Vol I of III web

442
GAIL (India) Limited (A Govt. of India Undertaking) A Maharatna Company Noida, INDIA BID DOCUMENT FOR PIPELINE REPLACEMENT PROJECT IN GUJARAT REGION LAYING & CONSTRUCTION OF PIPELINE ALONG WITH ASSOCIATED WORKS UNDER PHASE-I OPEN INTERNATIONAL COMPETITIVE BIDDING E-Tender no. 8000007370 Bid Document No.: 05/51/23PH(GR)/GAIL/001(i) VOLUME – I OF III PREPARED AND ISSUED BY MECON LIMITED (A Govt. of India Undertaking) Delhi, India 1 of 442

description

NIKT

Transcript of Vol I of III web

  • GAIL (India) Limited

    (A Govt. of India Undertaking) A Maharatna Company

    Noida, INDIA

    BID DOCUMENT

    FOR

    PIPELINE REPLACEMENT PROJECT IN GUJARAT REGION

    LAYING & CONSTRUCTION OF PIPELINE ALONG WITH ASSOCIATED WORKS UNDER PHASE-I

    OPEN INTERNATIONAL COMPETITIVE BIDDING

    E-Tender no. 8000007370

    Bid Document No.: 05/51/23PH(GR)/GAIL/001(i)

    VOLUME I OF III PREPARED AND ISSUED BY

    MECON LIMITED (A Govt. of India Undertaking)

    Delhi, India

    1 of 442

  • NNIITT AASS PPEERR NNEEWWSS PPAAPPEERR

    2 of 442

  • 3 of 442

  • TABLE OF CONTENTS Volume I of III

    1. Section -I : 1.0 NIT & INVITATION FOR BID (IFB) 2.0 ACKNOWLEDGEMENT CUM CONSENT LETTER

    2. Section - II : 1.0 INSTRUCTIONS TO BIDDER (ITB)

    2.0 ADDENDUM TO ITB FOR E-PROCUREMENT

    3.0 READY RECKONER FOR E-PROCUREMENT

    3.0 Attachment I : Forms & Formats

    4.0 Attachment II : Contract Agreement

    5.0 Attachment III : Indemnity Bond

    6.0 Attachment IV : Performance Evaluation

    7.0 Attachment V : Enterprises Information with respect to the Micro, Small and Medium Enterprises Development Act, 2006

    8.0 Section - III : GENERAL CONDITIONS OF CONTRACT (GCC)

    9.0 Section IV : 1.0 SPECIAL CONDITIONS OF CONTRACT (SCC)

    2.0 APPENDIX TO SCC

    3.0 ANNEXURE TO SCC

    10. Section V : PARTICULAR JOB SPECIFICATION

    11. Section VI : SCHEDULE OF RATES

    4 of 442

  • SSEECCTTIIOONN II

    IINNVVIITTAATTIIOONN FFOORR BBIIDDSS

    5 of 442

  • OOPPEENN IINNTTEERRNNAATTIIOONNAALL CCOOMMPPEETTIITTIIVVEE BBIIDDDDIINNGG

    IINNVVIITTAATTIIOONN FFOORR BBIIDDSS ((IIFFBB)) BBiidd DDooccuummeenntt nnoo.. 0055//5511//2233PPHH((GGRR))//GGAAIILL//000011((ii))

    E-Tender no. 8000007370 1.0 PROJECT DETAILS

    M/s GAIL (India) Limited is a public sector under Petroleum ministry, intend to strengthen safe operation of the Natural Gas pipeline system including connectivity to consumers. To do so it has been decided to replace selected old pipelines of Natural Gas Distribution Networks on the basis of present heath status in Baroda region. Presently, GAIL Limited is planning to replace about 475 km natural gas pipeline. Replacement of the pipeline is to be done on the basis of completion of design life, Thickness losses, design compliance to the PNGRB & piggability status of the pipeline. As per current status of the pipeline, total 74 nos. (approx.) of pipeline is to be replaced which include a wide range of length from 0.1 km to 96.6 km and diameter from 2 to 14. M/s MECON has been engaged by M/s GAIL Limited to carry out Design, Engineering, procurement, inspection & Project Management Consultancy Services required for replacement of old natural gas trunk pipeline & pipeline network for supplying the gas to various type of industry.

    2.0 MECON Ltd. on behalf of GAIL (India) Ltd., invites bids through e-tendering on Open International Competitive Bidding basis under single stage two e-envelopes system from contractor meeting the Bid Evaluation Criteria as detailed herein. Bids submitted online on e-tendering portal of GAIL (https://etender.gail.co.in) shall only be considered for processing.

    3.0 BRIEF SCOPE OF WORK 3.1 This tender deals with laying, testing and commissioning of 16/12/8 NB dia X 253 km

    (approx.) pipeline with construction of Despatch facilities, intermediate Pigging stations, Sectionalizing Valve Stations & Receiving facilities including all modification required to be carried out to fulfillment of PNGRB guidelines/ regulation. Work mainly includes Installation of scrapper traps, Metering Skids, modification works at existing terminals / stations & associated work i.e; piping, corrosion monitoring, Telecom, civil, structural, architectural, fire protection works, Temporary cathodic protection, electrical & instrumentation work, hookup with existing facilities, testing & commissioning along with all associated work as required.

    The scope of work includes Station piping work, Hook-up with existing pipeline facilities

    including but not limited to construction management, HSE & Quality Management, Survey, NDT and destructive testing, hydro-testing, dewatering, drying, pre-commissioning, commissioning and Gas-in including construction / installation of related facilities for various pipeline sections in Gujarat region.

    3.2 The brief scope of work includes:

    6 of 442

  • Supply of materials (other than free issue), Pigging of pipeline in sections ,pipeline section laying work (as required) including but not limited to Construction Management, HSE & Quality Management, Survey, clearing of existing ROU, grading. Stringing, bending, welding, trenching, lowering, crossings. Tie-ins, NDT and destructive testing, backfilling, site restoration, Pre-testing, dewatering, drying, pre-commissioning, commissioning and Gas-in of pipeline including construction / installation of related facilities like scraper launching/ receiving and other facilities at despatch and receiving terminals/Intermediate pigging stations, valve stations, Tap-off station, etc. including associated Mechanical, TCP, Corrosion monitoring, Telecom, Civil, Structural, Architectural, Electrical, Instrumentation and fire fighting works at stations etc. The scope also includes crossing by trenchless method, (if required). Detailed scope of work has been defined in the bid document.

    2.3.2 The above mentioned scope of work has been considered for following Pipeline sections in Phase-I:

    SL No. Pipeline Section Existing

    Diameter (NB) (inch)

    Proposed Diameter

    (NB) (inch)

    Length to be

    Replaced (km)

    1 Ankleshwar - Baroda P/L 14 16 96.60 2 CTF Gandhar Dabka P/L 12 12 47.34 3 GNFC-NTPC-P/L 12 12 16.00 4 Dabka Dhuvaran P/L 12 12 37.62 5 Chokari Undera P/L 12 12 25.96 6 GNAQ - Jambusar T-Point P/L 8 8 13.00 7 Dabka Sarsawani P/L 8 8 16.60

    The above mentioned 7 (seven) Pipeline sections have been grouped into three parts viz. PART A, PART B and PART C as mentioned below:

    PART A: i) Ankleshwar - Baroda P/L - 16x 97 Km Approx. PART B: i) Dabka Dhuvaran P/L - 12x 38 Km Approx. ii) Dabka- Gandhar P/L - 12 x 47 Km Approx. Total: 12x 85 Kms (approx.) PART C: i) Chokari Undera P/L - 12x 26 Km Approx. ii) GNFC NTPC P/L - 12x 16 Km Approx. iii) Dabka Sarsawani P/L - 8x 17 Km Approx. iv) GNAQ - Jambusar T-Point P/L - 8x 13. Km Approx. Total: 12x 42 kms ( approx.) & 8x 30 Kms. ( approx.)

    4.0 TIME SCHEDULE For one part or more than one part, shall be fifteen (15) months for Mechanical Completion

    including Mobilization Period of one (1) month and thereafter One (1) month for Commissioning & Gas-In.

    The effective date of time schedule as mentioned above will be the date of issuance of Fax of Acceptance (FOA).

    5.0 BID EVALUATION CRITERIA

    7 of 442

  • 5.1. Technical Criteria 5.1.1 The bidder should have successfully executed /completed in last 7 (Seven) years to be

    reckoned from the bid due date, at least one Pipeline Project in a single contract involving Laying / Installation, Testing of buried cross-country hydrocarbon steel pipeline of:

    i) For PART A : Minimum 48 Km in single stretch of 12 dia or higher

    ii) For PART B : Minimum 42 Km in single stretch of 8 dia or higher

    iii) For PART C : Minimum 36 Km of 8 dia or higher iv) For more than one part: Bidder can submit single order to qualify for more than

    one part meeting criteria on cumulative basis of various parts.

    5.1.2 In case the bidder has an experience as a consortium member and such member has

    executed earlier a job within its scope as a member of the consortium, which is required as experience as per the qualification criteria in clause no. 5.1.1, will be considered. Appropriate documentary evidence to establish is to be submitted towards such experience.

    5.1.3 In case the bidder is executing a rate / maintenance contract which is still running and the

    Laying / Installation, Testing of buried cross-country hydrocarbon steel pipeline (as per clause no. 5.1.1 ) executed till one day prior to the due date of submission is equal to or more than the minimum requirement as mentioned above at clause no. 5.1.1, such experience will also be taken into consideration provided that the bidder has submitted satisfactory work execution certificate to this effect issued by the end user / owner / authorized consultant.

    5.2 Financial Criteria 5.2.1 Annual turnover

    The minimum annual turnover of the bidder as per their audited financial statement in any one of the three immediate preceding financial years shall be as under:-

    Description Minimum Annual Turnover

    Part Indian Bidder (In INR) Foreign Bidder (In USD) A 23.99 crores 3917662 B 18.45 crores 3012958 C 16.40 crores 2678185

    5.5.2. Net Worth Net worth of the bidder should be positive as per the last audited financial year. 5.2.3 Working Capital

    The minimum working capital of the bidder as per the last audited financial year shall be as under-:

    Description Minimum Working Capital Requirement Part Indian Bidder (In INR) Foreign Bidder (In USD)

    A 4.79 crores 782226 B 3.69 crores 602592 C 3.28 crores 535637

    Note:

    8 of 442

  • i) If the bidders working capital is inadequate, the bidder should supplement this with a letter from the Bidders bank ( as per format F-3B) having net worth not less than Rs 100Crore / US $ 16.33 million, confirming the availability of the line of credit for at least for the working capital requirement as stated above.

    5.2.4 For the bidders whose financial year is calendar year, for such bidders the audited financial

    results for year 2011, 2012 and 2013 shall be applicable in lieu of 2011-12, 2012-13 and 2013-14.

    5.2.5 Bidders who intend to qualify for more than one part shall meet the qualifying Annual Turnover

    & Working Capital requirement on cumulative basis for the quoted parts.

    5.3 EQUIPMENT DEPLOYMENT CRITERIA

    Bidder shall meet the minimum construction equipment requirement for individual part as specified in bidding document. Bidders who intend to qualify for more than one part shall meet the cumulative requirement for construction equipment specified for individual part.

    5.4 A job executed by a bidder for its own plant/ projects cannot be considered as experience for

    the purpose of meeting requirement of BEC of the tender. However, jobs executed for Subsidiary / Fellow subsidiary/ Holding company will be considered as experience for the purpose of meeting BEC subject to submission of tax paid invoice(s) duly certified by statutory auditor of the bidder towards 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.

    5.5 Bidder shall not be affiliated with a firm or entity, (i) that has provided consulting services

    related to works to employer during preparatory stages of works or of the period of which the work form a part, or (ii) that has been hired (or proposed to be hired) by the employer as Engineer / Consultant for the contract.

    6.0 Documents/Documentary Evidence required to be provided (upload in e-portal of GAIL) by participating bidder along with the un-priced bid to qualify/ meet the requirements of BEC:

    BEC

    Clause no.

    Description

    Documents required for qualification 5.1 Documents Required-Technical Criteria

    5.1.1 & 5.1.3

    Experience criteria (a) Detailed work order along with Schedule of Rates. (b) Completion certificate / Execution certificate issued by

    end user / Owner ( or their consultant who has been duly authorized by owner to issue such certificate)

    In case of rate / maintenance contract - Satisfactory work execution certificate issued by the end user / owner / authorized consultant .

    Note: The completion certificates shall have details like

    work order no. / date, brief scope of work, completion date etc.

    5.1.2 Experience criteria in case of single bidder, having experience of a consortium member

    (a) Same documents as mentioned in 5.1.1 above. (b) Consortium Agreement / MOU clearly defining the scope and responsibility.

    Note: The completion certificates shall have details like work order no. / date, brief scope of work, completion date etc.

    9 of 442

  • BEC Clause no.

    Description

    Documents required for qualification

    5.2 Documents Required-Financial Criteria 5.2.1 Annual Turn-over Bidder(s) shall submit (upload in e-tender portal of GAIL)

    copy of Audited Annual Financial Statement [Balance Sheet and Profit & Loss Account Statement] of any of the three (3) preceding Financial Year(s) along with un-price bid.

    5.2.2 Net Worth Bidder(s) shall submit (upload in e-tender portal of GAIL) copy of Audited Annual Financial Statement [Balance Sheet and Profit & Loss Account Statement] of last Financial Year along with un-price bid.

    5.2.3 Working Capital Bidder(s) shall submit (upload in e-tender portal of GAIL) copy of Audited Annual Financial Statement [Balance Sheet and Profit & Loss Account Statement] for the last audited Financial Year along with un-price bid. If the bidders working capital is inadequate, the bidder should supplement this with a letter from the Bidders bank ( as per format F-3B) having net worth not less than Rs 100Crore / US $ 16.33 million, confirming the availability of the line of credit for at least for the working capital requirement as stated above

    5.3 Equipment Deployment Criteria

    (A) Equipments (owned) as per Annexure- 9A to SCC: 1. The bidder shall submit the certificate from

    chartered accountant (for ownership / possession of equipments / vehicles) as per format F-23 enclosed in the Bid Document.

    2. The submission of Format F-23 is mandatory. 3. For equipment to be purchased" - Purchase

    order duly accepted by equipment supplier and with equipment delivery to project site, meeting the equipment deployment schedule. However, contractor to own minimum 50% of the equipment against each type of equipment; balance 50% may be covered under to be purchased "Category". If 50% is a fraction, the same needs to be rounded off to next higher number for the minimum owned category. The purchase order shall be duly signed & stamped by Chartered Accountant / statutory auditor.

    4. The bidder shall submit Certificate from

    Chartered Engineer certifying that the bidder own equipments are under good health and working condition as per Format F-24 enclosed in the Bid Document.

    General 5.4 Jobs executed for

    Subsidiary / Fellow subsidiary/ Holding company

    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.

    5.5 Bidder shall not be affiliated with a firm or entity, (i) that has provided consulting services related to works to employer

    Undertaking from bidder.

    10 of 442

  • BEC Clause no.

    Description

    Documents required for qualification

    during preparatory stages of works or of the period of which the work form a part, or (ii) that has been hired (or proposed to be hired) by the employer as Engineer / Consultant for the contract.

    6.1 All documents in support of Technical criteria of bid evaluation criteria (BEC) to be furnished by

    the bidders shall be necessary be:

    (a) Indian Bidder Duly certified / attested by Chartered Engineer and notary public with legible stamp

    (b) Foreign Bidder Duly certified / attested by Chartered Engineer / Licensed Professional Engineer / EurEta Registered Engineer / Eur Ing or Equivalent Registered Engineer of bidders country with legible stamp. Further, supporting documents pertaining to technical BEC should also be certified true copies, duly signed, dated and stamped by an official, authorized for this purpose in Indian Embassy / High Commission in bidders country. However, member countries of Hague Convection 1961, supporting documents pertaining to technical BEC certified by Apostle of bidders country shall also be acceptable.

    6.2 In support of Financial criteria of Bid Evaluation criteria (BEC) bidder is required to submit following:

    (a) Indian Bidder Shall submit Details of Financial capability of bidder in prescribed format [Format - 3A] duly signed & stamped by a chartered accountant. Further, a copy of Audited Annual Financial Statements submitted in bid shall be duly certified / attested by notary public with legible stamp.

    (b) Foreign Bidder Shall submit Details of Financial capability of bidder in prescribed format [Format - 3A] duly signed & stamped by a chartered accountant. Further, a copy of Audited Annual Financial Statements submitted in bid shall be duly certified true copies, duly signed, dated and stamped by an official, authorized for this purpose in Indian Embassy / High Commission in bidders country. However, member countries of Hague Convection 1961, supporting documents pertaining to financial BEC certified by Apostle of bidders country shall also be acceptable.

    In absence of requisite documents, GAIL/ MECON reserve the right to reject the bid without making any reference to the bidder.

    7.0 Void.

    8.0 Bid Security

    Description Bid Security Requirement Part Indian Bidder (In INR) Foreign Bidder (In USD)*

    A 63.99 Lakh 104498 B 49.21 Lakh 80362 C 43.75 Lakh 71445

    11 of 442

  • Note : i) In case bidder quotes for more than one part , then requirement of bid security shall be on cumulative basis ii) *Foreign bidder may also submit bid security in INR values as specified under column no. 2 for respective items.

    9.0 SALIENT FEATURES OF BIDDING DOCUMENT

    9.1 Type of Enquiry E-tendering on Open International Competitive Bidding basis.( E-Tender no. 8000007370)

    9.2 Bid Document No 05/51/23PH(GR)/GAIL/001(i) (E-Tender No. 8000007370 )

    (To be referred in all future correspondence)

    9.3 Bid Document Fees (Non-Refundable)

    Rs. 61,000/- (for Indian Bidders) USD 1000 (for Foreign Bidders) The offer sent without Payment of requisite bid document fee will be ignored straightway. Note i) Foreign bidders can purchase tender

    document by submitting tender fee in USD or equivalent INR (directly or through their authorized Indian representatives)

    ii) In event of a particular tender being cancelled, the tender fee will be refunded to the concerned bidders.

    9.4 Bid Document on Website From 12.12.2014 to 12.01.2015.

    9.5 Site Visit Assembly Point : GAIL Office, Vadodara . Start at 0930 Hrs. (IST) from 16.12.2014 to 17.12.2014.

    9.6 Date and Time of Pre-Bid Meeting & Venue

    At 1400 hrs.(IST) on 18.12.2014 DGM (Projects) GAIL (India) Limited , Vadodara

    9.7

    Date and time for submission of bid at GAILs e-portal https://etender.gail.co.in

    Upto 1400 hrs. (IST) on 12.01.2015

    9.8 Date and time of opening of Un-priced Bids at GAIL, Noida Office.

    At 1500 hrs. (IST) on 12.01.2015

    Note : If the particular day is happened to be a declared holiday in MECON/GAIL, Delhi,

    the next working day shall be considered. The qualification criteria alongwith information has been web hosted. The entire tender document has been web hosted at https://etender.gail.co.in ; http://www.gailtenders.in ; www.meconlimited.co.in and https://eprocure.gov.in websites for the view / participation of the eligible bidders. Bidders meeting the bid evaluation criteria and intend to submit their bid may download the tender for submission by the bid due date and time. Bidders shall give an undertaking on his letter head that the content of the bidding document have not been altered or modified. Bidders desirous to submit their bid have to submit Bids on GAILs E-Tendering website (https://etender.gail.co.in). Bidders shall submit UN-PRICED Bid in Collaboration Folders of e-tendering system and Price Bid in SRM as attachment. We have enclosed Schedule of Rates Formats as an excel attachment in Bid Document. Bidders are requested to

    12 of 442

  • download the same and quote their prices strictly as per the format without altering the content of it. The bid will be submitted in two parts as follows:

    PART-I (UN-PRICED Bid) To be submitted on Collaboration Folders of e-tendering system. Unpriced bid must be

    complete with all technical details along with all other required documents including price schedule WITH PRICE BLANKED OUT,., duly filled in and signed with seal. Documents as mentioned under Clause 13.3 below shall also be submitted in physical form.

    The documents to be submitted in respective sub-folders available in e-tendering portal. PART-II (PRICED Bid) To be submitted as an SRM attachment. Price bid should contain only the prices, without any

    condition whatsoever. Bids complete in all respects should be submitted on or before last date and time of Bid submission. The Bids submitted on line in GAILs E-tendering system will only be considered for evaluation. Physical Bids sent through Fax/E-mail/Courier/Post will not be accepted.

    10.0 PRE-BID MEETING The bidders or their authorized representatives are requested to attend the Pre-Bid Meeting so

    that their queries, if any related to the Bid Document and Scope of Work can be addressed during the meeting. Pre-bid Meeting shall be held at place and time as mentioned above at 9.6.

    A session may also be arranged for bidders to demonstrate the e-Tendering system to facilitate

    bidders to submit the Bid Online. The bidders are requested to send clarifications, if any, by courier or by fax or by e-mail to

    reach MECON at least three days before the pre-bid meeting. The clarifications shall be provided during the pre-bid meeting.

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

    11.0 ZERO DEVIATION BIDS

    This is a ZERO Deviation Bidding Process. Bidder is to ensure compliance of all provisions of the Bidding Document and submit their bid accordingly. Bids with any deviation to the bid conditions shall be liable for rejection.

    12. BID VALIDITY 12.1 Bid should be valid for 4 (Four) months from the date of bid submission. 13. GENERAL 13.1 Payment of bid document fee shall be submitted through Crossed Bank Draft from a first class

    International Bank or an Indian Nationalized Bank/ Scheduled Private Bank in favour of GAIL (India) Limited, payable at Noida and same shall be submitted in physical form along with EMD. The bid of any bidder shall be considered only if the bid is accompanied by the prescribed bid

    13 of 442

  • document fee in the form of demand draft along with EMD. Micro & Small Enterprises (MSEs) are exempted from submission of Bid Document

    Fee(if applicable) as per provisions of PUBLIC PROCUREMENT POLICY for Micro and Small Enterprises.

    13.2 Bidder can download the Bid Document from MECONs website http://www.meconlimited.co.in

    ; GAILs website http://www.gailtenders.in and GAILs e-tendering website (http://etender.gail.co.in) and Govt. website https://eprocure.gov.in/CPPP . However, bidders have to submit their bids only through e-tendering website of GAIL i.e. https://etender.gail.co.in. Only salient details of the bid document shall be on GAILs website http://www.gailtenders.in as the same is information only. For detailed bid document bidder shall refer GAILs e-tender website.

    Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further, bidder

    shall give an undertaking on their letter head that the contents of the bidding document have not been altered or modified.

    13.3 The following documents in addition to up-loading the bid on GAILs e-tender portal shall also

    submitted in Original (in physical) form:

    i) Demand Draft towards Bid Document Fee. ii) EMD/ Bid Bond iii) Power of Attorney iv) Integrity Pact duly filled in Bidders name , name of item and signed by per person holding Power of Attorney and also signed by both the witness.

    However, bidder must upload the scanned copy of all the above documents mentioned in sl no

    (i) to (iv) along with their original bid.

    The bidder has an option to submit the Demand Draft towards tender fee , Bid Security, Power of Attorney & Integrity Pact in physical form within 7 (seven) days reckoned from bid due date provided scanned copies of the above documents have been submitted as per e-bid on or before the bid due date and time. Tender Fee & EMD not received in physical form within 7 days from the date of un-priced bid opening, the bid will be rejected notwithstanding the fact that a copy of Tender Fee & EMD was earlier uploaded in the e-tender portal by bidder.

    13.4 NSIC/PSU/MSE a) The firms registered with NSIC (under its single point registration scheme) will be

    exempted from the bid document fee provided they are registered for the items they intend to quote. The Government Department / PSUs will also be exempted from the payment of bid document fee. However, Industries registered with NSIC shall provide necessary documentary evidence, whereas PSUs shall submit declaration to this effect that they are PSU and are eligible for getting bid documents free of cost. b) Firm registered with NSIC are exempted from furnishing Bid Security, provided the

    firms are registered for the items, they intend to quote and subject to their enclosing with their bid a copy of latest and current registration certificate. Further PSU are also exempted from furnishing Bid Security .

    c) Small Scale Industries registered with the NSIC under its single point registration scheme, shall be exempted from submission of bid security subject to their enclosing with their bid a copy of latest and current registration certificate.

    d) 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 format attached along with documents from appropriate authority.

    14 of 442

  • 13.5 GAIL/MECON will follow purchase preference policies as per prevailing guidelines of Government of India.

    13.6 Bidder submitting their bids should not be under liquidation, court receivership or similar

    proceedings. 13.7 Bids sent through Fax/ E-Mail/ Computer floppy shall not be accepted. 13.8 GAIL/ MECON reserve the right to reject any or all Bids received at its discretion without

    assigning any reason whatsoever. 13.9 MECON / GAIL will not be responsible or liable for cost incurred in preparation & delivery of

    bids, regardless of the conduct or outcome of the bidding process. 13.10 Bid document is non-transferable. Bids received from bidders in whose name Bid Document

    fee has been submitted shall only be considered. Bidder must submit the Bid Document Fee in their name. Bid document fee will be submitted by bidders as per clause 9.3 & 13.1 above.

    13.11 No extension in the bid due date/time shall be considered on account of delay in receipt of any

    document. 13.12 The Owner/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 non-conformity.

    13.14 Bidder shall send duly filled in Acknowledgement Cum Consent letter through return fax or

    latest by within 7 days of date of issue to contact person as mentioned below. This Invitation of Bids (IFB) is an integral and inseparable part of the Bid Document.

    Yours faithfully For & on behalf of

    GAIL (India) Limited

    (Dr. P K Sharma) DGM (Contracts)

    MECON Limited 15th

    SCOPE Minar, North Tower Floor,

    Laxmi Nagar, Distrcit Center, Delhi 110 092 Telephone: +91-11-22401146/22401143

    Fax: +91-11-22041214/22421310 E-mail: [email protected]

    15 of 442

  • ACKNOWLEDGEMENT CUM CONSENT LETTER (On receipt of tender document/ information regarding the tender, bidder shall acknowledge the receipt and confirm his intention to bid or reasons for non-participation against the enquiry/ tender through e-mail/ fax to concerned executive in MECON issued the tender, by filling up the format) To, DGM (Contracts) MECON Limited Fax.: 011-22041214 Email: [email protected] Sub.: Tender No. .. dated for

    ( Name of Item/ Job) Dear Sir, We hereby acknowledge receipt of a complete set of bidding document alongwith enclosures for subject item/ job and / or the information regarding the subject tender. - We intend to bid as requested for the subject item/ job and furnish following details with respect

    to our quoting office:- Postal Address with Pin Code : . . Telephone Number : .

    Fax Number : . Contact Person : . E-mail Address : . Mobile No. : . Date : . Seal / Stamp : . - We are unable to bid for the reasons given below:- Reasons for non submission of bid Agency Name : . Signature : . Name : . Designation : . Date : . Seal / Stamp : .

    Note : Bidder shall send duly filled in Acknowledgement Cum Consent letter through return fax or latest by within 7 days of date of issue to DGM ( Contracts), MECON, Delhi.

    16 of 442

  • CUT OUT SLIP

    DO NOT OPEN - THIS IS A QUOTATION

    (Original Bid Security, Tender fee, Power of Attorney & Integrity Pact)

    Owner : GAIL (INDIA) LIMITED

    Project : PIPELINE REPLACMENT PROJECT IN GUJARAT REGION Bid Document No. : 05/51/23PH (GR)/GAIL/001(i) (E-Tender No. 8000007370)

    Item : LAYING & CONSTRUCTION OF PIPELINE ALONG WITH

    ASSOCIATED WORKS UNDER PHASE-I

    Due Date& Time : Upto 1400 Hrs. (IST) on 12.01.2015 From : To :

    The Deputy General Manager (Contracts)

    MECON LIMITED 15TH FLOOR, NORTH TOWER, SCOPE MINAR, LAXMI NAGAR DISTRICT CENTRE DELHI 110092 Ph No.: 91-11-22401146/22401143 Fax No.: 91-11-22041214/22401203 Email: [email protected]

    (To be pasted on the physical envelope containing Original Bid Security, Tender fee, Power of Attorney & Integrity Pact) (Part III)

    17 of 442

  • SECTION II

    1. INSTRUCTION TO BIDDERS (ITB)

    2. ADDENDUM TO INSTRUCTIONS TO BIDDERS

    3. READY RECKONER FOR E-TENDERING

    18 of 442

  • SECTION II

    1.0 INSTRUCTIONS TO BIDDERS (ITB)

    19 of 442

  • SECTION II INDEX

    1. SCOPE OF BID: 2. ELIGIBLE BIDDERS: 3. ONE BID PER BIDDER 4. COST OF BIDDING 5. SITE VISIT 6. CONTENT OF BIDDING DOCUMENT 7. CLARIFICATION ON BID DOCUMENTS 8. AMENDMENT OF BID DOCUMENTS 9. LANGUAGE OF BID 10. BIDS FROM CONSORTIUM 11. DOCUMENTS COMPRISING THE BID 12. BID PRICES 13. BID CURRENCY: 14. PERIOD OF VALIDITY OF BIDS 15. BID SECURITY 16. PRE-BID MEETING 17. FORMAT AND SIGNING OF BID 18. ZERO DEVIATION: 19. E-PAYMENTS 20. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAINERS/ASSOCIATES 21. SEALING AND MARKING OF BIDS 22. DEADLINE FOR SUBMISSION OF BID 23. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE 24. MODIFICATION AND WITHDRAWAL OF BIDS 25. BID OPENING 26. PROCESS TO BE CONFIDENTIAL 27. CONTACTING THE OWNER/CONSULTANT 28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 29. PRICE BID OPENING 30. ARITHMETIC CORRECTIONS 31. CONVERSION TO SINGLE CURRENCY 32. EVALUATION AND COMPARISON OF BIDS 33. AWARD OF WORK. 34. OWNER/CONSULTANTS RIGHT TO ACCEPT ANY BID AND TO REJECT ANY BID 35. NOTIFICATION OF AWARD 36. CONTRACT AGREEMENT 37. PERFORMANCE GUARANTEE 38. CORRUPT AND FRAUDULENT PRACTICES 39. WAIVER OR TRANSFER OF THE AGREEMENT 40. ORDER OF PRESIDENCE 41. UNSOLICITED POST TENDER MODIFICATIONS 42. CENVAT CREDIT 43. EXPORT CREDIT AGEMCY FINANCING 44. INTEGRITY PACT 45 PRICE REDUCTION SCHEDULE 46 READY RECKONERS FOR E-TENDERING 47. SUBMISSION OF FALSE / FORGED DOCUMENTS 48. EMPLOYMENT VISA FOR FOREIGN NATIONALS 49 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES 50. DEFAULT IN PAYMENT OF SERVICE TAX BY CONTRACTOR 51. REASON FOR REJECTIONS OF BIDS 52. CORPORATE / NON- CORPORATE ENTITY

    20 of 442

  • INSTRUCTIONS TO BIDDERS (ITB)

    A. GENERAL 1.0 SCOPE OF BID: 1.1. The Purchaser/Owner/GAIL/ Owners representative as defined in the General

    Conditions of Contract-Works, hereinafter the Owner wishes to receive bids as described in the Bidding Documents.

    1.2. SCOPE OF WORK: 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: 2.1 Bidder shall, as part of their bid, submit a written Power of Attorney authorizing the

    signatory of the Bid to commit the bidder.

    Digital signature

    (i) In case of Proprietorship/Partnership- Both Class III Digital Signatures issued to authorized individuals on their KYC basis and Class IIIB Digital Signatures issued to authorized individuals with their organization KYC basis are acceptable.

    (ii) In case of Firm/ Company- Only Class IIIB Digital Signature is acceptable where individuals are using their digital signatures on behalf of the Organization and digital Signature should be in the name of authorized signatory who has signed the bid on behalf of bidder.

    2.2 Pursuant to qualification criteria specified in Invitation for Bids (IFB) the bidder shall

    furnish all necessary supporting documentary evidence to establish the bidders claim of meeting qualification criteria.

    2.3 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. 2.4 The invitation of bid is open to any bidder. 2.5 A bidder shall not be affiliated with a firm or entity

    (i) that has provided consulting services related-to the Works to the Owner during the preparatory stages of the Works or of the Project of which the Works form a part, or

    (ii) that has been hired (or is proposed to be hired) by the Owner as Engineer/

    Consultant for the contract.

    21 of 442

  • 2.6 The bidder shall not be under a declaration of ineligibility by Owner/Consultant for corrupt or fraudulent practices as defined in ITB clause no. 38.

    2.7 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 submitted by such bidders shall not be considered for opening / evaluation / award.

    2.8 While evaluating the bids, pursuant to Bid Evaluation Criteria (BEC) as specified in the

    Notice of Invitation for Bids (IFB), bidders past performance shall also be assessed for ascertaining the responsiveness of the bid. In such a case, the decision of the Owner / Consultant shall be final and binding on the bidder.

    2.9 A job executed by a bidder for its own plant/ projects cannot be considered as experience

    for the purpose of meeting requirement of BEC of the tender. However, jobs executed for Subsidiary / Fellow subsidiary/ Holding company will be considered as experience for the purpose of meeting BEC subject to submission of tax paid invoice(s) duly certified by statutory auditor of the bidder towards 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 in the same bidding process. 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 bids are not acceptable. 4. COST OF BIDDING 4.1. The bidder shall bear all costs associated with the preparation and submission of the bid,

    and Owner/Consultant, 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 of works/ Pipeline route and its

    surroundings and obtain for himself on his own responsibility all information that may be necessary for preparing the bid and entering into the Contract. The cost of visiting the site shall be at Bidder's own expenses. Claims and objections due to ignorance of existing conditions will not be considered after submission of the bid and during implementation.

    5.2. The bidder and any of his personnel or agents will be granted permission by the

    Owner/Consultant to enter upon his premises and lands for the purpose of such inspection, but only upon the explicit condition that the Bidder, his personnel or agents will release and indemnify the Owner/Consultant and his personnel and agents from and against all liability in respect thereof and will be responsible for personnel injury (whether fatal or otherwise), loss of or damage to property and any other loss, damage, cost and expenses incurred as a result hereof. Owner/Consultant shall provide necessary assistance, if required, to the bidder(s) for the purpose of site visit.

    B. BIDDING DOCUMENTS

    22 of 442

  • 6. CONTENT OF BIDDING DOCUMENT 6.1 The bid documents hosted on GAIL and MECON 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 III : Commercial

    1. Section -I : 1.0 NIT & INVITATION FOR BID (IFB)

    2.0 ACKNOWLEDGEMENT CUM CONSENT LETTER

    2. Section - II : 1.0 INSTRUCTIONS TO BIDDER (ITB)

    2.0 ADDENDUM TO ITB FOR E-PROCUREMENT

    3.0 READY RECKONER FOR E-PROCUREMENT

    3.0 Attachment I : Forms & Formats

    4.0 Attachment II : Contract Agreement

    5.0 Attachment III : Indemnity Bond

    6.0 Attachment IV : Performance Evaluation

    7.0 Attachment V : Enterprises Information with respect to the

    Micro, Small and Medium Enterprises Development Act, 2006

    8.0 Section - III : GENERAL CONDITIONS OF CONTRACT (GCC)

    9.0 Section IV : 1.0 SPECIAL CONDITIONS OF CONTRACT (SCC)

    2.0 APPENDIX TO SCC

    3.0 ANNEXURE TO SCC

    10. Section V : PARTICULAR JOB SPECIFICATION

    11. Section VI : Schedule of Rates Volume II to III of III : Technical (Documents, Specification, Drawings etc.)

    6.2. The bidder is expected to examine IFB, e-bidding guidelines on GAIL website, all

    instructions, form/formats, terms, specifications and drawings etc., enclosed in the bid documents. The invitation for bid (IFB) 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 Bid Documents or submission of a bid not substantially responsive to the Bidding Documents in every respect will be at bidders risk and may result in the rejection of the Bid.

    7. CLARIFICATION ON BID DOCUMENTS 7.1. A prospective bidder requiring any information or clarification of the Bidding Documents,

    may notify the Employer/Consultant in writing by e-mail/fax at Consultants mailing

    23 of 442

  • address indicated in the Bid Document. MECON will respond in writing to any request for clarification of the bidding documents, which it receives at least 03 (three) days before scheduled date of pre-bid meeting. Written copies of GAIL/MECON response (including an explanation of the query but without identifying the source of the query) will be hosted on the GAIL websites http://www.gailtenders.in, http://etender.gail.co.in ,MECON website www.meconlimited.co.in and Govt. website https://eprocure.gov.in/CPPP before bid due date.

    8. AMENDMENT OF BID DOCUMENTS 8.1. At any time prior to the deadline for submission of bids, the Owner/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/corrigendum/clarifications thus issued shall be part of the Bidding

    Documents pursuant to ITB clause 6.1 and shall be hosted on the websites as mentioned in clause 7.1 above before the bid due date. All the prospective bidders who have attended the pre bid meeting/submitted Bid document fee till date shall be informed by e-mail/Fax about the addendum/corrigendum/clarifications to bidders query for their reference. Bidders desirous to submit its bid have to take into consideration of all the addendum(s) / corrigendum (s) / clarifications issued/ web hosted, before submitting the bid..

    8.3. The Owner/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.

    C. PREPARATION OF BIDS 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 Owner/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.

    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 along with the bid.

    10. VOID 11. DOCUMENTS COMPRISING THE BID 11.1. The e-bid prepared by the bidder shall comprise the following: - 11.2. Part I : E-Envelope- Techno-Commercial Un-Price Bid (PART-I) 11.2.1 Techno-commercial/Un-priced bid and shall contain the following:-

    i. Covering letter. ii. Bidders General Details/information as per Format F-1 along with Annexure-I to F-1

    24 of 442

  • iii. Power of Attorney 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.

    iv. Bid Form as per Format F-2. v. Documents as required in F-3, Certificate from Chartered Accountant for Financial

    Capability of Bidder (F-3A), Letter from Bank for Working Capital (F-3B). vi. Copy of SOR ( Schedule of Rates) with prices blanked out mentioning Quoted / Not

    Quoted against each item. vii. Bid security/EMD in accordance with Clause 15 of ITB as per Format F-4. viii. Letter of authority in favour of any one or two of Bidders executives having authority to

    attend the un-priced and priced bid opening as per Format F-5 ix. Confirmation of no deviation as per Format F-6 x. Certificate as per Format F-7 for confirming the Government of India is not part of

    Agreement. xi. Details of similar work done during past seven years as per Format F-8 and Details of

    Specific Experience as per Format F-8A xii. Duly signed and stamped Format F-9A & Format F-9B pertaining to Performa for bank

    Guarantee for Contract Performance Guarantee & mobilization Advance. xiii.. PF registration Details as per Format F-10 xiv. Checklist as per Format F-11 xv. Integrity Pact as per Format F-12 xvi. Details of Construction Equipment required. (List provided in Annexure of SCC) as per

    Format F-13 xvii. Details of proposed organization along with CVs of key personnel for home and site

    offices as per Format F-14 ( in line with manpower listed in Annexure of SCC) xviii. Detailed execution philosophy of work as per Format F-15 xix. Certificate of the bidder that no agent is involved for the bidder as per Format F-16 xx. Details of Indian Agents as per Format F-17 if Agent / Consultant / Retainer / Associate is

    involved. xxi. Declaration about bidders income tax liability in India as per Format F-18 (Applicable for

    Foreign Bidder) xxii. Declaration as per Format F-19 xxiii. Undertaking as per Format F-20 xxiv. Undertaking for Corporate / Non-Corporate Entity as per format F-21 xxv. Format for Completion Certificate F-22 -duly signed & stamped as a token of acceptance

    of format xxvi. Format for Certificate by Chartered Accountant for Owned Equipment F-23

    25 of 442

  • xxvii. Format for Certificate by Chartered Engineer for Owned Equipment F-24 xxviii. Format Commercial Bid Analysis as per F-25 duly filled in xxix. Check List for Running Bill as per Format F-26- duly signed & stamped as a token of

    acceptance of format xxx. PF , Service Tax & ESI Registration certificate. xxxi. Scanned copy of the Demand Draft / Bankers cheque as an evidence for cost of bidding

    document. xxxii. Documents establishing the Qualification pursuant to clause of IFB. xxxiii. Any other information / details required as per Bidding Document. xxxiv. QA / QC Manuals xxxv. Health Safety and Environment (HSE) Policy & manuals. xxxvi. List of Consultants / sub contractors, is any, and Memorandum of Understanding ( MOU)

    defining their involvement and responsibility in this work. xxxvii. Copies of documents defining constitution or legal status, place of registration and

    principal place of business of the company. Note : All pages of the bid to be e-signed by authorized person of the Bidder.

    11.3 E-Envelope Part II: Price Bid 11.3.1 Bidder shall download the Schedule of Rates which is uploaded on website as an excel

    attachment. Bidder shall submit Schedule of Rates duly filled in and e-signed strictly as per format without altering the content of it. The duly filled Schedule of Rates shall be uploaded by bidder on web site as per e-tendering procedure..

    11.4. Envelope Part III: Documents to be submitted in originals 11.4.1 Part-III shall contain original Bid Security / EMD, tender fee, Power of Attorney & Integrity

    pact in sealed envelopes and shall be submitted to DGM (Contracts), MECON Limited, 15th

    Floor, Scope Minar, District centre , Laxmi Nagar, Delhi 110092 in physical form by bid due date & time as defined in bid document..

    11.4.2 The bidder has an option to submit all above document in physical form within 7 (seven) days reckoned from the bid due date provided scanned copies of the above documents have been submitted as part of e-bid on or bid due date and time. In case, EMD/Bid security & tender fee ( if applicable) are not received in physical form within 7 days from the date of unpriced bid opening, the bid will be rejected irrespective of their status/ranking in tender and not withstanding the fact that a copy of EMD & tender fee were earlier uploaded by the bidder.

    12. BID PRICES 12.1. The bidder shall e-quote bid prices on the appropriate format for Schedule of Rates

    enclosed as part of bidding document. 12.2. The bidder shall e-quote the prices for items in the Schedule of Rates after careful

    analysis of cost involved for the performance of complete work considering all parts of the bidding documents. In case, any activity though specifically not covered but is required to complete the work 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.

    12.3. Unless stated otherwise in the bidding documents, the Contract shall be for the total

    works as described in Bidding Document for the specified Sections (as specified in the IFB) for which bidder intends to quote based on the prices in Schedule of Rates submitted by the bidder and accepted by the Owner/Consultant. Bid for part scope of

    26 of 442

  • work of quoted sections shall be rejected. 12.4. Prices must be filled in format for `Schedule of Rates' enclosed as part of bidding

    document. If quoted in separate typed sheets and any variation in item description, unit or quantity is noticed, the bid is liable to be rejected.

    12.5. All duties and taxes including Excise duty, Sales Tax, VAT, Entry tax, Custom duty, CVD,

    additional CVD, Works Contract tax, Turnover Tax and other levies or any other statutory payment payable by the Contractor under the Contract, or for any other cause, shall be included in the Schedule of Rates.

    12.6.

    SERVICE TAX

    The bidder shall indicate the amount of Service Tax @ 12.36% on 40% of Net Total amount in Price Schedule. Service Tax @ 12.36% on 40% of value of free issue material shall be applicable as per Service Tax notification no. 24/2012 dated 06.06.2012 and shall be reimbursed based on submission of documentary evidence. The value of free issue material is given in clause no. 68.0 of Special Condition of Contract. The service on value of free issue material shall be reimbursed based on submission of documentary evidence.

    Bidder shall deposit service tax to the authorities & shall raise Cenvatable bills so that

    GAIL can claim the Cenvat benefit as per rule Service Tax shall be reimbursed to Contractor at actual against submission of cenvatable

    invoice issued in accordance with service tax rule to enable Owner to claim cenvat credit of service tax paid. In case of any variation in the executed quantities, the amount on which service tax is applicable shall be modified in same proportion.

    12.7. Prices quoted by the bidder, shall remain firm and fixed and valid until completion of the

    Contract. The quoted price is inclusive of all taxes , duties , levies etc except service tax. The statutory variation only in service tax shall be as per clause no. 15.2 of SCC.

    12.8. Bidder may note that Owner/Consultant will not issue any concessional form for Central

    Sales Tax (CST) / Local Sales Tax (LST). 12.9. The Bidder shall quote the prices both in figures as well as in words. There should not be

    any discrepancies between the price indicated in figures and the price indicated in words. 12.10. Alternative bids shall not be considered. 12.11. Discount, if any, must indicate in the column provided in Schedule of Rates only.

    Conditional discount, if offered, shall not be considered for evaluation. 12.12 If any new taxes and/ or duties come into force from Central/State Government Authority

    after bid due date and extension , thereof but within contractual completion period, the same will be reimbursed to bidder against documentary evidence , after ascertaining its applicability. However, in case of delay in completion, if any, new taxes and/ or duties come into force from Central/State Government Authority after contractual completion period; the same shall be to sellers account.

    12.13 Bidders are advised to ensure timely submission of correct invoice(S) with all required

    supporting document(s) within a period specified in Contract / LOA to enable GAIL to avail CENVAT Credit.

    27 of 442

  • If CENVAT credit with respect to excise duty or service tax is not available to GAIL for any reasons which is not attributable to GAIL, then GAIL shall not be obligated or liable to pay or reimburse excise duty or service tax charges in the invoice(S) and shall be entitled to / deduct /setoff/recover the such service tax or excise duty (if applicable) together with all penalties and interest if any, against any amounts paid or payable by GAIL to bidder.

    In case of supplied / input materials the excise invoice shall be in the name of GAIL

    (India) Ltd., and shall also bear GAILs CST no. enabling GAIL to avail cenvat credit against Excise Duty.

    Where GAIL has the obligation to discharge service tax liability under reverse charge

    mechanism and GAIL has paid or is/liable to pay service tax to the Government on which interest or penalties becomes payable as per Point of Taxation Rules, 2011 for any reasons which is not attributable to GAIL or CENVAT credit with respect to such payments is not available to GAIL for any reasons which is not attributable to GAIL, then GAIL shall be entitled to deduct/setoff/recover such amounts against any amount paid or payable by GAIL to bidder.

    12.14 The quoted rates shall be inclusive of all taxes and duties applicable during

    the contract period except for Service Tax & Cess thereon and contractor shall not be eligible for any compensation on this account till the completion of the contract. Service tax & Cess thereon shall be paid extra as applicable as per amended provisions of Service Tax Act and Rules w.e.f. 01st July, 2012. The rate of Service Tax as applicable for this contract is given in the SOR as well as RFQ. The rate should not be changed by the contractor

    . However, for service tax, the bidder has to follow the percentage (%) of service tax as specified in the SOR.

    If the Bidder is falling under the exempted category, the bidder is requested to confirm the same by way of letter duly signed and notarized as per Format 18.

    13. BID CURRENCY: 13.1. Indian bidders may submit bid in Indian Rupees and receive payment in Indian Rupees. 13.2. Foreign bidders may submit bid in the home currency of bidders country or US$/EURO/ INR

    13.3. 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 13.1 & 13.3) 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.

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

    14. PERIOD OF VALIDITY OF BIDS 14.1. The bid shall remain valid for acceptance for four (4) months from the bid due date. A bid

    valid for a shorter period shall be rejected being non-responsive. 14.2. In exceptional circumstances, prior to expiry of the original bid validity period, the Owner/

    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 without forfeiture of its bid security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will

    28 of 442

  • be required to extend the validity of its bid security for the period of the extension and in accordance with ITB clause 15 in all respects.

    15. BID SECURITY 15.1. The bidder shall furnish, as part of its Bid, a Bid Security in the amount specified in the

    IFB. 15.2. The bid security is required to protect the Owner against the risk of bidders conduct

    which would warrant the bid securitys forfeiture, pursuant to ITB clause 15.9. 15.3 Deleted 15.4 The bid security in US Dollars/ Indian Rupees for foreign bidders and Indian Rupees for

    Indian bidders shall be in the form of Demand Draft/ Bankers Cheque in favour of GAIL (India) Ltd., payable at Noida or in the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format enclosed at F-4 (issued by Indian Nationalised /

    Scheduled bank or a branch of an International Bank situated in India and registered with Reserve Bank of India as Schedule Foreign Bank in case of Indian Bidders and from any reputed international bank or Indian Schedule Bank in case of Foreign Bidders).

    GAIL shall not be liable to pay any bank charges, commission or interest on the amount of bid security.

    However, in case of Bank Guarantee from banks other than the Nationalized Indian bank, the bank must be a commercial bank having net worth in excess of Rs. 100 Crores and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on its letter head.

    15.5 The bid security shall be valid for two (02) months beyond the validity of the bid as

    specified in Clause 14 of ITB i.e. 6 (Six) months beyond deadline for bid submission.. 15.6. Any bid not secured in accordance with ITB clause 15.1 and 15.4 shall be rejected by

    GAIL as non-responsive. 15.7. Unsuccessful bidders bid security will be discharged / returned, as promptly as possible

    but not later than 30 days after the expiration of period of bid validity prescribed by OWNER pursuant to ITB clause 14.

    15.8. The successful bidders bid security will be discharged upon the bidders accepting the

    order, pursuant to ITB clause 35 and furnishing the Contract Performance Guarantee pursuant to ITB clause 37.

    15.9. The bid security may be forfeited:

    a) If a bidder withdraws its bid during the period of Bid validity.

    b) In case of a successful bidder, if the bidder fails:

    i) to accept the award in accordance with clause 35 of ITB or ii) to accept the arithmetic corrections pursuant to clause 30 of ITB and/or

    iii) in case of a successful Bidder, if the Bidder fails, within the specified period

    a) to sign the Contract and b) to furnish the performance guarantee in accordance with Clause 37 of

    29 of 442

  • ITB. 15.10. Bid security should be in favour of GAIL (India) Limited, New Delhi. Bid security must

    indicate the bid document and the work for which the bidder is quoting. This is essential to have proper co-relation at a later date. The bid security shall be in the form of irrevocable Bank guarantee shall be in the Format F-4, provided in the bidding document.

    15.11. a) Firms registered with NSIC are exempted from furnishing Bid Security, provided

    they are registered for the items, they intend to quote and subject to their enclosing with their bid a copy of latest and current registration certificate. Further PSU are also exempted from submitting bid security.

    b) Small Scale Industries registered with NSIC under its Single Point Registration Scheme, shall be exempted from submission of bid security subject to their enclosing with their bid a copy of latest and current registration certificate.

    15.12 Micro & Small Enterprises (MSEs) are exempted from submission of Bid Security as per provisions of clause no. 53 of ITB - PUBLIC PROCUREMENT POLICY for MSEs 16. PRE-BID MEETING 16.1. The bidder (s) or his designated representative, who have downloaded the bid document

    and have confirmed their intention to bid are invited to attend a pre-bid meeting which will take place as per venue given in IFB..

    16.2. The purpose of meeting will be to clarify issues related to tender on any matter that may

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

    16.3. The bidder is requested, requiring any clarification of the Bidding Document may notify

    GAIL / MECON in writing or by fax / e-mail / post at MECON mailing address indicated in the Invitation for Bids. 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.

    16.3.1 MECON will respond in writing to any request for clarification of the Bidding Document,

    which it receives at least 03 (three) working days before the Pre-Bid Meeting date. Written copies of GAIL/MECON response ( including an explanation of the query but without identifying the source of the query) will be hosted on the websites as mentioned in clause 7.1 above before the bid due date.

    16.3.2 Any addendum/corrigendum/ clarification to the bidders query thus issued shall be part of

    the bidding documents pursuant to ITB clause 6.1 and shall also be hosted on the website as defined in clause no. 7.1, above and will be informed to bidders as per clause 8.2 above.

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

    bidder. 17. FORMAT AND SIGNING OF BID 17.1. The bidder shall submit e-bid as per Addendum I to ITB on GAILs e-tender website:

    (https://etender.gail.co.in). as per guidelines given therein.

    30 of 442

  • 17.2. 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.

    17.3. The bid shall contain no alterations, omissions or additions, unless such corrections are

    initialled by the person or persons signing the bid. 18. ZERO DEVIATION: 18.1 Bidder to note that this is a ZERO deviation bidding document. Owner/Consultant will

    appreciate submission of offer based on the terms and conditions in the enclosed General Condition of Contract (GCC-Works), Special Condition of Contract (SCC), Instruction to Bidders (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. Bids with any deviation to the bid conditions shall be liable for rejection.

    18.2 Not withstanding to the above, bids with the following deviation(s) to the bid conditions

    shall be summarily rejected without any post bid reference to the bidder: 18.2.1 Firm prices 18.2.2 Earnest money deposit (EMD) / Bid bond 18.2.3 Scope of supply/ work 18.2.4 Specifications 18.2.5 Price schedule 18.2.6 Delivery / Completion Schedule. 18.2.7 Period of validity of bid 18.2.8 Price Reduction Schedule (PRS). 18.2.9 Performance Bank Guarantee (PBG) / Security Deposit. 18.2.10 Guarantee of Material / Works 18.2.11 Arbitration / Resolution of dispute 18.2.12 Force Majeure. 18.2.13 Applicable laws 18.2.14 EPF registration in case of Domestic Bidder. 18.2.15 Any other condition specifically mentioned in the tender documents elsewhere that non-

    compliance of the clause lead to rejection of the bid. 18.2.16 Integrity Pact 19. E-PAYMENTS 19.1. GAIL (India) Limited has initiated payments to suppliers and Contractors electronically

    and to facilitate the payments electronically, the bidder should submit his account details in enclosed format to facilitate payments through e-banking / RTGS / NEFT mode.

    20. AGENTS/CONSULTANTS/REPRESENTATIVES/RETAI NERS/ASSOCIATES 20.1 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.

    31 of 442

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

    The following particulars will also be furnished by the bidder:

    a) Name, address and precise relationship between the foreign manufacturer/principal and their Agent/Consultant/ Representative/Retainer/Associate in India.

    b) The mutual interest which the manufacturer/principal and the Agent/ Consultant/

    Representative/ Retainer/Associate in India have in the business of each other.

    c) 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 commission/fee.

    d) Permanent Income Tax number of Agent/ Consultant/ Representative/ Retainer/ Associate in India.

    e) Permanent income tax account number of foreign supplier.

    f) All services to be rendered by the Agent/ Consultant/ Representative / Retainer/Associate. g) Payments to Indian Agent shall only be remitted after getting proof of registration with RBI, New Delhi.

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

    20.3 Overseas bidder should send 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 bid documents, attending of bid opening and claiming of payment for their services, provided further that such a power of attorney/letter of authority is submitted to GAIL in advanced for scrutiny and acceptance or otherwise.

    SUBMISSION OF BIDS 21. SEALING AND MARKING OF BIDS

    32 of 442

  • 21.1 E-Bid shall be submitted in the following manner in separate e-envelopes duly super

    scribed as below: Part-I Techno-commercial / un-priced bid Part-II -Priced Bid Part-III Documents to be submitted in originals.

    21.2. E-bids for Part I and part II must be received online by GAIL through their e-tendering

    website by due date. 21.3. Part III, Envelopes containing the original documents required to be submitted by the

    bidder in hard must be received by MECON Ltd., as per due date and time specified in bid document..

    21.4. Envelopes containing original / physical form of bid ( Part III) shall have bid document

    number and shall be addressed to :

    DGM ( Contracts ) MECON Limited 15thDistrict Centre , Laxmi nagar

    Floor, Scope Minor,

    Delhi - 110092 Attn.: Dr. P K Sharma

    Each envelope shall indicate name and address of the bidder to enable the bid to be

    returned unopened, if required. The bidder has an option to submit hard copies of documents as per clause no. 11.4.2

    above. Tender Fee & EMD not received in physical form within 7 days from the date of

    unpriced bid opening, the bid will be rejected not withstanding the fact that a copy of Tender Fee & EMD was earlier uploaded in the e-tender portal by bidder.

    21.5. If the envelope is not sealed and marked as above, the Owner / Consultant will assume

    no responsibility for the misplacement or premature opening of the bid. 22. DEADLINE FOR SUBMISSION OF BID 22.1. The Bid must be submitted online by the bidder in GAILs e-tender portal no later than the

    time and date as specified in IFB. The Physical documents as specified against. S. No.13.3 of IFB and S. No. 11.4.2 of ITB must be received by the MECON at the address as specified in clause 21.4, not later than the time and period as given in clause of 9.7 of IFB

    22.2. The Owner/Consultant may, in exceptional circumstances and at its discretion, on giving

    reasonable notice by e-mail/fax or any written communication to all prospective bidders who have downloaded the bid document extend the deadline for the submission of bids in which case all rights and obligations of the Owner/Consultant and bidders, previously subject to the original deadline will thereafter be subject to deadline as extended.

    23. LATE BIDS / UNSOLICITED BIDS / BID SUBMISSION AT OTHER PLACE

    33 of 442

  • 23.1. E-system of GAIL shall close immediately after the deadline for submission of bid

    prescribed by the Consultant pursuant to clause 22 of ITB. 23.2. Unsolicited bids or bids being submitted in physical form/to address other than one

    specifically stipulated in the bid document will not be considered for opening / evaluation / award and will be returned to such bidders.

    24. MODIFICATION AND WITHDRAWAL OF BIDS 24.1. The bidder may modify, re-submit or withdraw its e-bid after the bid submission, but,

    before the due date of submission as per provision of e-tendering system of GAIL. 24.2. No bid shall be modified by the bidder, on his own, after the deadline for submission of

    bid. Modification of a bid in such a manner shall result in the forfeiture of bidders bid security, pursuant to clause 15.9 of ITB.

    24.3. 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 shall result in the bidders forfeiture of its bid security, pursuant to clause 15.9 of ITB.

    BID OPENING AND EVALUATION

    25. BID OPENING 25.1. Un-Priced Techno Commercial bid opening: 25.2. The Owner/Consultant will open the un-priced techno commercial bids in the presence

    of bidders designated representatives at date & time as stipulated in IFB. The bidders representatives who are present shall sign bid-opening statement evidencing their attendance.

    25.3. Bidders names, the presence (or absence) and amount of bid security, and any other

    such details as the consultant may consider appropriate will be announced by the Consultant.

    26. PROCESS TO BE CONFIDENTIAL 26.1. 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 Owner/Consultant in any manner in respect of bid evaluation or award will result in the rejection of that bid.

    27. CONTACTING THE OWNER/CONSULTANT 27.1. From the time of the bid opening to the time of the Contract award, if any bidder wishes

    to contact the Owner for any matter relating to the bid it should do so in writing. 27.2. Any effort by a bidder to influence the Owner/Consultant in any manner in respect of bid

    evaluation or award will result in the rejection of that bid. 28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 28.1. Techno-Commercial Bid Evaluation.

    34 of 442

  • 28.1.1. The Owner/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.

    28.1.2. Prior to the detailed evaluation, the Owner/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.

    28.1.3 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 and returned un-opened to such bidder(s).

    28.1.4. The Owner/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 Owner/Consultant, and may not subsequently be made responsive by the bidder by correction of the nonconformity.

    28.1.5. The Owner/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 Owner/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 bid document, consistency and detail will be rejected as non-responsive.

    (b) Any other relevant factor, if any that the Owner/Consultant deems necessary or prudent

    to be taken into consideration. 28.1.6. Requisite forms contains all necessary information including those required for meeting

    qualifying criteria stipulated in IFB, etc. 29. PRICE BID OPENING 29.1. The Owner/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 24 hours.

    29.2. The Owner/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.

    29.3. The bidders name, prices, and such other details as the Owner/Consultant, at its

    discretion, may consider appropriate will be announced and recorded at the time of bid opening.

    30. ARITHMETIC CORRECTIONS

    35 of 442

  • 30.1. The bids will be checked for any arithmetic errors as follows. 30.2. When there is a difference between the rates in figures and words, the rate which

    corresponds to the amount worked out by the contractor (by multiplying the quantity and rate) shall be taken as correct.and

    30.3. When the rate quoted by the contractor in figures and words tallies but the amount is

    incorrect, the rate quoted by the contractor shall be taken as correct and not the amount and the amount corrected.

    30.4 When it is not possible to ascertain the correct rate, in the manner prescribed above, the

    rate as quoted in words shall be adopted and the amount worked out, for comparison purposes.

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

    security will be forfeited. 31. CONVERSION TO SINGLE CURRENCY 31.1 To facilitate evaluation and comparison, the Employer / Consultant will covert all bid

    prices expressed in the amounts in various currencies in which the bid price is payable to single currency and that will be Indian Rupees only at the Bills selling exchange rate published by the State Bank of India on one day prior to the price bid opening date.

    32. EVALUATION AND COMPARISON OF BIDS 32.1 The Schedule of Rates quoted for Part A, Part B and Part C shall be taken up for evaluation individually. Maximum of two (2) parts can be awarded to single bidder based on its meeting the eligibility criteria on least cost basis to M/s GAIL. 32.2 To arrive at the evaluated price, loading on total quoted price shall be done taking into

    account Extended Stay Compensation charges for 1/5 of the time schedule or 1 (one) month whichever is less for the purpose of evaluation and by subtracting CENVAT Credit amount against Service Tax & Excise Duty on contractor supplied material.

    CENVAT credit amount against Service Tax to be made available to Owner shall be

    considered as equal to the Service Tax amount as quoted by the bidder and upon arithmetic correction, if any in the summary sheet (s).

    CENVAT credit amount against Excise Duty to be made available to Owner shall be considered as quoted by the bidder in the Statement of Taxes & Duties format (enclosed with SOR).

    32.3 Techno-commercial evaluation shall be completed, identifying parts for which the bidders are acceptable. The priced bids for such acceptable bidders shall be opened and prices for the TechnoCommercially acceptable parts shall be considered for evaluation by GAIL and MECON. Bidder will not be allowed to attend the price bid opening. Based on these opened Prices, the part wise Total Evaluated Price (including arithmetic Correction, if any and Extended stay compensation) of all the bidders for acceptable parts shall be worked out and Reverse Auction shall be conducted as under:

    36 of 442

  • 32.3.1 Reverse Auction shall be conducted items part wise. Reverse Auction for one part will be conducted at a time and after conclusion of RA for that part, RA for another part will be conducted and so on. 32.3.2 The Total Evaluated Price (including arithmetic Correction, if any and Extended stay

    compensation by subtracting CENVAT Credit amount against Service Tax & Excise Duty) of various bidders shall be the Bid Opening Price of the respective bidders.

    32.3.3 During the Reverse Auction, the bidder shall have to bid his evaluated price based

    on the bid opening price as well as the decrement amount. 32.3.4 The evaluated prices of the short listed bidders based on their price bids submitted

    initially in SRM shall be the Ceiling price or the maximum permitted starting bid in reverse auction for respective bidders.

    32.3.5 Bid decrement amount for the Reverse Auction shall be minimum 0.1% of the last bid of

    the respective bidder. Bidders are allowed to submit/accept first price without decrement amount but afterwards participation in reverse auction is allowed only with minimum decrement amount.

    32.3.6 In case any bidder confirms to participate in Online Reverse Auction process in his bid

    (which is mandatory) and does not participate in Online Reverse Auction when it is held actually, such bid will be rejected and the bid bond/EMD of such bidder shall be invoked.

    In case, such bidder happens to be evaluated L1 bidder based on the loading, in such situation, the tender shall be re-invited. Participation in the Online Reverse Auction by the bidder means that necessarily the bidder has to enter the prices in the system at least once but the prices entered shall be the evaluated price by the bidder in SRM or lower than those prices.

    32.3.7 The acceptable bidders shall be informed about their respective loading factors before

    start of the Reverse Auction process. Loading Factor shall also include the conversion of Foreign Exchange based on B.C. Selling Foreign Exchange rate of State Bank of India prevailing one day prior to the date of Price Bid opening. The due date and time of price bid opening and start of Reverse Auction will be informed well in advance to Bidders, through the system and by Email.

    32.3.8 In order to ensure that adequate communication network is available for the bidders, a

    dedicated Fax No. as well as two hotline nos. will be made available at the time of reverse auction and shall also be informed to the Bidders.

    32.3.9 Bidders at their own interest should ensure uninterrupted internet connectivity at their end

    during the reverse auction with necessary backups to take care of any connectivity problem. However, in case of failure in connectivity of any of the Bidders, the reverse auction time shall be extended once against request of each bidder if the request is received within the auction time. Such extensions shall each be of 10 minutes and no more than one request for such extension from each bidder shall be entertained in auction. The extension of auction time shall be communicated to all the bidders through system broadcast message and also intimated telephonically to the bidders who are disconnected from Reverse Auction at that point of time.

    If GAIL/MECON is unable to extend the auction time due to some unavoidable reasons

    and the auction happens to end before such extension, GAIL/MECON reserve the right to launch a fresh auction immediately with the last bid price of the respective bidder during earlier auction as starting price.

    37 of 442

  • 32.3.10 All timings of the online bid shall be based on the time indicated by the server hosting the Auction Engine which would reflect as closely as possible the Indian Standard Time (IST), i.e., GMT+0530 hrs. However, in the event of any deviations between the Server Time and the Indian Standard Time, the functioning of the Auction Engine (launch, operation and closure) would be guided by the Server time. Bidders should be advised to refresh the window of the Auction module and check the exact Server Time.

    32.3.11 The process of Online Reverse Auction shall initially be held for a period of 30 minutes. In

    the event of a bid received in the last 3 minutes resulting in a change of prevailing L1 price, the period of the auction shall get extended automatically by 5 minutes from the time of submission of such bid. This process will continue till no change in L-1 price takes place in last 3 minutes after which the auction will close.

    32.3.12 All bidders, regardless of their previous position, can submit their bid during the extended

    period also. 32.3.13 In case of a tie during auction, i.e., two bidders entering same lowest price, the bidder

    who enters the prices first in the system would be ranked as L-1 and the other bidder would see their ranking as L-2.

    32.3.14 Individual Bidder will be able to see his rank, his price and, the price of L1 ranked bidder. 32.3.15 To maintain the sanctity, un-authorized communication shall be restricted during Online Reverse Auction process. Therefore, any communicating devices including mobile phones etc. should not be carried by anyone in the room where Online Reverse Auction is being conducted. It shall be ensured that only one or two land line phone connections are available in the room where Online Reverse Auction is being conducted for authorized interaction with bidders as per procedure. The identified numbers of GAIL for this purpose should be intimated to the bidders well in advance. Similarly, the telephone numbers of bidders for the authorized interaction with bidders should be obtained through Bidders Response sheet. Conversational Communication with bidders should be avoided during the Online Reverse Auction process unless unavoidable and considered appropriate / necessary by the tender committee. 32.3.15 Immediately after completion of online event of Reverse Auction, the lowest bidder would

    re-submit breakup of their final quoted evaluated price (which shall be their final price against the tender for all the purposes and the originally quoted prices against e-tender/tender shall no more be valid) as per Appendix I to ITB (Breakup of price for order placement) so as to enable GAIL to award the purchase order/contract. In case , the tender document have the provision to award the work among more than one bidder, in such an event break-up of prices shall be obtained from all such bidders.

    However, in such breakup, the prices of any of items shall not be increased above the original price submitted in SRM. In case, the bidder fails to provide cost break-up sheet of the final prices quoted during the online event, the same shall tantamount to withdrawal of his bid and the necessary actions as per provisions of the tender/ GAILs procedure shall be taken up against the bidder.

    32.3.16 In case, no conclusion can be drawn from reverse auction from best bid history or where

    reverse auction is inconclusive on account of system malfunctioning or break in internet connectivity at GAIL system end, reverse auction shall be re-conducted.

    32.3.17 With the assistance of RA system provider, training to all eligible bidders on the Online

    Reverse Auction process shall be facilitated prior to conduct of Online Reverse Auction.

    38 of 442

  • 32.4 In case it is observed that any bidder has not quoted ( left blank) for any item in the

    Schedule of Rates (such unquoted item not being in large numbers), the quoted price for the purpose of evaluation shall be considered as the maximum rate quoted by the remaining bidder for such items.

    If after evaluation, such bidder is found to be the lowest evaluated bidder, the rated for

    the missing item shall be considered as included in quoted bid price. If the estimated price impact of the unquoted (left blank) items is more than 10% of the

    bidders quoted price, the above provision shall not be applicable and such bid shall be rejected.

    32.5 Any uncalled for lump sum/ percentage or adhoc reduction/ increase in prices, offered by

    the Bidders after opening of the bid, shall not be considered. 32.6 The unit prices quoted