible currency against loss or
damage incidental to manufacture or acquisition,
transportation, storage and delivery.

16.2

Where delivery is on FOB or CFR basis, marine


insurance shall be the responsibility of the Purchaser.
Insurance Requirements :
Indigenous Bidders

: Transit risk insurance from


F.O.T. despatch point onwards
shall be arranged and borne by
GAIL.

Foreign Bidders

: Marine insurance as well as


transit insurance in Purchasers
country shall be arranged and
borne by GAIL.

The SELLER shall ensure that in effecting despatch of


materials, the primary responsibility of the carriers for
safe movement is always retained so that the
PURCHASERs interests are fully safeguarded and are
in no way jeopardised. The Seller shall furnish the cost
of materials against each equipment.
16.2

PURCHASERs Insurance Agent :


[The name and address-as mentioned under SCC]

17.

Transportation

Rev.0: May04
Page 242 of 286

17.1

Where the SELLER is required under the CONTRACT


to deliver the GOODS FOB, transport of the GOODS
until delivery, that is, upto and including the point of
putting the GOODS on board the export conveyance at
the specified port of loading, shall be arranged and paid
for by the SELLER and the cost thereof shall be
included in the Contract price.

17.2

Where the SELLER is required under the CONTRACT


to deliver the GOODS CFR or CIF, transport of the
Goods to the port of discharge or such other point in the
country of destination as shall be specified in the
CONTRACT shall be arranged and paid for by the

11

General Conditions of Contract (Goods)

SELLER and the cost thereof shall be included in the


Contract price.
18.

Incidental
Services

18.1

The Seller may be required to provide any or all of the


following services:

18.1.1 Performance or supervision of onsite assembly and/or


start-up of the supplied Goods:
18.1.2 Furnishing
tools required for assembly
maintenance of the supplied Goods:

and/or

18.1.3 Performance or supervision or maintenance and/or


repair of the supplied Goods, for a period of time agreed
by the parties, provided that this service shall not relieve
the Seller of any warrantee/guarantee obligations under
the Contract.
18.1.4 Training of the Purchasers personnel at the Sellers
plant and/or at Site, in assembly, start-up operation,
maintenance and/or repair of the supplied Goods at no
extra cost. However, Purchaser will bear boarding,
lodging & personal expenses of Trainees.

19.

Spare Parts,
Maintenance Tools,
Lubricants

18.2

Prices charged by the Seller for the preceding incidental


services, shall not exceed the prevailing rates charged to
other parties by the Seller for similar services.

18.3

When required, Seller shall depute necessary personnel


for supervision and/or erection of the Equipment at site
for duration to be specified by Purchaser on mutually
agreed terms. Sellers personnel shall be available at
Site within seven days for emergency action and twentyone days for medium and long-term assistance, from the
date of notice given by Purchaser.

18.4

The cost of incidental services shall not be included in


the quoted prices. The cost of applicable incidental
services should be shown separately in the price
schedules.

19.1

Seller may be required to provide any or all of the


following materials and notification pertaining to spare
parts manufactured or distributed by the Seller.

19.1.1 Such spare parts as the Purchaser may opt to purchase


from the Seller, provided that his option shall not relieve
the Seller of any warrantee obligations under the
Contract, and
19.1.2 In the event of termination of production of the spare
parts:
i) Advance notification to the Purchaser of the pending
termination, in sufficient time to permit the Purchaser
to procure needed requirements, and
ii) Following such termination, furnishing at no cost to
the Purchaser, the blue prints, drawings and
specifications of the spare parts, if any when
requested.
19.2

Rev.0: May04
Page 243 of 286

Seller shall supply item wise list with value of each item
of spare parts and maintenance tools requirements,
12

General Conditions of Contract (Goods)

along with full details of manufacturers/vendors for such


spares/maintenance tools for :
19.2.1 The construction, execution and commissioning.
19.2.2 Two years operation and maintenance.
19.3

Spare parts shall be new and of first class quality as per


engineering standards/ codes, free of any defects (even
concealed), deficiency in design, materials and
workmanship
and
also
shall
be
completely
interchangeable with the corresponding parts.

19.4

Type and sizes of bearings shall be clearly indicated.

19.5

Spare parts shall be packed for long storage under


tropical climatic conditions in suitable cases, clearly
marked as to intended purpose.

19.6

A list of special tools and gauges required for normal


maintenance and special handling and lifting appliances,
if any, for the Goods shall be submitted to Purchaser.

19.7

Bidders should note that if they do not comply with


Clause 19.2 above, their quotation may be rejected.

19.8

Lubricants

19.8.1 Whenever lubricants are required, Seller shall indicate


the quantity of lubricants required for the first filling, the
frequency of changing, the quantity of lubricants
required for the one years continuous operation and the
types of recommended lubricants indicating the
commercial name (trade-mark), quality and grade.
19.8.2 If Seller is unable to recommend specific oil, basic
recommended characteristics of the lubricants shall be
given.
19.8.3 Seller shall indicate various equivalent lubricants
available in India.
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 PURCHASERS
/CONSULTANTS agreement in writing which must be
obtained before any work against the order is
commenced. All materials supplied by the SELLER
pursuant to the Contract (irrespective of whether
engineering, design data or other information has been
furnished,
reviewed
or
approved
by
PURCHASER/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.

Rev.0: May04
Page 244 of 286

13

General Conditions of Contract (Goods)

If any trouble or defect, originating with the design,


material, workmanship or operating characteristics of
any materials, arises at any time prior to twelve(12)
months from the date of the first commercial operation
of the Plant for which the materials supplied under the
Contract form a part thereof, or twenty four (24) months
from the date of last shipment whichever period shall
first expire, and the SELLER is notified thereof,
SELLER shall, at his own expense and as promptly as
possible, make such alterations, repairs and
replacements as may necessary to permit the materials
to function in accordance with the specifications and to
fulfil the foregoing guarantees.
PURCHASER/CONSULTANT may, at his option,
remove such defective materials, at SELLERS expense
in which event SELLER shall, without cost to
PURCHASER/CONSULTANT and as promptly as
possible, furnish and install proper materials. Repaired
or replaced materials shall be similarly guaranteed by
the SELLER for a period of no less than twelve (12)
months from the date of replacement/repair.
In the event that the materials supplied do not meet the
specifications and/or not in accordance with the
drawings data sheets or the terms of the Contract and
rectification is required at site, PURCHASER/
CONSULTANT shall notify the SELLER giving full
details of differences. The SELLER shall attend the site
within seven (7) days of receipt of such notice to meet
and agree with representatives of PURCHASER/
CONSULTANT, the action required to correct the
deficiency. Should the SELLER fail to attend meeting at
Site within the time specified above, PURCHASER/
CONSULTANT shall immediately rectify the work/
materials and SELLER shall reimburse PURCHASER
all costs and expenses incurred in connection with such
trouble or defect.
20.2

PERFORMANCE GUARANTEE OF EQUIPMENT

20.2.1 SELLER shall guarantee that the performance of the


EQUIPMENT supplied under the CONTRACT shall be
strictly in conformity with the specifications and shall
perform the duties specified under the CONTRACT.
20.2.2 If the SELLER fails to prove the guaranteed
performance of the EQUIPMENT set forth in the
specification, the SELLER shall investigate the causes
and carry out necessary rectifications/modifications to
achieve the guaranteed performance. In case the
SELLER fails to do so within a reasonable period, the
SELLER shall replace the EQUIPMENT and prove
guaranteed performance of the new equipment without
any extra cost to PURCHASER.
20.2.3 If the SELLER fails to prove the guarantee within a
reasonable period, PURCHASER/CONSULTANT shall

Rev.0: May04
Page 245 of 286

14

General Conditions of Contract (Goods)

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 up the deficiency at Sellers risk and cost. All
expenditure
incurred
by
the
PURCHASER/
CONSULTANT in this regard shall be to SELLERs
account.
21.

Terms of Payment

21.1

The method of payment to be made to the SELLER


under this CONTRACT shall be specified in the Special
Conditions of Contract.

21.2

The type(s) of payment to be made to the SELLER


under this CONTRACT shall be specified in the Special
Conditions of Contract.

21.3

The SELLERs request(s) for payment shall be made to


the PURCHASER in writing accompanied by an invoice
describing, as appropriate, the Goods delivered and
services performed, and by shipping documents
submitted, and upon fulfillment of other obligations
stipulated in the Contract.

21.5

Payment will be made in the currency or currencies in


which the Contract Price has been stated in the
SELLERs bid, as well as in other currencies in which
the SELLER had indicated in his bid that he intends to
incur expenditure in the performance of the Contract
and wishes to be paid. If the requirements are stated
as a percentage of the bid price along with exchange
rates used in such calculations these exchange rates
shall be maintained.
General Notes:

Rev.0: May04
Page 246 of 286

i)

All foreign currency payments to foreign bidder


shall be released 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
unconditional acceptance of Letter/Fax of Intent
together with Performance Guarantee for 10% of
total order/Contract value.

ii)

For dispatches on FOT dispatch point (in India)


basis,
the
payment
shall
be
through
PURCHASERs bank. Payment through Bank,
wherever applicable, shall be released as per
normal banking procedures.

iii)

Payment shall be released within 30 days after


receipt of relevant documents complete in all
respects.

iv)

All bank charges incurred in connection with


payments shall be to Sellers account in case of

15

General Conditions of Contract (Goods)

Indian bidders and to respective accounts in case


of Foreign bidder.
v)

Unless otherwise specifically stated in bid


document, all payments shall be made in the
currency quoted.

vi)

No interest charges for delay in payments, if any,


shall be payable by PURCHASER.

vii)

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 along with
invoicing itself.

viii) Agency commission, if any, to Indian agent for


Foreign bidders, indicated in prices, shall be paid
to the agent in equivalent Indian Rupees on
receipt and acceptance of material at site.
22.

Prices

22.1

Prices charged by the SELLER for Goods delivered and


services performed under the CONTRACT shall not,
with the exception of any price adjustments authorized
by the Contract vary from the prices quoted by the
SELLER in his bid.

23.

Subletting &
Assignment

23.1

The contractor shall not without previous consent in


writing of the PURCHASER authority, sublet, transfer or
assign the contract or any part thereof or interest therein
or benefit or advantage thereof in any manner
whatsoever. Provided, nevertheless, that any such
consent shall not relieve the contractor from any
obligation, duty or responsibility under the contract.

24.

Time As
Essence of
Contract

24.1

The time and date of delivery/completion of the


GOODS/SERVICES as stipulated in the Contract shall
be deemed to be the essence of the Contract.

25.

Delays In
The Sellers
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:

Rev.0: May04
Page 247 of 286

i)

hire for period of delay from elsewhere goods


which in PURCHASERs opinion will meet the
same purpose as the goods which are delayed and
SELLER shall be liable without limitation for the
hire charges; or

ii)

cancel the CONTRACT in whole or in part without


liability for cancellation charges. In that event,
PURCHASER may procure from elsewhere goods
which PURCHASERs opinion would meet the
same purpose as the goods for which CONTRACT

16

General Conditions of Contract (Goods)

is cancelled and SELLER shall be liable without


limitations for the difference between the cost of
such substitution and the price set forth in the
CONTRACT for the goods involved; or
iii)

26.

Price Reduction
Schedule For
Delayed Delivery

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.

25.1

Any unexcusable delay by the SELLER or his subcontractor shall render the SELLER liable, without
prejudice to any other terms of the Contract, to any or
all of the following sanctions: forfeiture of Contract
performance guarantee, imposition of price reduction
for delay in delivery and termination of the contract for
default.

26.1

Subject to Article -29, if the SELLER fails to deliver any


or all of the GOODS or performance the services within
the time period (s) specified in the CONTRACT, the
PURCHASER shall, without prejudice to his other
remedies under the CONTRACT, deduct from the
CONTRACT PRICE, a sum calculated on the basis of
the
CONTRACT PRICE, including subsequent
modifications.

26.1.1 Deductions shall apply as per following formula:


In case of delay in delivery of equipment/materials or
delay in completion, total contract price shall be
reduced by % (half percent) of the total contract price
per complete week of delay or part thereof subject to a
maximum of 5% (five percent) of the total contract price.

27.

Rejections, Removal of
Rejected Equipment &
Replacement

Rev.0: May04
Page 248 of 286

26.2

In case of delay in delivery on the part of Seller, the


invoice/document
value
shall
be
reduced
proportionately for the delay and payment shall be
released accordingly.

26.3

In the event the invoice value is not reduced


proportionately for the delay, the PURCHASER may
deduct the amount so payable by SELLER, from any
amount falling due to the SELLER or by recovery
against the Performance Guarantee.
Both seller and PURCHASER agree that the above
percentages of price reduction are genuine pre
estimates of the loss/damage which the PURCHASER
would have suffered on account of delay/breach on the
part of the SELLER and the said amount will be payable
on demand without there being any proof of the actual
loss/or damage caused by such breach/delay. A
decision of the PURCHASER in the matter of
applicability of price reduction shall be final and binding.

27.1

Preliminary inspection at SELLERs works by


INSPECTOR shall not prejudice PURCHASERs/
CONSULTANTs claim for rejection of the EQUIPMENT
on final inspection at SITE or claims under warranty
provisions.

17

General Conditions of Contract (Goods)

28.

Termination of Contract

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 SELLERs cost and risk.

27.3

Nothing in this clause shall be deemed to deprive the


PURCHASER AND/OR AFFECT ANY rights under the
Contract which it may otherwise have in respect of such
defects or deficiencies or in any way relieve the
SELLER of his obligations under the Contract.

27.4

EQUIPMENT
rejected
by
the
PURCHASER/
CONSULTANT shall be removed by the Seller at his
cost within 14 days of notice after repaying the amounts
received against the SUPPLY. The PURCHASER shall
in no way be responsible for any deterioration or
damage to the EQUIPMENT under any circumstances
whatsoever.

27.5

In case of rejection of EQUIPMENT, PURCHASER shall


have the right to recover the amounts, if any, from any
of
CONTRACTORS
invoices
pending
with
PURCHASER or by alternative method(s).

28.1

Termination for Default

28.1.1 The PURCHASER may, without prejudice to any other


remedy for breach of CONTRACT, by written notice of
default sent to the SELLER, terminate the CONTRACT
in whole or in part:
A)

If the SELLER fails to deliver any or all of the


GOODS within the time period(s) specified in the
CONTRACT; or

B)

If the SELLER fails to perform any other


obligation(s) under the CONTRACT, and

C)

If the SELLER, in either of the above


circumstances, does not cure his failure within a
period of 30 days (or such longer period as the
PURCHASER may authorize in writing) after
receipt of the default notice from the
PURCHASER.

28.1.2 In the event the PURCHASER terminates the


CONTRACT in whole or in part, pursuant to Article
28.1.1, the PURCHASER may procure, upon such
terms and in such manner as it deems appropriate,
goods similar to those undelivered and the SELLER
shall be liable to the PURCHASER for any excess costs
for such similar GOODS. However, the SELLER shall
continue performance of the CONTRACT to the extent
not terminated.

Rev.0: May04
Page 249 of 286

18

General Conditions of Contract (Goods)

28.1.3 In case of termination of CONTRACT herein set forth


(under clause 28) except under conditions of Force
Majeure and termination after expiry of contract, the
VENDOR shall be put under holiday [i.e. neither any
enquiry will be issued to the party by GAIL (India) Ltd.
Against any type of tender nor their offer will be
considered by GAIL against any ongoing tender (s) where
contract between GAIL and that particular VENDOR (as a
bidder) has not been finalized] for three years from the
date of termination by GAIL (India) Ltd. to such VENDOR.
28.2

Termination for Insolvency

28.2.1 The PURCHASER, may at any time, terminate the


CONTRACT by giving written notice to the SELLER,
without compensation to the SELLER, if the SELLER
becomes bankrupt or otherwise insolvent, provided that
such termination will not prejudice or affect any right of
action or remedy which has accrued or will accrue
thereafter to the PURCHASER.
28.3

Termination for Convenience

28.3.1 The PURCHASER may, by written notice sent to the


SELLER, terminate the CONTRACT, in whole or part, at
any time for his convenience. The notice of termination
shall specify that termination is for the PURCHASERs
convenience, the extent to which performance of work
under the CONTRACT is terminated and the date upon
which such termination becomes effective.
28.3.2 The GOODS that are complete and ready for shipment
within 30 days after the SELLERs receipt of notice of
termination shall be purchased by the PURCHASER at
the CONTRACT terms and prices. For the remaining
GOODS, the PURCHASER may opt:

29.

Force Majeure

29.1

a)

to have any portion completed and delivered at the


CONTRACT terms and prices, and /or

b)

to cancel the remainder and pay to the SELLER an


agreed amount for partially completed GOODS
and for materials and parts previously procured by
the SELLER.

Shall mean and be limited to the following:


a)
b)
c)
d)

War/hostilities
Riot or Civil commotion
Earthquake, flood, tempest, lightening or other
natural physical disaster.
Restrictions imposed by the Government or other
Statutory bodies which prevents or delays the
execution of the Contract by the SELLER.

The
SELLER
shall
advise
PURCHASER/
CONSULTANT by a registered letter duly certified by
the local Chamber of Commerce or statutory authorities,
the beginning and end of the above causes of delay

Rev.0: May04
Page 250 of 286

19

General Conditions of Contract (Goods)

within seven (7) days of the occurrence and cessation


of such Force Majeure Conditions. In the event of delay
lasting over one month, if arising out of causes of Force
Majeure, PURCHASER/CONSULTANT reserves the
right to cancel the Contract
and the provisions
governing termination stated under Article 28.0 shall
apply.
For delays arising out of Force Majeure, the SELLER
shall not claim extension in completion date for a period
exceeding the period of delay attributable to the causes
of
Force
Majeure
and
neither
PURCHASER/CONSULTANT nor SELLER shall be
liable to pay extra costs provided it is mutually
established that Force Majeure Conditions did actually
exist.
SELLER shall categorically specify the extent of Force
Majeure Conditions prevalent in their works at the time
of submitting their bid and whether the same have been
taken into consideration or not in their quotations. In
the event of any force majeure cause, the SELLER or
the PURCHASER shall not be liable for delays in
performing their obligations under this order and the
delivery dates will be extended to the SELLER without
being subject to price reduction for delayed deliveries,
as stated elsewhere.
30.

Resolution of
Disputes/
Arbitration

30.1

The PURCHASER and the SELLER shall make every


effort to resolve amicably by direct informal negotiations
any disagreement or dispute arising between them
under or in connection with the contract.

30.2

If, after thirty days from the commencement of such


informal negotiations, the PURCHASER and the
SELLER have been unable to resolve amicably a
Contract dispute, either party may require that the
dispute be referred for resolution to the formal
mechanism as specified hereunder.

30.3

Legal Construction
The Contract shall be, in all respects be construed and
operated as an Indian Contract and in accordance with
Indian Laws as in force for the time being and is subject
to and referred to the Court of Law situated within Union
Territory of New Delhi.

30.4

Arbitration
All disputes, controversies, or claims between the
parties (except in matters where the decision of the
Engineer-in-Charge is deemed to be final and binding)
which cannot be mutually resolved within a reasonable
time shall be referred to Arbitration by a sole arbitrator.
The PURCHASER (GAIL (India) Limited) shall suggest
a panel
of three independent and distinguished
persons to the Seller to select any one among them to
act as the sole Arbitrator.

Rev.0: May04
Page 251 of 286

20

General Conditions of Contract (Goods)

In the event of failure of the Seller to select the Sole


Arbitrator within 30 days from the receipt of the
communication suggesting the panel of arbitrators, the
right of selection of Sole Arbitrator by the other party
shall stand forfeited and the PURCHASER shall have
discretion to proceed with the appointment of the Sole
Arbitrator. The decision of the PURCHASER on the
appointment of Sole Arbitrator shall be final and binding
on the parties.
The award of the Sole Arbitrator shall be final and
binding on the parties and unless directed/awarded
otherwise by the Sole Arbitrator, the cost of arbitration
proceedings shall be shared equally by the parties. The
arbitration proceeding shall be in English language and
the venue shall be at New Delhi, India.
Subject to the above, the provisions of (Indian)
Arbitration & Conciliation Act, 1996 and the rules
framed thereunder shall be applicable. All matters
relating to this contract are subject to the exclusive
jurisdiction of the Courts situated in the State of Delhi
(India).
Seller may please note that the Arbitration &
Conciliation Act 1996 was enacted by the Indian
Parliament and is based on United nations Commission
on International Trade Law (UNCITRAL model law),
which were prepared after extensive consultation with
Arbitral
Institutions
and centers of International
Commercial Arbitration. The United Nations General
Assembly vide resolution 31/98 adopted the UNCITRAL
Arbitration rules on 15 December 1996.
The WORK under the CONTRACT shall, however,
continue during the Arbitration proceedings and no
payment due or payable to the Seller shall be withheld
on account of such proceedings.
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.

32.

Notices

32.1

Any notice given by one party to the other pursuant to


the Contract shall be sent in writing or by telegram or
fax, telex/cable confirmed in writing.

32.2

A notice shall be effective when delivered or on the


notices effective date, whichever is later.

Rev.0: May04
Page 252 of 286

21

General Conditions of Contract (Goods)

33.

Taxes & Duties

33.1

A foreign Seller shall be entirely responsible for all


taxes, stamp duties, licence fees, and other such levies
imposed outside the PURCHASERs country.

33.2

A domestic Seller shall be entirely responsible for all


taxes, duties, licence fees etc. incurred until the delivery
of the contracted goods to the PURCHASER. However,
Sales Tax and Excise duty on finished products shall be
reimbursed by PURCHASER.

33.3

Customs duty payable in India for imported goods


ordered by PURCHASER on foreign Seller shall be
borne and paid by PURCHASER.

33.4

Any income tax payable in respect of supervisory


services rendered by foreign Seller under the Contract
shall be as per the Indian Income Tax Act and shall be
borne by SELLER. It is upto the bidder/seller to
ascertain the amount of these taxes and to include them
in his bid price.

34.

Books & Records

34.1

SELLER shall maintain adequate books and records in


connection with Contract and shall make them available
for
inspection
and
audit
by
PURCHASER/
CONSULTANT or their authorized agents or
representatives during the terms of Contract until expiry
of the performance guarantee. Fixed price (lumpsum or
unit price) Contract will not be subject to audit as to cost
except for cost reimbursable items, such as escalation
and termination claims, transportation and comparable
requirements.

35.

Permits &
Certificates

35.1

SELLER shall procure, at his expense, all necessary


permits, certificates and 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 SELLER 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 SELLERs personnel
to undertake any work in India in connection with
Contract.

36.

General

36.1

In the event that terms and conditions stipulated in the


General Conditions of Contract should deviate from
terms and conditions stipulated in the Contract, the
latter shall prevail.

36.2

Losses due to non-compliance of Instructions


Losses or damages occurring to the PURCHASER
owing to the SELLERs failure to adhere to any of the
instructions given by the PURCHASER/CONSULTANT
in connection with the contract execution shall be
recoverable from the SELLER.

Rev.0: May04
Page 253 of 286

22

General Conditions of Contract (Goods)

36.3

Recovery of sums due


All costs, damages or expenses which the
PURCHASER/CONSULTANT may have paid, for which
under the CONTRACT SELLER 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 SELLER under this Contract or
other Contracts and/or may be recovered by action at
law or otherwise. If the same due to the SELLER be
not sufficient to recover the recoverable amount, the
SELLER shall pay to the PURCHASER, on demand,
the balance amount.

36.4

Payments, etc. not to affect rights of the PURCHASER


No sum paid on account by the PURCHASER nor any
extension of the date for completion granted by the
PURCHASER/CONSULTANT shall affect or prejudice
the rights of the PURCHASER against the SELLER or
relieve the SELLER of his obligation for the due
fulfillment of the CONTRACT.

36.4

Cut-off Dates
No claims or correspondence on this Contract shall be
entertained by the PURCHASER/Consultant after 90
days after expiry of the performance guarantee (from
the date of final extension, if any).

36.6

Paragraph heading
The paragraph heading in these conditions shall not
affect the construction thereof.

37.

Import License

37.1

No import license is required for the imports covered


under this document.

38.

Fall Clause

38.1

The price charged for the materials supplied under the


order by the supplier shall in no event exceed the
lowest price at which the supplier or his
agent/principal/dealer, as the case may be, sells the
materials
of
identical
description
to
any
Persons/Organizations including the Purchaser or any
Department of the Central Govt. or any 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 order.

38.2

If at any time during the said period, the supplier or his


agent/principal/dealer, as the case may be, reduces the
sale price, sells or offers to sell such materials to any
persons/organizations including the Purchaser or any
Deptt. Of Central Govt. or State Govt. as the case may
be, at a price lower than the price chargeable under the
order, he shall forthwith notify such reduction or sale or
offer of sale to the Purchase Authority who has issued
this order and the price payable under the order for the
materials supplied after the date of coming into force of
such reduction or sale or offer of sale shall stand

Rev.0: May04
Page 254 of 286

23

General Conditions of Contract (Goods)

correspondingly reduced.
The above stipulation will, however, not apply to:
a)
b)

c)

38.3

Exports by the Contractor/Supplier or


Sale of goods as original equipment at prices
lower than the prices charged for normal
replacement
Sale of goods such as drugs which have expiry
dates.

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
order whichever is later, at a price lower than the price
charged to the GAIL under the order.
Such a certificate shall be obtained, except for quantity
of items/goods/materials categories under sub-clause
(a), (b) & (c) of sub-para 38.2 above, of which details
shall be furnished by the supplier.

39.

Publicity &
Advertising

39.1

Seller shall not without the written permission of


PURCHASER/CONSULTANT make a reference to
PURCHASER/CONSULTANT or any Company affiliated
with PURCHASER/CONSULTANT or to the destination
or the description of goods or services supplied under
the contract in any publication, publicity or advertising
media.

40.

Repeat Order

40.1

PURCHASER reserves the right, within 6 months of


order to place repeat order upto 50% of the total order
value without any change in unit price or other terms
and conditions.

41.

Limitation of
Liability

41.1

Notwithstanding anything contrary contained herein, the


aggregate total liability of Seller under the Agreement or
otherwise shall be limited to 100% of Agreement / Order
price. However, neither party shall be liable to the other
party for any indirect and consequential damages, loss
of profits or loss of production.

Rev.0: May04
Page 255 of 286

24

Page 256 of 286

Page 257 of 286

Page 258 of 286

Page 259 of 286

Page 260 of 286

Page 261 of 286

Page 262 of 286

Page 263 of 286

Page 264 of 286

Page 265 of 286

Page 266 of 286

Page 267 of 286

Page 268 of 286

Page 269 of 286

Page 270 of 286

Page 271 of 286

Page 272 of 286

Page 273 of 286

PROCEDUNS
FORSVALUATIONSF FFRTCIRY{Aff{F
QT

vENpoasJcQNrRAqrCIsF
/ f sFrsiJrr4Nt-s

1 . 0 GENERAL
A s y s t e m f o r e v a l u a t i o n o f v e n d o r s / c o n t r d c t o r sa n t l t h r , : i rp c i - f o r r r i i t r r i .i (: -:
a k e y p r o c e s s a n c i i m p o r t a n t l o s L l p p o r f a r . i e f f c c l i v e p u r c h ; 1 s i f t ! l&
c o n t r a c t i n qf u n c t i o n O t a n o r l l a n i z a t i o n .
P e l r f o r r n a n c oe f a l l p a r L i c i p i : t i r i g
V e n r i o r s /C c n f r a c l " o r s /C o r i s u l f a r r L rsl i : { r f i
to ber closely monitored to <.:nsuret
tirnely ri:r:eipt of sr.l;rg:liesfrcrn ;t
Vendor, completion of ar't assignment by a Consullani or corrlpirle
e x e c u t i o n o f o r d e r b y a c o n t r a c t c r w i t h i n s c h e d L r l e dc o m p l e t i { l n p e r i c d .
I-or timely executiorr of projects ancl meetiirg tlre oper;;iion 8a
r n a i n t e n a n c er e t l u i r e r n e l not f o p e r a t i n g ; : l a n t s , i t i s n c c c s E ; r r rt1o n r i : n i i o r
t h e e x e c u t i o n o f ' o r d e r o r c o n t r a c t s r i g h t f r o n r l h e a , " v a r - rs. l a g c t o
c o m p l e t i o n s t a g e a n d t a k e c o r r e c t i v en r e a s u r e si n t i n : e .

2 . 0 O B J E C T I V E"
T h e o b j e c t i v e o f E v a l u a t i o n .o f P e r f ' o r r n a n c ea i n i s t c r e c o g n i z c , a r i r i
develop reliable Vendors/Contraclors/Consultanls so tlrat tirey
c o n s i s t e n t l ym e e t o r e x c e e d e x p e c t a t i o n sa n d ' r ' e qu i r e t l e n t s .
T h e p u r p : o s eo f t h i s p r o c e c l u r ci s t o p r i t i n p l a c e a s y s t c r r ) t o r n o n i t i : i p e r f o r n t a n c e o f V e n d o r s / C o n t r a c t o r s l C o n s u l t a n tass s o c i a t . e cwl i i h G A i L
i n P r o j e c t s a n d i n O & F 1s o a s t o e n s u r e t i m e l y c o i n p l e t i c n o f v a r i o u s
p r o j e c t s , t i n r e l y r e c e i p L o f s L r p p l i e si n c l u d i n g c o n r p l e t i o r ro f l n ; o r x s &
s e r v i c e s f o r o p e r a t i o n a n d r n a i n t c n a n r : eo f o p c r a t i n g ; ; l a n t s a r r d r ; r - r a l i t y
slandards in all respects.

3 . 0 METHODALCIGY:
(i)

P,qeparalioni:f Peffqrnary;g Rattrut Datals[cq{


Performance Rating Data Sheet for
each ancl every
Vendor/Conlractoror Consultant for all orders/Ccnlracts with a
v a l u e o f R s .i l a k h a n d a b o v e i s r e c o m r n er r d e d t o b e c i r a v r n u p .
These data sheets ar{} to be separately prr:pare;d for
orclers/contracls relatecl to Projects and O&M. Forrnal,
P ar am e t e r s , P r c c e s s ,r e s p o n sbi il i t y f o r p r e p ar " a l i o no l ' - r e r f or l - n an c e
R a t i n g i l a t a S h e e t a T es e p a r a t e l vn r e r r l i o n e d."

Page 274 of 286

(ii)

M e a s u r e m e n to f p e r f o r m a n c q
Based on the paramelers rje:finerJin Data Sireir:t,Pcrfornlanr-etcf
c o n c e r n e c lV e n d o r , C o n t r a c l o r o r C o n s u l t a n i .l . r r o u l db e c r r n i p u i c r l
a r r c ig r a d e d a c c o t ' c j t n q l yT.h e m e a s u r e r n e r r to f t l r e p e r f o r r n a n c ea f
t h e P a r t y w o t t l d b e i t s a b i l i t y t o a c h i e v e t h e n r i n i t r L : i r rs c l r i n g c i '
6 0 0 l op o i n t s i n t h e g i v e n p a r a m e t e r s i n d i v i d r " i a l i ya n d c c l l e c t i v e i y .
Any Party failing to sccurt: iess than thc rninirrir-rl Sct,,i-{:
iri any of
t h e p a r a n t e t e r ss h a l l n o t b e c o n s i d e r e dl o r e m a i r i i n b u s i n e s s , r i : : i r
.'
GAIL.

qf M-e"a,!ure_p;
(iii) IniLiotio-n
D ep en c l i n gu p o n t h e G r a c l l r r go f P e r f o r r n a r . ) c c ,o r r ec l i v e r n c a s u r c : ;
r,vould be initiated by taking up the nratter with concerried
Vendor,/Contractclr,/Consultant.
Response
af
Vertdorl
Contrac.tor/Consultant wr:ulcl bc r:nsirjerer.l bcfrlrc rltzr..rdirtri
f u r t h e r c o u r s eo f a c l . i o n "
(iv)

I m p l e m e n t a t i o n o f C r : r r e c t i v eM e a s u r e s :
Based on the response of Vendor/Contractor/Consitltant,
c o n c e r n e d E n g i n e e r - I n - C h a r g e f o r t h e P r o j e c L sa n c i l o r O j C i n
c a s e o f O & M w o u l d r e c o m m e n d f i : r c o n t i n u a t i o no r c l r s c o n t i n u a t i n n
o f s u c h p a r t y l r o m t h e b u s i n e s so f G A I L ^ T ' h e s er e c o m m e n d a t i o n s
w o u l d b e s u b m i t t e d t o t h e C o m p e t e n t A u t h o r i t y w h o w o u l c l p ; t s sa
r e a s o n e do r d e r f o r p u t t i n g t h c p a r t y o n H o l i d a y / b l a c k l i s t i n g " .

(v)

4.4

O r d e r s / c o n t r a c t sp l a c e d o n p r o p i t i a t o r y l 0 F M b a s i s f o r O i l F l ' r i i l b r :
evaluated and, if required, corrective action will be taken for
i r n p r o v em e n t i n f u t u r c .

EXCLUSIONs:
l-he following would be excluded from the scclpe of evaluaticn of
perforrnance of Ve n d o rslCo ntra ctr:rslCo nsult;:nts.
(i)

O . c l e r s / L - o n t r a c tbse l o r , vt h e v a k t e r : f R s . 1 l _ a k h .

(ii)

One time vendor/ CorrtractorlConsultani.

(ii')

Orders for I{isc./Adminislralive itemslNon stock Non valualeci


rtems.

H o w e v e r , c o n c c r n c d E n g i n e c r - I r i i h a r g e l / O l C sl v i l l c o n t i n u n t o m o n r t o r
s u c h c a s e s s o a s t o m i n i i ' i r i z et h e i m p a c t o n P i - o j e c t s l O & l 4p ; l a n l sd u c l ' c
n o n p er f ' o r ' m a n c e
o f V e n d o r s / C o n l r a c l o r s l C o n s L r l l a n ti sn a l i s u c h c a s es .

Page2 of 13

Page 275 of 286

5 . 0 PRp--C.ESS qF

fVALUATION
OF "
VENDSR$IEO NTRACTO R5 I CON SU I=TANIS

3.1

psnronM&Frc"fi

oF

F O RP R O ] E C T S
(i)

E v a l u a t i o n r : f p e r f o r r n a n c co f V i ; n r i o i - s yC o n l r a c i o r s , /C c n s r i l t a n r s
in case of pROIfiCTS shitil be rjr:nc imrnerji;tr,:i'; r,rrif
ft
c o m r n i s s i o n l n go f a n y P r o j e c t .

(ii)

On
commissioning of
any
Project, LIC
(lnglineer-in
C h a r g e J / P r o j e c tI n - c h a r g e s h a l l p r e p a r e a P e r f q r r n ; i r r r _ R
e .rtinql
Data Sheet (Forrnat at Aririexurel-1)fcr all Orr.1r,:rs
i,rrirlCc;ntrai:i:,
e x c l i r c i i n gcia s e s u n d e r p a r a 4 . 0

(iii)

D e p e r r d i n gu p o n t l r e P e r f o r m a r r c et i . a t l n g ,f o l l o w i n g a c t i o r i n e e c it *
b e i n jt ia ted b y Fn g i n r:cr- i n - r:ha rg c/ Proj ilr.t-I n - r:h a rg,,::
Pclrfr:rrnance
R a ti n g

VERYGOOD

S e e k e x p l a r i a t i o nf o r P o o r
e rforrnanc:c
S e e k e > g l a n a t i o nf o r F a i r p e r f o i l ' n q { r c e
L e t t r r t o l h e c o n c er n c d f o r i n r p r o v i r ; 9 3
p e r l ' o r r n a n c ei n f u t u r e .
N o f u d h er

(iv)

R e p l y f r o m c o n c e r n e d V e n d o r / C c n t r a c t o r , / C c n s u l l a n ts h a l l b r :
e x a m i n e d . I n c a s e o f s a t i s f a c t o r yr e p l y , P e r f o r m a n c e l { a t i n g c i a t a
Sheel tri bel ck:seti rriith a lcttclr to tlie."r:orrcelrneci
for ii.ripraving
p e r f o r m a n c ei n f u t u r e .

(v)

W h e n n o r e p l y i s r e c e i v e do r r e a s o n s i n d i c a t e da r e u n s a t i s f a c t u r y ,
the followingactionsneed to be taken:

(A)

,w-irerc
P_s
{-qr-r.Da
{K_crclins .i:. I'P"
QQBll;
(i)

\ Je n d o r /
Recomnrend
such
d e f a ul t i r r g
C o n t r a c t o r / C o n s u l t a n tf o r p u t t i r r g o n H O L I D A Y f o r ; r
periodof l yc-:ar'.

(ii)

W h e n h i s p e r f o r n l a n c eh a s a f f e c i e d o v e r a l l c o m p l e l i o l ' r
s c h e d u l e c i f t h e p r c j e c t , r e c o n " : n r e n ds u c h d e f a u l t i n g
puttlng or)
Vcndor/ Crntractor/Consullant for
liollDt.Y :'cr;r pcricd ri ?l:: yca15,

P a g e3 o f l 3

Page 276 of 286

(B)

Where Performance rating ig llFAIBll.


Recornrncnd for issuance of lv;:rriing to sur:h r.icfaL.r!irri<1
Vendor/Contraclor/Consultant
to
irnpi-c,ve
t.ircir
performance.

(vi)

Irrespective of Perfarmance rating, vrhere Venciorl Contrac.icr,/


Consultant subrnit fi:rgeci docurr;cnts in rcspei:t c;f ilx;:trirtlcc,
turnover and any othen condilion forrning tfie basis fr:r the ;:i-e,
q u aIi f y i ng / e l i - c i biitl y c r i t e r i c n , s uc h V e n d o r / C a n t r a c l or / C on s i rl i a n t
s h o u l d b e r e c o n r r r e n c i e df o r l l L - A C K L l S l l N G .

(vii)

On receipt of r-onsoliclaler.irc-corrrrrrcrid;.ttians
rtf i::rrqint:r,:r,
1.nCharge of a Projecl, the Froject Manager will crirrslilr_:t<,:.1
C o m m i t t e e o f H e a d o f P r o j e c t s ,C & P a n d F i n a n i : et o e x a n r j n e t h e
r e c o n r i n e n d a t i o | t sf o r w a r d e d b y t h e E n g i n e e r , i n c h a r g e .

( v i i i ) I n c a s e c o m m i t l e e r e c o n ' ) m e n d sp r . r i . t i n a
g p a r t y o n h o l i c l a yo r f c r
b l a c k l i s t i n g ,t h e P r o j e c t M a n a g e r w i i l p u t u p t i r e r ec c n r r l e n r J art o n
o f c o m m i t t e e t o t h e c o n c e r n e d D i r e c t o r t h r c u g i r C o r p c i r a i eC . & i )
Deptt. along with a draft show caus notjr:e providing a firrsii
-[he
opportunity to defencl his caEc-.
draft sfiol,vcaus<:rroiicr:
s h o u l c lb e v e t t e c i b y l - e g a lD e p t t .
(ix)

After obtaining approval from tlre concerned Director, Corporaie


C & P d e p a r t m e n t w i l l i s s u e t h e s h o w c a u s e n c r l i c et o t h e c o n c e r n e c j
pa rty.

(x)

O n r e c e i p t o f r e p l y i n r e s p o n s et o s l i o w c a u s e n o t i c e , C o r p o r a l s
C & P D e p t t . l v i l l f o r w a r d l h e s a m e t o P r o j e c t l " l a n a g e r w * h oa f t e r
t a k i n g l e g a l o p i n i o n w i l l p r e p a r e a p r o p o s a l f o r k e t e t p i n tgh c p a r t y
o n l l o l i d a y , / f o r b l a c k l i s t i n ga n d f o r w a r c l t h e s a m e t r : C o r p o r a L c
C & P D e p t t . f o r o b t a i n i n gt h e a p p r o v a l o 1 'l h e c o n c c r n e d D i r c c l o r .

(xi)

A f t e r o b t a i n i n g a p p r o v a l f r o r n t h e c o n c e r n e c JD i r e c t o r , C o r p o r e t e
C & P D e p t t . w i l l i s s u e a l e t t c r t o t h e ; : a r t y r : r : r i v c y i n gt h c d c c : i : i i o r r
l r b l a c k l i s t i r r Ign e
o f p u l t i n g h i m o n h o l i d a yf o r t h e s p c c i f i cp e r i o c o
paruy.

(xii) A list of all parties put on holiday oi-blacklisted r^rillbe


'
c o m r T r u n i c a t e ct o
i a l l c o n c e r n e c ia n d y l i l l a l s o b e : r l a i n l a i i r e d ill
GAIL Intranet.

(xiii) Hclvever, Holiday restrictiorlsshall not appl), on Vendor:;fsrprocureiientr:f sparesfrornthem on proprietaryi:asis.

Page4 of 13

Page 277 of 286

t'

5 . 2 F O R C O N S U L T A N C]YO B 5
M o n i t o r i n g a n d E v a l u a t i o no f c o n s u l t a n c yj o b s w i l l b e r : a r r i e : rrJ. l i r ti n t i r e :
s a m e w a y a s d e s c r i b e di n p a r a 5 . 1 f ( ) r p r o j e c t s e x r . c p t t n e f u n c t i o r i sc f
P r o j e c i M a n a c j e rw l l l b e p e r f o r m e d b y c o n c e r n e d r r r - c h a r g e s o f r r s e i
D e p t t s . s u c h a s P r o j e c t D e v e l o p m e r r t ,B u s i n e s sD e v e l o p m * r i L ,[ a p , i l , ] . ,
F i n . r n c eH
, S E e t c . I h e p r o v i s i o no f p a r a 5 . 1 ( x r i i ) w r i r n o l l : e a i : r i i r : " : b r r .
f c i r c o n s u l t a n c yj o b s "

FOR OpERATr0 N,&']y!AiNIErlANe_F


(i)

E v a l u a t i r : r io f p e r f o r r n a n c er : f V i t n r J r : r s C
l i r n t r a c k r r - s /C o n : ; r ; l i ; i r r : : s
i n c a s c o f O p er a t i o r : a n d M a i n t e : n a { r cs{ h
: a l i L r r :r J o r i c i n r r : r c i J i a i l l , , ,
a f t e r e x e c u t i o no f o r d e r / c o n l r a c l .

(ii)

A f t e r e x e c u t i o n o f o r d e r a p e r f r : r n r a n c eR a t i n g D a i a s i r ee t { ' i a r r n a r .
a t A n n e x u r e - ? - )s h a l i b c p r e p i l r e l rfi o i - a l l o r r j u r s i ; y 3 r t e rc & l a r i r i
for ali Contracts/services by respccrivc Fngincer--lri-fh;irgc
e x c l u d i n gc a s e su n d e r p a r a 4 . 0

(ii')

D e p e n d i n g u p o n P e r f o r m a n c eR a r i i r g ,f c l l o w i n g ;a c i ; o i - rn i : e c i t o b c
i n i t i ; r L e rbJy S i t e C & p :
S l .N t :

Performance
Ratins

Action

POOR

FAIR

GOOD

VERY GOOD

S e e k e x p l a r r ; t i o nf ' o rp
Derformance
S e r : ke x p l a n a f i o nf o r r
Derformancc
Letterto the concernerJ
improvingperfornrance
futu re.
No further action

(iv)

Reply {'rorn concerned Vendor/contractor/conEullanl shall bc


e x a m i n e d " I n c a s e o f s a t i s f a c t o r yr e p l y , p e r f o r r n a n c e R a t i n - c<; 1 a t a
s l r r : e t t o b e c l o s e r Jw i t h a l e t t c r t o t l r e c r , r r r r - r r r n cf uc ij i r r r g . r ; 1 , i , ; r , 1
pe,'rforrnancr: in fu tu re.

(v)

W h e n n o r e p l y i s r e c e i v e do T r e a s o n sj n c J i c a t c caJr e u n s a l i s f , a c t c r v ,
t h e f o l i o w i n ga c t i o n s n e e d t o b e t a k e n :
(A)

wherePtl-fBrnatce
ratlnsis llP-oaR"
{ 1 1

P.ccoinrnerrci

sLrch

defauir!ng

Veniorl

Contractor/Consu
ltani for p u t t i n g o n H 0 l , l i l A Y f c l - a
periodof 1.ycar.
Page5 of 13

Page 278 of 286

(ii)

(fi)

W h e n l r i s p e r f o r m a n c e h a s s e r i o i - r s l ya f f e c t . e d 1 . h e
opt:ratir:n & rlaintertanr:c of plant, rer:ori.rrlerlrJsr-tr.;fl
t l e f a u l t i n g V e n d o r / C o n l r a c t o r / C o n s r , r l t a nf i' o r p r , i i . t i n , . 1
o n H 0 L I D A Yf o r a p e r i o d a f ? i 3 y * a 1 5 .

$l-hereP-e-rf-prm.an-E.e.latins
i$ ::fAlJ-{1.
R e c o n r n r e n df o r i s s u a n c e o f l v a r n i n g | r r s u c h d e i a r - r i l i n g
Vendors,/Contractors/Ccnsultanls tc
irrprcve
ihcir
performance.

(vi)

I r r c s p e c t i v e o. :f P e , ' r f o r m a n crea t i n g , w h c r e V c n c l o r / C o i l t r a c , t r : r l
su brnit
forged
d cci-ri'ne il ts
:;ucfi
V e n d o r / C o n t r a c t o r / C o n s u l t a i i ts h o u l d b e r e c c m m e r r d e r j f a r
BLACKLISI'iNG.

Consultant

(vii)

A q u a r t e r l y m e e t i n g o f l - J O D( C & P ) , i { O U { f & A ) a i r c i i t O L ) c f
r e s p e c t i v ed e p a r t m e n t s s h a l l b e h e l d a t S i t e l c r e r r i e ' l ; r n d
examine
putting
all
cases
requirinq
the
v e n d c r s / c o n t r a c t o r s / c o n sl u
t an t s o n h o l i d a y r o r l i n aI d e c i s i cn .

(vi l i )

O n r e c e i p t o f ' r e c o m m e n c l a t i o rar f c o m m i t i c c f o r p L i t t i r - l a
i , rp r r l y
on Holiday or for blacklistinq, OIC will put up lhe
recommendation of Comniittee to tlie concerned Dirertor
through Corporate C&P Deptt. along wilh a draft.sfrow cause
notice providing;l final opportunityto party lo rlefcnd iris c.ase.
T h e s h o w c a u s en o t i c e w i l l b e l c g a l l yv e l | e d .

(ix)

A f t e r o b t a i n i n g a p p r o v c r l f r o m t l r c c o n c ei ' n ed D i i e c t r - r r ,
C o r p o r a t e C & P d e p a r t m e n t r r y i l i s s r . r e' i l r e ls h o w r : a i r s cr r o l i r . t :l o
t h e c o n c e r n e dp a r l y .

(x)

O n r e c e i p to f r e p l y i n r c s p o t t s et o s l t o ' r c a u s e n o t i c c ,f c r p r L r a l c
C & P D e p t t . w i l l f o r u v a r dt h e s a m e t o O i C w h o a f t e r f a i < r n gl e g a i
opinion will prepare a;:ro;:rosi:lfor kecping thg parly oit
l " l o l i d a y / f o rb l a c k l i s t i n ga n d f o r w a r c lt h c s a n r c t o C r : r p o r a t eC & P
D e p t t . f o r o b t a i n i n gt l r e a p p r o r r a lo f t l r e c . J i r a uI ir ; : Ci r i ; r : . t o r .

(xi)

After obtaining approval from the concernerJ [)!rector,


C o r p o r a t e C & P D e p t t . u r i l l i s s u a la l r ' : l t c rt o t h q : p a t ' t y c o l v c y i r r q
t h e d e c i s i o no 1 ' p u t l i n gh i r n o n h o l i c i a yf o r l h e s p e c i f ! cp c r i c d o r
b l a c k l i s t i n qt l r e p a r t y .

t*i,l

A l i s t o f a l l p a r t i e s p u t c n h o l i d ; . t yr : r h i a c k i i E t r , r tl it i l i b r :
c o m r n u n i i . a t e dt o a i i L o r r L e r i l c da n d w i l l a l s o b t : r r i a i n t , r i r l r , :a' Jl
GAIL Inlranel.

Page6 of 13

Page 279 of 286

(xili)

Holvever, Holiday restriclionsshall not appiy r:n Vendors fcip r o c u r e m e n to f s p a r e sf r o r r t h e n r o n p r c p n e t i l r y l : a s i s .

6.0

RTVIEW & RE5IQ_8AfI_Q,N


O-TPA-RITES
ISTT}
PU, ON TOLIDAY/BL.ACKL

6.l"

A f t e r e x p i r y o f H o i i d a y p e r i o d , t h e v e n c l c r s / c c n t r a c t o r r / c c n s u i t a ; r l'!r n r i r o
have becn put on Holiday cjuc to dr.:layin r:r:rnJ:leliclri
schi':rjriir:lrlli i.:r,:
autornatir:ally restoreci to partic;ig:atein i:usinE::;swilh GAii..^ i'-lor,vctvr:r,
p a r t i e s w h o h a v e b e e n p u t o n l l o l i c l a yd u e t o q u a l i t y p r c b l e n r su ; t l l b c
r e s l o r e d o n l y a f t e r a r e v i r v b y t h e c o m m i t t e e r a . r i r i r :hi ia d r : a r i i e r
r e c o n r m e n d e dt h e p a r t y t o b e p u t o n H o l i d a y .

6 . 2 . T h e p e r i o r l o f H t t l i d a yw i l l b e i . f r r : r to
r n e l y c a r t e t h r t : e y i t i ' : r ' sc i r , ) i l c l ( l l i ) t
u p o n t h e s e r i o u s n e s so f f a i l u r e . l t c a n b c t h r e e y e a ; - si n c x l , r e r n cc i ; s ' : s
a n d m a y b e o n e y e a r o r l n ' o y e a r s d e p e n d i n qu p o n t h e : r a t u r e o f f a i l , . t r " e
in nerfornrance.

I'age7 of 13

Page 280 of 286

JT

GAIL (India) t-inrited


pf"RfoRFlA.NQrRATINGD.AJ& f;E:r
S.l:t
( rqR p RoJEcJs/ c0 Nq-uLTAFT
Cy-3QSSl
(i)

Pnr:jcr:t/Work Csnter
'Orde
r/Contract No. & Date

(ii)
(,ii)

B r i e f c l e s c r i p t i 0 n0 f I t e m s
Works/Assignrfinnt

(iv)

O r d e r / C o n t r a c tv a l u e ( R s . )

(v)

Name of Vendor/Contractor/
C on su l t an t

(vi)

C o n t r a c t e dd e i i v e r y /
C o m p l e t i o nS c h e d u l e

( v i i ) Actual delivery/
C o m p l e t i o nd a l e
Performance
Paranreter
N l a x i m u mM a r k s
tr'larksAilocated
(*)

Delivery/Complcti<ln Quality
Reiiabilily I Total
Performance
Perforrrance Perlorrlanr:c I
40
40
7f)
I fin

R e m a r k s( i f a n y )
P E R | " O R M A N CREA TI N G ( x 1 , )
Note:
( * ) A l l o c a l i o no f m a r k s w o u l d b e a s p e r e n c l o s e r i n s l r i - r c t i o n s
( * t ' ) P e r f o r m a n c er a t i n q s h a l l b e c l a s s i f i e da s u r r d e r :

st.
No.
l

fJrnrro

(Marks
6 0 & belor,ar

o I -,/:

76-90

A
q

M o r et h a n 9 0

Rat i ng
POOR
FAIR
GOOD
yFRY
GOOD

S i g n a t u r eo f
a u t h o r i z e dS i g n a t c l r y
N a m e:
Designation:

Page8 of 13

Page 281 of 286

,
lnstructions fof al!ocFtionof*marks
Marksare lo be allocatedas under:
1.1

DELMRY/COIvIPLETIONpERFCIRfqANC
FM a r k s
4S
pelay irryVeei($

DeliveuPgriod/
$giopletion Sch"edule
a ) U pt o 3 m o n t h s

BeforeCDD
Dclayup to 4 wl:eks
"
"
"

I weeks
"1
0 r,.;eeks
12 weeks

i l

l(r \,VCKS

t"2

4fi
ri
lil
).1
^j-tl

m o r el h a n 1 6 w e e k s
b) Abovc 3 rnonths

l4artq{

B e f o r eC D D
D el a y u p t o 4 y r e e k s
.,
B rveeks
" "10we
eks
"
16 weeks
" 20 weeks
"
24 weeks
more than 24 lveeks

rr
4CI
,\:
"ii)
:-i
::o
i,{
l0
t.l

Q{JALITY PERFOF{,MAr{CE

4S Marks

l o r N o r l n a l C a s e s : N o D e f c t s / / N oD e v i a t l o r r / N c f n r i u i c

Rcjcction/ Del'ecls Marks

1.o be

A F ^ - 5 F l

prurdLd

h a - i -

ud)r5

allocated
{ ^ . -

tut

4() rnerks
on

1C rnai'ks

- - - ^ ^ r - l . l ^

dLLCp,..il]rc

quantity as compared to torai


q u a n t i t y f o r n o r n r a lc a s e s
ii When qualily
F a i l u r eo f s e v e r e n a t r . r r e
failr"rre ndanger
M o d e r a t en a l u r e
- l o w s e v er e n a ' . u . e
s y s t e n r i n l eg r a t i c n
and safety of the

0 nrarl.ls
5 nrarks
i(l'.25llark:

systelrn.
i i i N u m b e or f
deviations

1. No deviaiiori
2 . N o . o f d e v i a t i c n s * <2
3 . N r : ^o f r J e v i a l i o n s> 2 -

Pagc9 of l3

Page 282 of 286

5 rnarks
2 rnarks
fi rni:rks

)
RELIAfiILITY pSRfORMAt{Cf

1.3
l\.

(i)

FoR wORKs/

Z# F4arks

COHTRACTS

Submission of
ci-der ficceptaitce, 4 rr:*rk:;
agreement, PBG, Drarlings aird other

d0cLr
rr'rents
lvitfiin tirn<l
(ii)

Mobilization af resourcs a s
C o n t r a cat n d i n t i m e

i,)r 4 m.:ikc

of Check-list
{iii) l...ic1r.rid;rtlon
1rr:inis

(iv) Complianceto statutcrryarrd HS & b:


requirements

4 J)ar?.s

tll iJ :-l.i5

or
R e l i a b i l i toyf E s t i m a t e s / D e s i q n / Dnr a
gwr
jobs
etc. in caseof Consultancy
{v)

f i m e l y s u b m i s s i o no f e s t i m a t e sa n c l 4 n r a r k s
other docurnenLs
for Exlra, liubstltLrted
& AHRitenrs

ts.

FORSUPPLIES

(i)

S l t b m i s s i o r io l o r c l e r a c c e p t a n c e , P B G , 5 n r a i - k s
D r a u r i n g sa n d o t h e r d o c u l r r e n t s w i t h i n
tirne.

(ii)

Attending complaints and requesls 1'or 5 mai'irs


after Sales service/ warranty repairs
queryladvice (urpto the
and /or
e v a l u a t i o np c r i o r J ) .

(iii)

Response to veirious correlpciirierrce ll marks


a n d c c n f o r m a n c et o s t a n d a r d s l i k e i 5 0

(iv)

S u b r n i s s i o nr : f i l l l r c l r l u i r e d c l o c u r n i : r r t s 5 r n ; l i k : ;
i i r c l u d i n gT e s t C e r t i f i c a t e s a l t h e t i m e
of suppiy

P a g e1 0o f l 3

Page 283 of 286

.rl

@e-aqeE

GAIL (India) Limited

qFRTOSMANCE
R,qrrr{CpArA gH.rg-r{r-Q-Kq&ry}
(i)

l-ocatioir

(ii)

Orcjcr/Contract lJo. & Date:

(iii)

B r i e f d e s c r i p t i o r ro f I t e n r s
\l/orks/Assign nrent

(iv)

O r c l c r / C c n t r a c tv a l u e r( R s .)

(v)

N a n r eo f V e n d o r / C a n t r a c t o /
C on s ul t an t

(vi)

C o n t r a c t e dd e l i v e r y l
C o m p l e t i o nS c h e d u l e

(vii) Actual delivery/


C o n r p l e t i o nr l a t e l

Performance
Delivery
ReliabilityI 1o
Quality
Param*ter Ferfornranci: Perfi:rrlanr:e r c i ' t 0 r i n a f t ( . ( t II
Maximum
40
?,()
10
Marks
Marks
A l l o c a t e (d*

,;l
-t

R e m a r k s( i f a n y )
PIRFORMANCF
RAl'rNG('*)

N o t e : ( x ) A l l c c a l i o n o f n r a r k st o b e a s p e r e n c l n s e r li i r s l r u c l i o n s
( ' F ' r )P e r f o r n r a n c er a t i r r gs l r a l l b e c l a s s i f i e da s u n d er :

5 t . R a n q e( P l a r k s )
No.
i

2
3
A

6 0 & bellow

6r-75
76-94
M o r et h a n 9 0

Ratln0

POOR
FAlR
GOO{)
VERY
GOOD

5 i g ; n a t u r eo i
a u t h o r i z e dS i crl r a i o r y:
Name:
D es i g n a t i o n :

P a g el l o f 1 3

Page 284 of 286

..i

:
In_stlustions for a!tocatipn-*of ryrarks iFo!- 0&F,l !
M a r k s a r e l c b e a l l o c a t e da s u n d er :
1.1

SFLMRY/COI.NPLHTIOFJpfiRFORMAf{tflS 4SMarks
Detivery-Feriod/
p.nlpletion Sqhedule
a) LJpto 3 montlrs

Befcre CDI)
Dciay up to 4 lvccks
"
I wc.eks
''
1 0 w t ; ek s
"
1 2w e e k s
"
1 6w e e k : ;
nrorethan 1fi weeks

b) Abr:ver3 rnonths

L.2

Defay in-lUeetqs

Bcfore CDI)
D e l a yu p t o 4 w e e k s
" B r,^tr:eks
" 10
lreeks
" 16
wecks
" 20
vreeks
"
24weeks'
n r o r et h a n 2 4 w e e k s

QUALITY PERTORMAFICE

ForNor;nalCascs:No t.)efucf.s/No
l.)cviai.ion./No
fuii,rrr: :
i

Reiection/ Defects

4t)
'li

_:il

..1
r
1l{}
i :
tJ

4i)
t,,
a*,
l i
lll
il

4o Marks
40 tnai-l<:

Marks to be allocateC orr


pr0rata basis for acceptable
quantity as compared to total
quantity for norrral c.rse:s

.1[,rni;rri<s

ii Whenqualily
F a i l L r r eo f s e v e i e n a t l l r e
- I ' i q d e r a l en a l a t e
f ; : i l u r ee r r d a n g e r
system integration
l o w s e ' J e r en a t r t r e
and safely of tfre
system.

l l .n a r k :
l; rtriirks
l . C - . l f ir r ; r r k

i i i N u m b e ro f
-rleviations

5 nrark:;
2 rnarks
0 rlar'l<s

1. No deviaticn
2^ No. of dc:viatiorrS
: ; 2.
3 . N o . o f d e v i a { . i o n>s 2

P a g el 2 o f 1 3

Page 285 of 286

Wal}:S

1.3

RELIASILITY FFRFOR.MANCE
A,

2G Marks

FOR WORKS/ COhiTRACTS

(i)

Subrnission cf
order acccf)tancc, 4 rlarks;
agreemcnt, PBG, Drawingsand othcr
d o c u m e n l sw i t h i n t i m e

{ii)

Mobilizatiorr of rcsourcLls
C o r t t . r a cat n d i r r t i m e

ir5;

i)frf

4 l l i c ; ; {! -

( i i i ) L i q u i d a t i oonf C h e c k - l i spto i n t s

4 marks

(iv) Compliarrce
til statr-ltoryand HS & t
rcquirements
or

4 fnaikI

R e l i a b i l i t yo f H s t i m a t e s l D e s i g n l D r a rrrrvgi
e t c . i n c a s c t l f C o n s u l t a n c yj o i : s
(v)

B.

Timely submissionof estjmates and 4 marr<:


other documentsfor [xtra, Substituted
& AHRitems
FOR SUPFLIES:

(i)

S u b r l i s s i o n o f o r c j e r -a c c c ; : t a r i c c :P
, BG, 5 rtrarks
D r a w i n g s a n d o t h e r c l o c u n r e n l sr v i l h i n
time.

(i i )

A t t e n d i n g c o m p l a i n l s a n d r e c l u r l s t si ' c r
after Salcs servlce/ warranty rcpairs
and /ar query/advice (up t<: tire
e v a l u a t i o np e r i o d ) .

nt a iKS

(iii) Response ro various correspondcircc 5 marks


a r i d c o n f o r m a n c et o s t a n d a r d s l i k e I 5 0
(iv)

S u b r r i i s s i o no f a l l r e q u i r e c l d o c u r n e n i . s 5 m a r k s
i n c l u d i n gT e s l C e r t i f i c a t e s a t t l ' ] c t i m e
of supply

P a g e1 3o f 1 3

Page 286 of 286

Potrebbero piacerti anche