Sie sind auf Seite 1von 329

पाता पे�ोकेिमकल्

पो- पाता, �जला-औरया


�पन-206241 (उ.�.)

PATA - PETROCHEMICALS
गेल ( इं �डया) �ल�मटे ड PO-PATA, DIST.- AURAIYA
(भारत सरकार का उप�म ― महार� कंपनी) PIN-206241 (U.P.)
GAIL (India) Limited फोन/PHONE: +91-5683-282356, 282049, 283403-5
(A Government of India Undertaking― A Maharatna Company)
फैक्सFAX: +91-5683-282446

LETTER OF ACCEPTANCE
To LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING Dated : 23.12.2019
BEHIND ARYA KANYA INTER COLLEGE,
49 KAROL, ETAWAH E Tender No.: 8000015630
ETAWAH Vendor Type : OTHERS (Non-MSE)
Uttar Pradesh ,India Vendor GSTN No : 09AAZFS3345K1ZC
Tele No : 9411436052

Vendor Code : 101004357 Email : shivalecengineering@rediffmail.com

Kind Attn : .

Name of Work : ELECTRICAL AMC CONTRACT JOBS FOR DOWNSTREAM UNIT AT PATA
PETROCHEMICAL COMPLEX FOR TWO YEAR PERIOD

Dear Sir/Madam

With reference to your Offer against our RFQ and all subsequent correspondences (if any) till date and in continuation
of our Fax/Letter of Intent (if any) we are pleased to award the subject works highlighting the following salient features:

Scope of Work : ELECTRICAL AMC CONTRACT JOBS FOR DOWNSTREAM UNIT AT PATA

Contract Value : The estimated contract value including all taxes and duties under this contract works out to
INR 48,798,607.49

Price Basis:
ITEM 1 Group C - PART-1 - DS-1 O&M Work INR 22,490,580.54
ITEM 2 Group C - PART-2 - DS-2 O&M Work INR 22,005,496.68
ITEM 3 Group C - PART-3 - DS-1 & 2 Misc Work INR 4,302,530.27
TOTAL ESTIMATED ORDER VALUE WORKS OUT TO RS. 4,87,97,996/- INCLUDING GST @ 18% FOR
ELECTRICAL AMC CONTRACT JOBS FOR DOWNSTREAM UNIT AT PATA PETROCHEMICAL COMPLEX
FOR TWO YEAR PERIOD .TOTAL ORDER VALUE SHALL REMAIN FIRM AND FIXED TILL COMPLETE
EXECUTION OF ORDER EXCEPT STATUTORY VARIATION IN GST DURING CONTRACT PERIOD.
STATUTORY VARIATION IN GST DURING CONTRACT PERIOD WILL BE PAID/REIUMBURSED BY GAIL AT
ACTUALS AGAINST SUBMISSION OF DOCUMENTRY EVIDENCE.

Abnormally High Rated Items :


NIL

Duration of Contract/Completion Schedule :


TIME OF COMPLETION/PERIOD OF CONTRACT: TIME PERIOD FOR MOBILIZATION / /CONTRACT

पंजीकृ त कायार्लय
गेल भवन, 16 भीकाएजी कामा प्ले सीआईएन/ CIN
नई �दल्ल-110066, इं �डया
L40200DL1984GOI018976
Page 1 of 26
REGD. OFFICE:
GAIL BHAWAN, 16, BHIKAIJI CAMA PLACE www.gailonline.com
NEW DELHI-110 066, INDIA
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

(I) MOBILIZATION PERIOD : SHALL BE WITHIN 15 DAYS FROM THE DATE OF E-MAIL INTIMATION FROM
EIC REGARDING READINESS OF SITE. DELAY IN MOBILIZATION WITHIN 15 DAYS FROM THE DATE OF
E-MAIL INTIMATION FROM EIC REGARDING READINESS OF SITE WILL ATTRACT PRS @ 0.5% PER WEEK
OF DELAY MAXIMUM 5% OF THE TOTAL ORDER VALUE EXCLUDING TAXES & DUTIES .
(II) CONTRACT PERIOD : 24 MONTHS PERIOD FROM THE DATE OF MOBILIZATION AT SITE .
PRICE REDUCTION SCHEDULE (PRS):
.
DELAY IN MOBILIZATION WITHIN 15 DAYS FROM THE DATE OF E-MAIL INTIMATION FROM EIC
REGARDING READINESS OF SITE WILL ATTRACT PRS @ 0.5% PER WEEK OF DELAY MAXIMUM 5% OF
THE TOTAL ORDER VALUE EXCLUDING TAXES & DUTIES .

HINDRANCE REGISTER :
DEVIATION ETC IF ANY TO THE MUTUALLY AGREED JOINT PROGRAM SHALL BE RECORDED IN THE
HINDRANCE REGISTER MAINTAINED BY GAIL EIC/SIC FOR THE AWARDED CONTRACT FOR
ACCOUNTING OF HINDRANCE / STOPPAGE ETC. AS PER CONTRACT PROVISION INCLUDING
INTIMATION FROM GAIL/EIC REGARDING SITE READINESS AND FOR SUITABLY DECIDING EXTENSION
OF TIME PERIOD WITH/WITHOUT APPLICATION OF PRS IF ANY FOR THE REASON ATTRIBUTABLE
EITHER TO GAIL OR CONTRACTOR

Performance Bank Guarantee:


SD/CPBG @10% OF THE ANNUALIZED CONTRACT VALUE EXCLUDING TAXES & DUTIES WITH INITIAL
VALIDITY OF 27 MONTHS PERIOD FROM THE DATE OF NOTIFICATION OF AWARD IS REQUIRED & IS TO
BE SUBMITTED WITHIN 30 DAYS FROM THE DATE OF NOTIFICATION OF AWARD.

OR

INITIAL SECURITY DEPOSIT(ISD @2.5% ANNUALIZED CONTRACT VALUE EXCLUDING TAXES & DUTIES
WITH INITIAL VALIDITY OF 27 MONTHS PERIOD FROM THE DATE OF NOTIFICATION OF AWARD IS
REQUIRED & IS TO BE SUBMITTED WITHIN 30 DAYS FROM THE DATE OF NOTIFICATION OF AWARD AND
DEDUCTION @7.5% OF THE RA BILL SUBSEQUENTLY FROM RA BILLS TILL THE TOTAL AMOUNT OF
SECURITY DEPOSIT (INCLUDING ISD & DEDUCTED AMOUNT) REACHES 10% OF THE ANNUALIZED
CONTRACT VALUE EXCLUDING TAXES & DUTIES.

IN CASE IF THERE IS ANY EXTENSION OF CONTRACT PERIOD THEN THE VALIDITY OF BG IS TO BE


EXTENDED BEYOND 3 MONTHS OF EXTENDED CONTRACT PERIOD.

IN CASE IF THERE IS ANY EXTENSION OF CONTRACT COMPLETION TIME PERIOD/ DLP PERIOD THEN
THE VALIDITY OF BG IS TO BE EXTENDED BEYOND 3 MONTHS OF EXTENDED CONTRACT COMPLETION
TIME PERIOD / DLP PERIOD WHICHEVER IS LATER AS PER TENDER CONDITIONS

THE ORIGINAL BG IS TO BE SUBMITTED AT FOLLOWING ADDRESS :

M/S GAIL(I) LTD


PATA PETROCHEMICAL COMPLEX
C&P DEPARTMENT,POLYMER BHAWAN
P.O.: PATA DISTT.: AURAIYA (U.P.) - 206241
E-MAIL- AD02490@GAIL.CO.IN
KIND ATTN: MR. ASHISH DADEL DGM(C&P)

Contract Agreement:
CONTRACT AGREEMENT: CONTRACTOR IS REQUIRED TO EXECUTE A CONTRACT AGREEMENT WITH
GAIL AS PER THE PROFORMA OF CONTRACT AGREEMENT ENCLOSED WITH BID DOCUMENT .
CONTRACT AGREEMENT SHOULD BE ON NON-JUDICIAL STAMP PAPER OF UP STATE OF APPROPRIATE

Page 2 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

VALUE AND IT IS TO BE SUBMITTED WITHIN 15 DAYS OF NOTIFICATION OF AWARD . THE COST OF


STAMP PAPER IS TO BE BORNE BY CONTRACTOR .

THE ORIGINAL CONTRACT AGREEMENT IS TO BE SUBMITTED AT FOLLOWING ADDRESS :

M/S GAIL(I) LTD


PATA PETROCHEMICAL COMPLEX
C&P DEPARTMENT,POLYMER BHAWAN
P.O.: PATA DISTT.: AURAIYA (U.P.) - 206241
E-MAIL- AD02490@GAIL.CO.IN
KIND ATTN: MR. ASHISH DADEL DGM(C&P)

Payment Terms:
TERMS OF PAYMENT: SHALL BE IN ACCORDANCE WITH CLAUSE NO.3 TO CLUASE NO.6 OF SCC V(III)
TECHNICAL-PART-A (GENERAL) & CLAUSE NO.17 OF SCC V(III) TECHNICAL-PART-B (TECHNICAL) AS
UNDER :
1.1 CONTRACTOR SHALL SUBMIT MONTHLY BILLS/GST TAX INVOICES TO THE ENGINEER-IN-CHARGE
OF THE CONTRACT BEFORE 15TH OF NEXT CALENDAR MONTH, ENCLOSING THEREWITH REQUISITE
DOCUMENTS AS SPECIFIED AT SCC V(II) PART-III.
1.2 IN CASE CONTRACTOR HAS NOT ENCLOSED ALL THE SPECIFIED DOCUMENTS AS MENTIONED IN
SCCV(II) PART-III, IT WILL BE CONSIDERED AS NON-PERFORMANCE ON THE PART OF CONTRACTOR AND
ENGINEER-IN-CHARGE MAY TAKE SUITABLE ACTION.
1.3 ALL PAYMENTS SHALL BE RELEASED THROUGH E-BANKING WITHIN 30 DAYS. GAIL WILL NOT
ENTERTAIN ANY CLAIM OF INTEREST ON BILLED AMOUNT FOR ANY DELAY.GAIL WILL RELEASE THE
PAYMENTS AFTER OFFSETTING ALL DUES TO GAIL PAYABLE BY THE CONTRACTOR UNDER THE
CONTRACT. RECOVERY OF INCOME TAX FROM THE INVOICE(S)/BILL(S) SHALL BE AS PER THE RULES &
REGULATIONS IN FORCE IN ACCORDANCE WITH THE INCOME TAX ACT. DEDUCTIONS WILL BE
EFFECTED AT SOURCE AS PER LAWS IN FORCE. CORPORATE TAX LIABILITY, IF ANY, SHALL BE TO THE
SUPPLIER'S/ CONTRACTOR'S ACCOUNT.
1.4 ALL PAYMENTS SHALL BE RELEASED THROUGH E-BANKING WITHIN 30 DAYS . GAIL WILL NOT
ENTERTAIN ANY CLAIM OF INTEREST ON BILLED AMOUNT FOR ANY DELAY.

1.5 CONTRACTOR SHALL SUBMIT MONTHLY RA BILLS IN TRIPLICATE TO THE ENGINEER-IN-CHARGE


FOR CERTIFICATION ALONG WITH RELEVANT DOCUMENTS SUCH AS MEASUREMENT SHEETS; PROOF
FOR E BANKING PAYMENT, WAGE SLIP, PF RELATED DOCUMENTS IN ORIGINAL, ETC., IN SUPPORT OF
THE CLAIMS. PAYMENT SHALL BE MADE BY FINANCE DEPT, GAIL PATA WITHIN 30 DAYS OF RECEIPT OF
BILLS.

2.0 PAYMENT TO THE DEPLOYED SERVICE UNITS:


2.1 AS THE PAYMENT TO THE DEPLOYED UNIT IS THE SOLE RESPONSIBILITY OF THE CONTRACTOR,
THEREFORE CONTRACTOR SHOULD ENSURE MONTHLY PAYMENTS INCLUDING BONUS & LEAVE
WAGES ETC ( AS PER STATUTE ) TO THE DEPLOYED UNITS AS STATED AT SCC V(II) PART-I AND
FAILURE ON THE PART OF THE CONTRACTOR TO MAKE PAYMENT TO THE DEPLOYED UNITS AS
STATED AT SCC V(II) PART-I WILL BE CONSIDERED AS NON-PERFORMANCE OF THE CONTRACT AND
WILL LEAD TO TERMINATION OF THE CONTRACT BY GIVING ONE MONTH ADVANCE NOTICE FOR THE
SAME FOR SUCH NON-PERFORMANCE AT THE RISK AND COST OF CONTRACTOR.
2.2 CONTRACTOR WILL PAY MONTHLY WAGES / BONUS ETC TO THE PERSONS DEPLOYED BY HIM
THROUGH E-PAYMENT. DOCUMENTARY PROOF OF THE SAME IS TO BE ATTACHED WITH MONTHLY
RUNNING BILL. IN CASE IF OF NON-SUBMISSION OF PROOF E-PAYMENT OF THE ENGAGED PERSONS
AMOUNT OF RS.5000/- PER MONTH SHALL BE DEDUCTED FROM SUBSEQUENT MONTH RUNNING BILL
AND NO PAYMENT SHALL BE PROCESS BY GAIL.
2.3 CONTRACTOR HAS TO PROVIDE COMPENSATORY OFF TO THE DEPLOYED UNIT ON ACCOUNT OF
DUTY PERFORMED BY THE DEPLOYED UNIT ON NATIONAL HOLIDAYS. CONTRACTOR HAS TO MAKE
SUITABLE ALTERNATE ARRANGEMENT FOR THE DEPLOYMENT OF ANOTHER SERVICE UNIT.
2.4 NON PAYMENT OF PRESCRIBED WAGES, ALLOWANCES AND OTHER COMPONENTS ETC TO ANY
WORKER WITHIN THE STIPULATED TIME PERIOD I.E. LATEST BY 7TH OF SUBSEQUENT MONTH AT THE
RATES AS PER THE MINIMUM WAGES ACT AND AS NOTIFIED BY THE REGIONAL/ ASSISTANT LABOR

Page 3 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

COMMISSIONER (CENTRAL), KANPUR FROM TIME TO TIME WILL BE CONSIDERED AS


NON-PERFORMANCE. EIC WILL INITIATE ACTION FOR PAYMENT OF WAGES UNDER SECTION 21(4) OF
THE CL(R&A) ACT 1970 INCLUDING TERMINATION OF THE CONTRACT WITH ONE MONTH NOTICE
PERIOD AT THE RISK & COST OF THE CONTRACTOR.
2.5 ALL PAYMENT TO THE DEPLOYED UNIT SHALL BE MADE THRU E-BANKING ONLY INCLUDING ITS
EC FOR PF ETC. .
3.0 MEASUREMENT OF WORK: MEASUREMENT OF WORKS SHALL BE MADE IN THE UNITS MENTIONED
IN THE SCHEDULE OF RATES AS PER DETAILS GIVEN IN TECHNICAL/STANDARDS SPECIFICATIONS.
4.0 MISCELLANEOUS: ALL OBLIGATIONS ARISING OF LABOR DEPLOYMENT LABOR LAWS TO MEET THE
NECESSARY STATUTORY REQUIREMENT WOULD SOLELY LIE ON THE CONTRACTOR. CONTRACTOR
WOULD BE SOLELY RESPONSIBLE FOR SAFETY AND SECURITY OF MANPOWER AND MATERIALS.

Paying Authority:

PAYING AUTHORITY FOR THIS ORDER SHALL BE AS UNDER :


F&A DEPARTMENT,
GAIL (INDIA) LTD., PATA .
P.O.: PATA DISTT.: AURAIYA (U.P.) - 206241
KIND ATTN : SH. DEEPAK KHATTER , MGR(F&A)
E-MAIL ID - dkhatter@gail.co.in
PH - 05683230922

PAN Particulars:

GAIL (India) Ltd PAN No. AAACG1209J

"As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is mandatory forprocurement of goods /
services/works/consultancy services exceeding Rs. 2 Lacs per transaction.

Accordingly, supplier/ contractor/ service provider/ consultant should mention their PAN no. in their invoice/ bill for any
transaction exceeding Rs. 2 lakhs. As provided in the notification, in case supplier/ contractor/ service provider/ consultant
do not have PAN no., they have to submit declaration in Form 60 along with invoice/ bill for each transaction. ayment of
supplier/ contractor / service provider/ consultant shall be processed only after fulfilment of above requirement".

GSTN Details :
Please note that our state/plant wise GSTN details as below for invoicing and other purpose.

Pata (Petrochem) (5010) 09AAACG1209J3ZS

Your Bank Details :


Please note that details of your bank account in our system are as under. You are requested to verify the same and intimate
discrepancies, if any
31021157640

Price Reduction Schedule:


DELAY IN MOBILIZATION WITHIN 15 DAYS FROM THE DATE OF E-MAIL INTIMATION FROM EIC
REGARDING READINESS OF SITE WILL ATTRACT PRS @ 0.5% PER WEEK OF DELAY MAXIMUM 5% OF
THE TOTAL ORDER VALUE EXCLUDING TAXES & DUTIES .

Defect Liability Period:


AS PER SCC

Contract Document:

FOI Reference/Regularization:

Page 4 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

THIS LOA HAS BEEN PLACED TO REGULARIZE FAX OF ACCEPTANCE NO.: GAIL/PATA/C&P/2019-2021/AMC
ELCTRICAL -DS/AD DTD: 20.12.2019 . SO PLEASE DO NOT DUPLICATE THE WORK

Engineer-In-Charge:
HOD(ELECTRICAL) OR A PERSON AUTHORIZED BY HOD(ELECTRICAL) SHALL BE THE EIC/SIC OF THE
AWARDED JOB. YOU ARE REQUESSTED TO CONTACT HIM OR HIS AUTHORISED PERSONS FOR THE
EXECUTION OF THE AWARDED WORK.

Other Contractual Stipulations:


CONTRACT AGREEMENT: CONTRACTOR IS REQUIRED TO EXECUTE A CONTRACT AGREEMENT WITH
GAIL AS PER THE PROFORMA OF CONTRACT AGREEMENT ENCLOSED WITH BID DOCUMENT .
CONTRACT AGREEMENT SHOULD BE ON NON-JUDICIAL STAMP PAPER OF UP STATE OF APPROPRIATE
VALUE AND IT IS TO BE SUBMITTED WITHIN 15 DAYS OF NOTIFICATION OF AWARD . THE COST OF
STAMP PAPER IS TO BE BORNE BY CONTRACTOR .

THE ORIGINAL CONTRACT AGREEMENT IS TO BE SUBMITTED AT FOLLOWING ADDRESS :

M/S GAIL(I) LTD


PATA PETROCHEMICAL COMPLEX
C&P DEPARTMENT,POLYMER BHAWAN
P.O.: PATA DISTT.: AURAIYA (U.P.) - 206241
E-MAIL- AD02490@GAIL.CO.IN
KIND ATTN: MR. ASHISH DADEL DGM(C&P)

OTHER TERMS & CONDITION OF CONTRACT :

FOLLOWING DOCUMENTS SHALL CONSTITUTE THE CONTRACT DOCUMENT;


(a) THIS LETTER OF ACCEPTANCE ALONG WITH ITS ENCLOSURES
(b) COMPLETE BID DOCUMENT INCLUDING CORRIGENDUM
(c) CONTRACT AGREEMENT EXECUTED ON NON-JUDICIAL STAMP PAPER OF UP STATE
(d) FAX OF ACCEPTANCE NO.: GAIL/PATA/C&P/2019-2021/AMC ELCTRICAL -DS/AD DTD: 20.12.2019

Warranties / Guarantees:
AS PER SCC

Extended Stay Compensation:

Terms of delivery:
NOT APPLICABLE

Consignee Address:
NOT APPLICABLE

General Conditions of Contract:


AS PER BID DOCUMENT

Special Conditions of Contract:


AS PER BID DOCUMENT

Post Order Correspondence:


POST ORDER CORRESSPONDENCE SHALL BE AS UNDER :

M/S GAIL(I) LTD


PATA PETROCHEMICAL COMPLEX
C&P DEPARTMENT,POLYMER BHAWAN
P.O.: PATA DISTT.: AURAIYA (U.P.) - 206241
E-MAIL- AD02490@GAIL.CO.IN

Page 5 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

KIND ATTN: MR. ASHISH DADEL DGM(C&P)

Page 6 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Enclosures :
COMPLETE BID DOCUMENT ALONG WITH CORRIGENDUM IF ANY

This order is being issued in triplicate.Two copies of the order duly signed ,stamped and dated on each page,may be
returned within 3 days from date of receipt of the order to the undersigned..

For & on behalf of


GAIL (India) Ltd.

Ashish Digitally signed by


Ashish Dadel

Dadel Date: 2019.12.26


14:34:26 +05'30'

(Authorized Signatory)

NAME :
DESIGNATION :

CONTRACTOR'S ACCEPTANCE:

PLACE : SIGNATURE :

DATE : NAME :
DESIGNATION :
SEAL :

NOTE: Each page of this order including its annexure should be signed and stamped by the contractor before returning to
GAIL (India) Ltd..

Page 7 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

SCHEDULE OF RATES

Item : 1 - Group C - PART-1 - DS-1 O&M Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
10 ASSISTANCE IN MAINTENANCE OF LIGHT 24 MON 137,106.28 3,290,550.72
FITTI
ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS

"Lumpsum charges to carry out repair and maintenance of plant lighting comprising of HPMV, HPSV, Halogen, LED, DC
lights & Tube lights fittings, installed at substation SS-12, plant & other buildings at different locations of PC-1
downstream plant areas like LLDPE-1, BUTENE-1, HDPE-1, FLAKER-1, PTD-1 warehouse (excluding high bay lights),
FLARE Area including FLP (Ex-n, Ex-e & Ex-d) fittings.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Each location shall have minimum 1 skilled & 1 semi-skilled services with proper tools & tackles, consumables, PPEs etc.
for execution of work. Job shall be done under highly skilled supervision to ensure safety compliance & quality of services
as per SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC clause."

20 ASSISTANCE IN MAINTENANCE MOTOR 24 MON 148,771.83 3,570,523.92


MAINTENA
ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE AND SWITCHGEAR AND OPERATION & ROUTINE
MAINTENANCE OF LIFT AND MOTOR CLEANING OF EXTRUDER AREA

"Lumpsum charges to carry out repair, maintenance and providing assistance in testing of HT/LT Switchgears, Panels,
PCC, MCC, ASBs, Motors, Transformers and Capacitor banks in SS-12 substation and PC-1 downstream plant areas like
LLDPE-1, BUTENE-1, HDPE-1, PTD-1 Bagging lines.Day to day maintain for healthiness of DS-1 lift. Job shall include
general cleaning, checking of lift operation and regular cleaning of motors in polymer prone area.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Each location shall have minimum 1 Highly-skilled & 1 semi-skilled services with proper tools & tackles, consumables,
PPEs etc. for execution of work. Job shall be done under highly skilled supervision to ensure strict compliance of safety &
quality of services as per SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause."
30 ASSISTANCE IN MAINTENANCE OF 24 MON 45,702.09 1,096,850.16
BATTERIES
ASSISTANCE IN MAINTENANCE OF BATTERIES

"Lumpsum charges to carry out repair and maintenance of various types of batteries installed at SS-12 substation, PC-1
downstream plant areas like LLDPE-1, BUTENE-1, HDPE-1 & PTD-1 Bagging lines & DG Shed. Job shall include
Maintenance of Lead acid / Ni-Cd, VRLA battery banks, including general cleaning, topping up of electrolyte, tightening of
cell terminals/cable terminations, cleaning of caps & level indicators, containers etc., replacement & revival of batteries,
application of petroleum jelly and maintaining proper maintenance records as required as per direction of EIC.ontractor
shall have to carry out above jobs at 1 location at a time.
Each location shall have minimum 1 skilled & 1 semi-skilled services with proper tools & tackles, consumables, PPEs etc.
for execution of work. Job shall be done under highly skilled supervision to ensure strict compliance of safety & quality of
services as per SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC clause."
40 ROUND THE CLOCK OPERATION 24 MON 389,029.56 9,336,709.44
ASSISTANCE IN
ROUND THE CLOCK OPERATION ASSISTANCE IN SS#12
"Providing round the clock assistance at SS-12 for operation & health monitoring of various electrical equipments of PC-1
downstream plants like LLDPE-1, BUTENE-1, HDPE-1, FLAKER-1, PC-1 bagging lines, DG set and substations.
Job shall be carried out round the clock in 3 shifts. Each shift shall require 3 highly skilled & 1 skilled services with proper
tools & tackles, consumables, PPEs etc. for execution of work. Job shall be done under strict compliance of SOP as per
direction of Shift-in-Charge / EIC. In case of non-availability of appropriate services, recovery will be made as per SCC
clause."

Page 8 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 1 - Group C - PART-1 - DS-1 O&M Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
50 BREAKDOWN/EMERGENT SERVICES 470 EA 816.11 383,571.70
HIGHLY SKILL
BREAKDOWN / EMERGENT SERVICES

Providing Highly skilled services to meet emergent situation & for carrying out any unforeseen / contingent nature job not
covered under SOR items (10 to 40) in HDPE-1, FLAKER-1, LLDPE-1, BUTENE-1 & PC-1 bagging lines. This will be
purely on call

60 BREAKDOWN/EMERGENT SERVICES 920 EA 698.86 642,951.20


SKILLED
BREAKDOWN / EMERGENT SERVICES

Providing skilled services to meet emergent situation & for carrying out any unforeseen / contingent nature job not covered
under SOR items (10 to 40) in HDPE-1, FLAKER-1, LLDPE-1, BUTENE-1 & PC-1 bagging lines. This will be purely on
call basis.
70 BREAKDOWN/EMERGENT SERVICES SEMI 1,270 EA 581.62 738,657.40
SKILLED
BREAKDOWN / EMERGENT SERVICES

Providing Semi skilled services to meet emergent situation & for carrying out any unforeseen / contingent nature job not
covered under SOR items (10 to 40) in HDPE-1, FLAKER-1, LLDPE-1, BUTENE-1 & PC-1 bagging lines. This will be
purely on call basis.

Work Order Item 00001 Basic Item Value : INR 19,059,814.54


(RUPEE NINETEEN MILLION FIFTY-NINE THOUSAND EIGHT HUNDRED FOURTEEN AND PAISE
FIFTY-FOUR ONLY)
Item Specific Conditions :
Total Tax = 3,430,766.00
18 % GST (SGST 9 % + CGST 9 %)- Cenvatable-(SX)
Total item value including taxes & duties : INR 22,490,580.54
__________________________________________________________________________________________________

Item : 2 - Group C - PART-2 - DS-2 O&M Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
10 ASSISTANCE IN MAINTENANCE OF LIGHT 24 MON 137,106.28 3,290,550.72
FITTI
ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS

"Lumpsum charges to carry out repair and maintenance of HPMV, HPSV, Halogen, LED & DC lights and Tube lights
fittings installed at SS-18 & SS-35 substations, other buildings at different locations of PC-2 downstream plant areas like
LLDPE-2, New BUTENE-1, HDPE-2, PTD-2 Bagging lines (excluding PTD-2 warehouse high bay lights), including FLP
(Ex-n, Ex-e & Ex-d) fittings.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Each location shall have minimum 1 skilled & 1 semi-skilled services with proper tools & tackles, consumables, PPEs etc.

Page 9 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 2 - Group C - PART-2 - DS-2 O&M Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
for execution of work. Job shall be done under highly skilled supervision to ensure strict compliance of safety & quality of
services as per SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC clause.

20 ASSISTANCE IN MAINTENANCE MOTOR 24 MON 148,771.83 3,570,523.92


MAINTENA
ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE, SWITCHGEAR AND OPERATION & ROUTINE
MAINTENANCE OF DS-2 LIFT AND MOTOR CLEANING OF EXTRUDER AREA
"Lumpsum charges to carry out repair, maintenance and providing assistance in testing of HT/LT Switchgears, Panels,
PCC, MCC, ASBs, Motors, Transformers and Capacitor banks in SS-18 & SS-35 substations and PC-2 downstream plant
areas like LLDPE-2, New BUTENE-1, HDPE-2 and PTD-2 Bagging lines. Day to day maintain for healthiness of DS-2
lift. Job shall include general cleaning, checking of lift operation and operate the lift (LLDPE-2) in general shift while using
by field persons for material shifting and regular cleaning of motors in polymer prone area.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Each location shall have minimum 1 Highly-skilled & 1 semi-skilled services with proper tools & tackles, consumables,
PPEs etc. for execution of work. Job shall be done under highly skilled supervision to ensure strict compliance of safety &
quality of services as per SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause."
30 ASSISTANCE IN MAINTENANCE OF 24 MON 45,702.09 1,096,850.16
BATTERIES
ASSISTANCE IN MAINTENANCE OF BATTERIES
"Lumpsum charges to carry out repair and maintenance of various types of batteries installed at SS-18 & SS-35 substations.
Job shall include Maintenance of Lead acid / Ni-Cd / VRLA battery banks, including general cleaning, topping up of
electrolyte, tightening of cell terminals/cable terminations, cleaning of caps & level indicators, containers etc., replacement
& revival of batteries, application of petroleum jelly and maintaining proper maintenance records as required as per
direction of EIC. Minimum 1 skilled & 1 semi-skilled services is required for battery maintenance job.
Contractor shall have to carry out above jobs at 1 location at a time with proper tools & tackles, consumables, PPEs etc. for
execution of work. Job shall be done under highly skilled supervision to ensure strict compliance of safety & quality of
services as per SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC clause."

40 ROUND THE CLOCK OPERATION 24 MON 389,029.56 9,336,709.44


ASSISTANCE IN
ROUND THE CLOCK ASSISTANCE IN SS-18 & SS#35
"Providing round the clock assistance at SS-18 & SS-35 for operation & health monitoring of various electrical equipments
of PC-2 downstream plants like LLDPE-2, New BUTENE-1, HDPE-2, PC-2 bagging lines, DG sets and substations.
Job shall be carried out round the clock in 3 shifts. Each shift shall require 3 Highly-skilled & 1 skilled services with proper
tools & tackles, consumables, PPEs etc. for execution of work. Job shall be done under strict compliance of SOP as per
direction of Shift-in-Charge / EIC. In case of non-availability of appropriate services, recovery will be made as per SCC
clause."
50 BREAKDOWN SERVICES - HIGHLY 404 MON 816.11 329,708.44
SKILLED
BREAKDOWN / EMERGENT SERVICES
Providing Highly-skilled services to meet emergent situation & for carrying out any unforeseen / contingent nature job not
covered under SOR items (10 to 40) in HDPE-2, LLDPE-2, New BUTENE-1 and PC-2 bagging lines. This will be purely
on call basis.
60 BREAKDOWN SERVICES -SKILLED 800 MON 698.86 559,088.00
BREAKDOWN / EMERGENT SERVICES
Providing skilled services to meet emergent situation & for carrying out any unforeseen / contingent nature job not covered
under SOR items (10 to 40) in HDPE-2, LLDPE-2, New BUTENE-1 and PC-2 bagging lines. This will be purely on call
basis. Unit of EA represents providing 8 hr. of skilled services.

Page 10 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 2 - Group C - PART-2 - DS-2 O&M Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
70 BREAKDOWN SERVICES - SEMI SKILLED 800 MON 581.62 465,296.00
BREAKDOWN / EMERGENT SERVICES
Providing Semi-skilled services to meet emergent situation & for carrying out any unforeseen / contingent nature job not
covered under SOR items (10 to 40) in HDPE-2, LLDPE-2, New BUTENE-1 and PC-2 bagging lines. This will be purely
on call basis.

Work Order Item 00002 Basic Item Value : INR 18,648,726.68


(RUPEE EIGHTEEN MILLION SIX HUNDRED FORTY-EIGHT THOUSAND SEVEN HUNDRED TWENTY-SIX
AND PAISE SIXTY-EIGHT ONLY)
Total Tax = 3,356,770.00
18 % GST (SGST 9 % + CGST 9 %)- Cenvatable-(SX)
Total item value including taxes & duties : INR 22,005,496.68
__________________________________________________________________________________________________

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
10 Installation and comm. of following,
Installation and commissioning of following sizes exhaust fans with louver including grouting of anchor Fasteners of
suitable size, plastering etc, plastering etc. All the material required shall be in the scope of supply of contractor.

20 Heavy Duty 300 mm dia 1 phase, 4 pole wa 3 EA 203.10 609.30


Heavy Duty 300 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver
30 Heavy Duty 450 mm dia 1 phase, 4 pole wa 3 EA 203.10 609.30
Heavy Duty 450 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver

40 Making hole in the wall for installation


Making hole in the wall for installation of following sizes of exhaust fan and plastering with 1:3:6 pcc to match the hole
finishing with the wall.

50 Making suitable hole in the wall for fix 1 EA 203.10 203.10


Making suitable hole in the wall for fixing of 300 mm exhaust fan and plastering with 1:3:6 pcc to match the hole finishing
with the wall.

60 Making suitable hole in the wall for fix 1 EA 203.10 203.10


Making suitable hole in the wall for fixing of 450 mm exhaust fan and plastering with 1:3:6 pcc to match the hole finishing
with the wall.

70 Supply and inst. of following tubelight


Supply and installation of following tube light fixtures of approved make including all material and labour.

80 Energy efficient Fixture 28 W , T-5 20 EA 778.90 15,578.00


Energy efficient Fixture 28 W , T-5 with single tube light / LED of Phillips/CGL/ Havells make decorative type
recessed/surface mounted as approved by EIC.

Page 11 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*

90 Energy efficient Fixture 2 X28 W / 4 X 2 EA 1,117.07 2,234.14


Energy efficient Fixture 2 X28 W / 4 X 14W , T-5 with tube lighst / LED of Phillips/CGL/Havells make decorative type
recessed/surface mounted as approved by EIC.

100 SUPPLY & INSTALLATION OF FANS:-


SUPPLY & INSTALLATION OF FANS:

110 Supply and inst. of Energy eff. Fan 3 EA 2,031.04 6,093.12


Supply and installation of Energy efficient 240 V wall mounted fan of 650 sweep Havells/GEC/crompton/Usha/Almonard
make.

120 Fixing of High bay light fittings 94 EA 609.31 57,275.14


Fixing of High bay light fittings in ware house / Shed at a height ranging from 5 mtr to 15 Mtr., Ladder will be provided by
GAIL

130 Installation, testing and commissioning 2 EA 76.16 152.32


Installation, testing and commissioning of 240V ceiling fan of 1200/1400 mm sweep with regulator and down rod with all
accessories.

140 Removal of 1200/1400mm sweep ceiling fan 1 EA 89.37 89.37


Removal of 1200/1400mm sweep ceiling fan including the cost of removal of all connections, tools and tackles required.

150 Installation and connection of:


Installation and connection of following types flameproof lighting fixture along with control gears and junction boxes.

160 Pole mounted 1 EA 253.88 253.88

170 Bracket/structure mounted 138 EA 253.88 35,035.44

180 Ceiling mounted 13 EA 236.62 3,076.06

190 Supply and replacement lamps in IIA/IIB/


Supply and replacement lamps in IIA/IIB/IIC lighting fixture in plant area.

200 13 EA 304.66 3,960.58

Page 12 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*

LAMP,HPMV,125W,240V,ES-
27,PHILIPS/BAJAJ/
LAMP,HPMV,125W,240V,ES-27,PHILIPS/BAJAJ/CG make

210 10 EA 406.21 4,062.10


LAMP,HPMV,250W,250V,ES,PHILIPS/BAJAJ/C
G
LAMP,HPMV,250W,250V,ES,PHILIPS/BAJAJ/CG make

220 5 EA 507.76 2,538.80


LAMP,HPMV,400W,250V,ES,PHILIPS/BAJAJ/C
G
LAMP,HPMV,400W,250V,ES,PHILIPS/BAJAJ/CG make

230 5 EA 406.21 2,031.05


LAMP,HPSV,70W,240V,ES-
27,PHILIPS/BAJAJ/C
LAMP,HPSV,70W,240V,ES-27,PHILIPS/BAJAJ/CG make

240 LAMP,LED,9W/11 W 44 EA 177.72 7,819.68


,240V,ES-27,PHILIPS/BAJ
LAMP,LED,9W/11 W ,240V,ES-27,PHILIPS/BAJAJ/CG make

250 Domestic wiring: Replacement of PVC insu


Domestic wiring: Replacement of PVC insulated copper wire of following sizes in existing concealed or surface conduit.
This includes removal of burnt/ damaged wire, supply and laying of new wires of same size making connections.

Domestic wiring: Replacement


260 3/20,3/22,3/18 3 M 33.51 100.53
3/20,3/22,3/18

270 7/20, 7/22 3 M 37.57 112.71


7/20, 7/22

280 Supply and fixing of casing caping flat 50 M 42.65 2,132.50


Supply and fixing of casing caping flat conduit on walls/ wooden panels etc. The flat conduit shall be of 1"/1.5" width and
shall be fixed using PVC rawal plugs and wooden screws of appropriates size. Material shall be duly approved by EIC.

290 Supply and laying of FRLS PVC insulated


Supply and laying of FRLS PVC insulated copper wire of Havells/Phinolex make of following sizes in flat PVC
conduit/M.S conduit & casing caping, connections on both ends including its necessary terminations.

300 3/20, 3/22,3/18 25 M 40.62 1,015.50

310 7/20, 7/22 450 M 52.81 23,764.50

Page 13 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
7/20, 7/22

320 Supply & fixing of 25 mm dia black enam 5 M 84.29 421.45


Supply & fixing of 25 mm dia black enamelled M.S conduit(As per list of approved makes Annexure-5 of SCC part-B) on
walls including supply of conduit, clamps, bends, unions, Heavy duty saddles,MS junction boxes, all other required
hardwares and accessiories, etc, as per the direction of engineer in charge.

Supply & fixing of 25 mm dia black enamelled M.S conduit


330 Supply & fixing of 25 mm PVC heavy gauge 113 M 57.88 6,540.44
Supply & fixing of 25 mm PVC heavy gauge conduit (As per list of approved makes Annexure-5 of SCC part-B)on walls
including supply of conduit, clamps, bends, unions,all other required hardwares and accessiories, PVC junction boxes and
saddles etc, as per the direction of engineer in charge.

340 Circuit wiring using 3Cx 2.5 armoured c 738 M 33.51 24,730.38
Circuit wiring using 3Cx 2.5 armoured cable including the cost of Heavy Duty pressure saddles, its welding, clamps , and
lobour etc.

350 Circuit wiring in hazardous area using 3 69 M 38.59 2,662.71


Circuit wiring in hazardous area using 3Cx 2.5 armoured cable including the cost of pressure saddles, clamps ,screws and
lobour etc.

360 Supply and fixing of ready made PVC mod


Supply and fixing of ready made PVC modules of anchor make containing following switch sockets of anchor make with
all accessories #

370 1nos 6 pin 15 amp switch socket of " anc 10 EA 185.84 1,858.40
1nos 6 pin 15 amp switch socket of " anchor "make

380 1 nos 5 pin 5 amp switch socket of "anch 30 EA 101.55 3,046.50


1 nos 5 pin 5 amp switch socket of "anchor " make

390 Supply and fixing of 3Cx2.5 sqmm flexibl 60 M 91.40 5,484.00


Supply and fixing of 3Cx2.5 sqmm flexible copper cable in the above modules

400 Supply and fixing of metallic outlet box


Supply and fixing of metallic outlet boxes(surface mounted) with 3mm thick hylem sheet top with following switches and
receptacles including the cost of all material and labour to complete the job.#

410 5 amp, 240 V piano type switch of anchor 5 EA 132.02 660.10


5 amp, 240 V piano type switch of anchor make.

420 15 amp, 240 V piano type switch, anchor 4 EA 169.59 678.36


15 amp, 240 V piano type switch, anchor make.

Page 14 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*

430 5 amp, 240 V receptacle with piano type 4 EA 264.04 1,056.16


5 amp, 240 V receptacle with piano type switch of anchor make.

440 15 amp, 6 pin, 240 V receptacle with pia 4 EA 339.18 1,356.72


15 amp, 6 pin, 240 V receptacle with piano type switch of anchor make.

450 20 amp industrial type metal clad switch 4 EA 592.05 2,368.20


20 amp industrial type metal clad switch socket with 20 amp MCB of MDS/Havells make with plug top

460 Supply & fixing of PVC / wooden distribt 5 EA 456.98 2,284.90


Supply & fixing of PVC / wooden distribtuin boxes with following switched & sockets- 02 15A anchor make switch socket
& 02 no 5A switch & sockets.

470 Supply, installation and commissioning o


Supply, installation and commissioning of following double door 3- phase lighting and power DBs( Legrand / C&S /
Havells make only ) surface mounted having one no. 4 pole 40/63 amp RCCB as incoming including supply of RCCB and
single pole MCBs as outgoing including the cost of MCBs`, consumables and labour to complete the job.

480 4 way with 10/16/20/32 amp single pole M 3 EA 9,647.44 28,942.32


4 way with 10/16/20/32 amp single pole MCBs

490 6 way with 10/16/20/32 amp single pole M 3 EA 11,170.72 33,512.16


6 way with 10/16/20/32 amp single pole MCBs

500 8 way with 10/16/20/32 amp single pole M 1 EA 11,508.89 11,508.89


8 way with 10/16/20/32 amp single pole MCBs

510 Maintenance /fault rectification of avia 1 EA 1,675.61 1,675.61


Maintenance /fault rectification of aviation light installed on chiminy etc in boiler and process plant area. Job includes
replacement of lamp and other spares to rectify the light fitting. Spares shall be supplied by GAIL.

520 Supply & installation of MCBSs & ELCBs/R


Supply & installation of MCBSs & ELCBs/RCCBs of reputed makes

530 4 pole 40A MCB 1 EA 947.48 947.48

540 4 Pole 63A MCB 2 EA 1,150.58 2,301.16

550 4 Pole 40A ELCB/RCCB 1 EA 3,148.11 3,148.11

560 4 Pole 63A TPN ELCB/RCCB 1 EA 3,216.15 3,216.15

570 4 Pole 63A TPN RCCBO (ELCB + RCCB) 1 EA 3,300.44 3,300.44

580 1 Pole 10A/16A/20A MCB 3 EA 172.64 517.92

Page 15 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*

590 2 Pole 10A16A/20A MCB 3 EA 559.55 1,678.65

600 Installation of MCCBs, & ELCBs/ RCCBs, m


Installation of MCCBs, & ELCBs/ RCCBs, material will be provided by GAIL

610 3 Phase TPN 40A/63A MCB 5 EA 50.78 253.90

620 3 Phase TPN 40A/63A ELCB/RCCB 5 EA 50.78 253.90


630 1-2 Pole 10A/16A/20A MCB 5 EA 50.78 253.90
640 CABLE LAYING

650 Excavation and backfilling of cable tren 650.000 M3 1,306.97 849,530.50


Excavation and backfilling of cable trench in soft soil and soft rock upto 1.5 meter depth including dewatering of water
logging and bush cleaning if required.

660 RCC/ PCC/HARD SURFACE : Excavation and 70.000 M3 1,827.94 127,955.80


RCC/ PCC/HARD SURFACE : Excavation and backfilling with poring water to make suface for cable trench Size 750
x400 mm maximum in RCC/PCC and hard surfaces in plant prephrical or existing cable trench etc. The works also include
the supply of bricks ,sand as required.
670 Cutting of roads/ floors/drains/ soft ro 8.000 M3 279.27 2,234.16
Cutting of roads/ floors/drains/ soft rocks etc. and remaking the same as original

680 Cutting of RCC floors for laying of pipe 6.000 M3 1,015.52 6,093.12
Cutting of RCC floors for laying of pipe, cables etc.
690 Making Road crossinging of RCC/Tar Roa 50 M 677.35 33,867.50
Making Road crossinging of RCC/Tar Road by Horizontal Directional Drilling(HDD) either through M/c or Manual
drilling without disturbing road surface for laying of 6'' dia GI pipe for cable laying.
700 Preparation of cable trench bottom in al 25.000 M3 913.97 22,849.25
Preparation of cable trench bottom in already excavated trench and preparation of fine sand bed as per the instruction of
EIC. Supply of sand is in contractor scope supply.

710 Supply/ Installation/ laying of approved 45 M2 220.37 9,916.65


Supply/ Installation/ laying of approved second class bricks of 75mm thickness, cover after laying of cable and sand filling
in cable trench as per direction of EIC.
720 Supply and laying of GI pipe "B" class o
Supply and laying of GI pipe "B" class of following sizes in already excavated trench/ above ground.

730 32 mm 5 M 241.69 1,208.45


740 38 mm 5 M 284.35 1,421.75
750 50mm 10 M 393.01 3,930.10
760 75mm 25 M 660.09 16,502.25
770 100mm 25 M 910.92 22,773.00
780 150mm 25 M 1,421.73 35,543.25
790 Laying of HT/LT armoured PVC/XLPE armour
Laying of HT/LT armoured PVC/XLPE armoured cable of following external overall diameter on cable trays/ in open

Page 16 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
trench/cable rack/in hume pipe/GI pipes/in underground cable trench/ on walls/MS structure including unrolling of cable,
clamping fabrication of clamps, dressing/fixing of clamps/cleats/welding of saddles etc. tagging of cables as per direction of
EIC.In case of water logging in cable trench, Contractor shall arrange for dewatering of the trench. This includes
transportation of cable from central store/cable yard etc and unrolling at site.

800 Upto and including 30mm dia. 6,750 M 10.16 68,580.00


810 Above 30mm upto & including 50mm dia 3,750 M 14.22 53,325.00
820 Above 50mm upto & including 100mm dia 3,350 M 33.51 112,258.50
830 Above 100mm upto & including 125mm dia 2,150 M 40.62 87,333.00
840 Removal of already laid LT/HT armoured c
Removal of already laid LT/HT armoured cables of following overall dia from aleady excavated trenches/cable racks/wall/
MS structure/open cable trench/GI trays etc. including removal of GI wire/earth, rolling of cable drums, transportation of
cable to store after measurement as per the direction of EIC.
850 Upto and including 30mm dia. 500 M 5.08 2,540.00
860 Above 30mm upto & including 50mm dia 500 M 7.11 3,555.00
870 Above 50 mm upto & including100mm dia. 500 M 11.17 5,585.00
880 Above 100mm upto & including 125mm dia 250 M 13.20 3,300.00
890 Dressing of already laid power and contr 750 M 23.36 17,520.00
Dressing of already laid power and control cables in existing cable trays of all sizes including tagging as per requirement.
Tags shall be supplied by the contractor.
900 Making heat shrinkable straight joints
Making heat shrinkable straight joints of PVC insulated aluminum conductor armoured cable of 1.1KV grade of following
sizes including supply of jointing kit and other accessories. Make of kit shall be Raychem / Mseal only.
910 Upto and including 30mm dia 1 EA 2,538.80 2,538.80
920 Above 30mm upto & including 50mm dia 1 EA 3,622.36 3,622.36
930 Above 50mm upto & including 100mm dia 1 EA 5,247.19 5,247.19
940 Supply grouting and fixing of cable rout 13 EA 342.23 4,448.99
Supply grouting and fixing of cable route markers along the cable route. It includes construction of concretes blocks(PCC)
in ratio of 1:3:6 0f size 300mmx300mmx300mm.The cable marker of total length 800mm made of MS angle iron of size
50x50x5.Excavation and then fixing of cable route marker block in paved/unpaved areas and making it good as required
including supply and fixing of suitable plate lettering HT/LT cables in projected letters of size 40 mm and 2 mm thick as
per the direction of EIC.. Supply of all material shall be in the contractors scope.
950 CABLE TERMINATION:
CABLE TERMINATION:Termination of PVC insulated following size armoured cables(Upto 1100V grade) and
connection of leads including the supply of lugs drilling of holes in gland plates, fixing of gland, cutting, stripping of cable
insulation/armour/sheath, crimping of lug onto the conductor, clamping of cable cores, marking with wire no. and
ferrulesetc.
960 Power cables
Power cables
970 Upto and including 30mm dia 5 EA 57.88 289.40
980 Above 30mm upto & including 50mm dia 1 EA 58.90 58.90
990 Above 50mm upto & including 100mm dia 1 EA 196.00 196.00
1000 Control cables

1010 From 2 to 7 cores & conductor size 2.5 s 1 EA 57.88 57.88


1020 From 8 to 19 cores & conductor size 2.5 1 EA 57.88 57.88

Page 17 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
1030 From 20 to 30 cores & conductor size 2.5 1 EA 57.88 57.88
1040 Supply & fixing of single comp. gland
Supply & fixing of single compression gland

1050 Upto and including 30mm dia 5 EA 118.82 594.10


1060 Above 30mm upto & including 50mm dia 3 EA 175.68 527.04
1070 Above 50mm upto & including 100mm dia 3 EA 287.39 862.17
1080 Supply & fixing of double comp. glands
Supply & fixing of double compression gland
1090 Upto and including 30mm dia 10 EA 236.62 2,366.20
1100 Above 30mm upto & including 50mm dia 3 EA 338.17 1,014.51
1110 Above 50mm upto & including 100mm dia 3 EA 541.27 1,623.81
1120 CABLE FAULT LOCATION

1130 To locate the following cable fault in L 5 EA 7,616.40 38,082.00


To locate the following cable fault in LT/HT power cable of all sizes with the help of cable fault locator to be arranged by
the contractor. work shall be done as per the direction of EIC.This excludes the excavation, backfilling if required during
fault finding.
1140 LIGHT POLE ERECTION & REPAIR

1150 Supply and Erection of MS pole/GI pole o


Supply and Erection of MS pole/GI pole of following length in cement concrete of ratio(1:3:6) foundation as per enclosed
specifications/drawing including excavation upto 1/6th length of pole, refilling muffing as required laying GI pipe for cable
entry, laying and connection of earth strip/GI wire from the nearest earth point, cement concrete, pole and sand will be in
the contractor scope of supply
1160 Short pole (upto 6 meter height) 2 EA 2,538.80 5,077.60
1170 Sreet pole (upto 10 meter height) 1 EA 14,386.87 14,386.87
1180 Supply and erection of platform lighting 1 EA 1,185.11 1,185.11
Supply and erection of platform lighting J pole of approx. 3 meter height with all accessories and material as per the
direction of EIC.
1190 Dismantling the existing 12.00 /10.00 mt 2 EA 4,062.08 8,124.16
Dismantling the existing 12.00 /10.00 mtrs damaged / week MS tubular street light poles from the existing position. the
works including excavation, removing of pole, breaking of concrete foundation, shifting of old MS pole with garbage from
existing location to electrical store/yard or to location as decided by EIC . Excavated area of founadtion to be levelled to
original ground level up to the satisfaction of EIC.
1200 Supply, erection and commissioning of we 2 EA 913.97 1,827.94
Supply, erection and commissioning of weather proof power coated junction box size (approx to this is only indicative
purpose) 275mm(H)X 250mm(W)X 150mm(D) 16 SWG thickness with hinge,canopy, locking arrangement including cable
entry holes ,back side 12 mm dia nipple well push fitted with pole, earthing connection from pole to earting strip with 10
mm GI rope including lugs and connectors to accommodate 4CX16/25/35 Sqmm cable glands, 2/6 Amp MCB
arrangement, 2/3 nos. glanding hole and also providing necessary 45X5 mm GI clamp for mounting the junction box on the
MS tubular pole with cadium coated nut bolts & washer.MCB chanel & conector chanel should be provided inside the
JBs.gland should be proper fitted with JBs & cables.
1210 Repair of tilted street light pole inclu 5 EA 203.10 1,015.50
Repair of tilted street light pole including cutting straightening and welding etc. as required and providing outer casing pipe,
of size of suitable dia and of maximum length of 0.5 meter, for straightening of pole joint wherever found necessary. All
material and manpower required shall be in the contractor' scope of supply.

Page 18 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
1220 Repair of muffing of security/street lig 1 EA 423.47 423.47
Repair of muffing of security/street light or short pole including casting of new muffing with PCC (1:3:6) for the pole as
required. All material and manpower required shall be in the contractor' scope of supply.
1230 Supply and replacement of LED aviation l 1 EA 4,976.05 4,976.05
Supply and replacement of LED aviation light mounted on the middle / top of process tower and chemney.
1240 Supply and replacement of GLS2 X 100 wat 2 EA 2,335.70 4,671.40
Supply and replacement of GLS2 X 100 watt aviation light mounted on the middle / top of process tower and chemney
1250 EARTH PITS
1260 Testing of earthing system of electrical 125 EA 118.82 14,852.50
Testing of earthing system of electrical and cathodic protection system(anode bed)- Checking and testing of earthpit
resistance(individual & with grid) including cleaning of earth pits and connection tightening of bolts including supply of
required size Cd coated bolts and applying petroleum jelly on connection as directed by EIC. Only earth tester shall be
supplied by GAIL.
1270 Salt Treatment of Earth pit with salt an 85 EA 175.68 14,932.80
Salt Treatment of Earth pit with salt and water sloution to achive a desirable resistance value (individual & with grid) as
directed by EIC.Salt and other materials are in the scope of the contractor ,only earth tester shall be provided by GAIL.
1280 Earth continuity checking of vessel/exch 263 EA 86.32 22,702.16
Earth continuity checking of vessel/exchanger/column:Measuring resistance of each earth strip with nearest earth
pit,Measuring resistance of vessel with nearest earth pit,cleaning and tightening of connecting earth strip.
1290 Supply inst. testing & commissioning
Supply installation testing and commissioning of earth pit with B class GI Earth electrode of 65 mm dia., height complete
including excavation, backfilling, making of earth pit as per IS:3043 including supply of required material. Chamber shall
be provided with the MS hinged cover , as per the direction of the EIC.
1300 In soft soil/ soft rock 2 EA 5,247.19 10,494.38
1310 In hard rock/RCC/PCC 3 EA 5,585.36 16,756.08
1320 Supply and fixing of earth pit MS hinged 5 EA 1,388.22 6,941.10
Supply and fixing of earth pit MS hinged 6mm chequere plate cover with frame, on existing earth pits with 50X50X6 MS
channel of size 600X600 mm.
1330 Repairing of earth pit chambers includi 8 EA 372.70 2,981.60
Repairing of earth pit chambers including the cost of brick work/PCC(1:3:6) and labour to complete the job.
1340 Supply of SS Nut bolt with washer M8 X 5 100 EA 20.31 2,031.00
Supply of SS Nut bolt with washer M8 X 50 mm for earthpit, earthplate, motor and vessel earthing maintenance

1350 Supply of SS Nut bolt with washer M10 X 100 EA 28.43 2,843.00
Supply of SS Nut bolt with washer M10 X 50 mm for earthpit, earthplate, motor and vessel earthing maintenance.
1360 PAINTING
1370 Painting / writing numbers and letters o
Painting / writing numbers and letters of following sizes, on ceiling fans / panels / distribution boards, poles etc., as
required after making proper base with White / yellow paint. Paint, brush, stencil, etc., shall be supplied by the contractor.
Paint shall be approved by EIC prior to it's use.
1380 Size upto and including 25mm 41,384 EA 0.92 38,073.28
1390 Size > 25mm <= 50mm 82,670 EA 1.85 152,939.50
1400 Size > 50mm <= 100mm 46,723 EA 1.85 86,437.55
1410 Background Painting : Background paintin 14,000 EA 1.85 25,900.00
Background Painting : Background painting with White / Yellow / Black colour paint for writing of letters/numbers on

Page 19 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
Electric equipment, earth pits, other surfaces as required. Paint, brush, stencil etc. alongwith other consumables shall be
supplied by the contractor. Proper surface preparation to be done prior to background painting of the colour as per direction
of EIC. Paint shall be approved by EIC.
1420 Painting of lighting poles and other ele
Painting of lighting poles and other electrical equipments with Berger / Shalimar / Asian enamel paint. In the shades to be
decided by the EIC. Job shall be done to the satisfaction of the EIC and it includes supply of all material and consumables
required for the job.
1430 Supply and application of one coat of li 75 M2 28.43 2,132.25
Supply and application of one coat of light build zinc phosphate primer after making preparation of surface to be painted
with the help of wire brush, emery or sand paper.
1440 Supply and application of two coat of fi 75 M2 91.40 6,855.00
Supply and application of two coat of first quality synthetic enamel paint / aluminum paint after making preparation of
surface to be painted with the help of wire brush, emery or sand paper.
1450 Supply and application of one coat of fi 750 M2 60.93 45,697.50
Supply and application of one coat of first quality synthetic paint / al. paint after making preparation of surface to be painted
with the help of wire brush, emery or sand paper.
1460 Supply and application of two coat of ep 375 M2 91.40 34,275.00
Supply and application of two coat of epoxy paint of approved make as per the direction of engineer in charge by spray
painting machine including the cost of paint and labour to complete the job.
1470 Cleaning of rubber mats of size 1 m X 1m 2 EA 55.85 111.70
Cleaning of rubber mats of size 1 m X 1m 50 and thickness upto 15 mm with the help of water / detergent. The job includes
lifting and shifting of rubber mats from the location to out side substation and back to location after washing and drying.
1480 FABRICATION
1490 Supply & erection of following prefabric
Supply & erection of following prefabricated hot dipped galvanized slotted straight run channel cable tray 10mm thick , for
supporting power and control cables all labour and material complete as per the direction of engineer in charge

1500 100 mm 5 M 84.29 421.45


1510 150 mm 3 M 118.82 356.46
1520 300mm wide 3 M 135.06 405.18
1530 600mm wide 1 M 203.10 203.10
1540 750mm wide 1 M 271.14 271.14
1550 Supply, Fabrication and erection of MS b 2,869 KG 75.15 215,605.35
Supply, Fabrication and erection of MS base frames, supports for switchgear, push buttons and brackets for miscellaneous
electrical equipments. Cable and cable tray support out of rolled MS sections, pipes, plates etc. including welding, bolting,
reverting, supply of necessary anchor bolts and grouting etc. Supply of paint and including applying one anti rust coat of
primer and two finished coats of approved synthetic enamel paint including breaking walls, floor etc for structures as
required & making good the same, including supply of all GI hardware material, all labour and materials complete as per
direction of Engineer in charge.
1560 Fabrication and erection of MS base fram 4,527 KG 23.36 105,750.72
Fabrication and erection of MS base frames, supports for switchgear, push buttons and brackets for miscellaneous electrical
equipments. Cable and cable tray support out of rolled MS sections, pipes, plates etc. including welding, bolting, reverting,
supply of necessary anchor bolts and grouting etc. Supply of paint and including applying one anti rust coat of primer and
two finished coats of approved synthetic enamel paint including breaking walls, floor etc for structures as required &
making good the same, all labour and materials complete as per direction of Engineer in charge.(All hardware material
except paint shall be supplied by GAIL.)
1570 Supply, installation and erection of can 2,584 KG 111.71 288,658.64

Page 20 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
Supply, installation and erection of canopies of miscellaneous outdoor equipments like motors, Welding receptacles, Local
control stations, switchboards etc for rain/weather protection of 16 SWG ( 1.6mm) steel sheet including the cost of sheet,
hardware, painting and labour etc. to complete the job. As per the direction of EIC.
1580 Supply, fabrication and installation of 40 M2 439.72 17,588.80
Supply, fabrication and installation of 22 SWG GI sheet covers for cable trays, including necessary hardwares, including
all labour and materials as per the direction of EIC.

1590 Supply, fabrication & installation of du 2 KG 338.17 676.34


Supply, fabrication & installation of dust & vermin proof sheet steel(16 SWG) junction box, bus bar chamber, distribution
board weather proof (IP-54) for out door installation with gland plate, gaskets, locking system and fixing arrangement of
accessories like MCB, terminal block est.#s per instruction of EIC.

1600 Supplying and installation of M.S cheque 3 M2 1,218.62 3,655.86


Supplying and installation of M.S chequered plate of 6mm thickness for covering floor opening etc. including finishing of
edges of cable trench with PCC and sides of chequered plate, sealing of joints, painting with all labour and material
complete as per direction of Engineer in charge.
1610 Repairing of chequred plates including t 3 M2 101.55 304.65
Repairing of chequred plates including the cost of cutting and grinding the sides as required and also repairing of edges of
cable trench with PCC of high strength.
1620 Supply, drilling in RCC and fixing of me
Supply, drilling in RCC and fixing of metallic anchor fasteners for supporting of cable trays, miscellaneous electrical
switch gears and supports including all material and labour to complete the job.
1630 6 mm 25 EA 12.19 304.75
1640 8 mm 25 EA 15.23 380.75
1650 10 mm 379 EA 19.29 7,310.91
1660 12 mm 10 EA 22.34 223.40
1670 14 mm 5 EA 26.40 132.00
1680 GI STRIP, ROPE & WIRE, MAT

1690 Supply, installation and connection of f


Supply, installation and connection of following GI earthing strip/wire/rope/plate along the cable trenches and cable trays or
fixing to walls or structures or buried individually in paved /unpaved areas including welding of joints, providing anti
corrosive paint or bitumen and jute covering for welded portion, clamping and necessary hardware for connecting,
including all labour and materials complete as per direction of EIC.

1700 50X8 mm GI strip 50 M 186.21 9,310.50


1710 40x5 mm GI strip 50 M 201.44 10,072.00
1720 75x10 mm strip 50 M 228.49 11,424.50
1730 3/8"(10 mm) flexible GI rope 50 M 93.43 4,671.50
1740 5/8"(16 mm) flexible GI rope 20 M 98.51 1,970.20
1750 8 SWG GI wire 50 M 18.28 914.00
1760 16 SWG wire 5 M 18.28 91.40
1770 360x80x10 mm GI earth plate 1 EA 271.14 271.14
1780 Dressing of already laid earth strip wit 25 M 30.47 761.75
Dressing of already laid earth strip with aluminum strip clamp including supply of clamps and other accessories.
1790 Supply of earthing clamp with one number 1 EA 812.42 812.42

Page 21 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
Supply of earthing clamp with one number welding holder & 10 meter long 16 sq mm PVC insulated copper conductor
flexible cable.
1800 SUPPLY AND LAYING OF ELECTRICAL 50 M2 446.83 22,341.50
INSULATI
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF HAVING NOMINAL THICKNESS OF 2.0 MM
CONFORMING TO IS 15652: 2006, CLASS # A, FLAT SURFACE FINISH FOR WORKINGUP UPTO 3.3 KV,
including cutting in required shape, including all labour and material as per the directions of EIC
1810 SUPPLY AND LAYING OF ELECTRICAL 40 M2 558.54 22,341.60
INSULAT
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT HAVING NOMINAL THICKNESS OF 2.5 MM
CONFORMING TO IS 15652: 2006,CLASS # B FLAT SURFACE FINISH FOR WORKINGUP TO 11 KV including
cutting in required shape, including all labour and material as per the directions of EIC
1820 SUPPLY AND LAYING OF ELECTRICAL 10 M2 670.24 6,702.40
INSULATI
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF NOMINAL THICKNESS 3.0 MM CONFORMING
TO IS 15652: 2006, CLASS # C FLAT SURFACE FINISH FOR WORKING UPTO 33 KVincluding cutting in required
shape, including all labour and material as per the directions of EIC
1830 Supply of unskilled services for carryin
Supply of unskilled manpower for carrying out any unforeseen/ contingent nature job not covered under above items. This
will be purely on call basis an and when required.
1840 Unskilled manpower services 300 EA 507.76 152,328.00
1850 Welder with welding M/C and all accessor 110 EA 1,523.28 167,560.80
Welder with welding M/C and all accessories.
1860 Supply & application of consumables
Supply and application of electrical consumable at electrical system as per direction of EIC
1870 RTV SEALANT, SILICONE SEALANT, 100 EA 126.94 12,694.00
MOISTURE
RTV SEALANT, SILICONE SEALANT, MOISTURE RESISTANT, WITH APPLICATOR GUN, TYPE-NEUTRAL,
TEMPERATURE STABILITY -40ºC TO 150ºC, EXPIRY- MIN. 06 MONTHS FROM DATE OF SUPPLY. 1 PACK=310
ML (Make-STANVAC/ DOW CORNING/ BOSS) for sealing of lighting and power distribution board / motor TB
1880 ELECTRONIC COMPONENT CLEANER IN 100 EA 304.66 30,466.00
500 ML
ELECTRONIC COMPONENT CLEANER IN 500 ML CAN (Make - STANVAC/OKS 2621/ASV ENVIRO) for
switchgears maint.

1890 ALUMINIUM TAPE 2" 50 MICRON OF 20 100 EA 60.93 6,093.00


Mts ro
ALUMINIUM TAPE 2" 50 MICRON OF 20 Mts roll for sealing of lighting and power distribution board / motor TB
1900 PVC Tap roll 1.1KV, 19MM X 10M X 100 EA 14.22 1,422.00
0.125MM
PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Red colour)
1910 PVC Tap roll 1.1KV, 19MM X 10M X 100 EA 14.22 1,422.00
0.125MM
PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Yellow colour)

1920 PVC Tap roll 1.1KV, 19MM X 10M X 100 EA 14.22 1,422.00
0.125MM

Page 22 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Blue colour)
1930 PVC Tap roll 1.1KV, 19MM X 10M X 100 EA 14.22 1,422.00
0.125MM
PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Black colour)
1940 MAINTENANCE OF FEEDERS :Maintenance
of f
MAINTENANCE OF FEEDERS :Maintenance of following feeders including cleaning, tightening of connections,
replacement of defective components/spares. All consumables like cotton cloth, screws, nut bolts est.#s required, shall be
supplied by the contractor. All spares shall be supplied by GAIL.
1950 Lighting panels 1 EA 76.16 76.16
1960 Motor contactor feeders including LCS 10 EA 76.16 761.60
1970 Switch fuse units(16 amp to 630 amp) 5 EA 76.16 380.80
1980 Welding receptacles flameproof 2 EA 76.16 152.32
1990 Welding receptacle non-flameproof 2 EA 76.16 152.32
2000 Single phase, 24 V socket 2 EA 126.94 253.88
2010 Supply of 33 KV Grade Heat shrinkable in
Supply of 33 KV Grade Heat shrinkable indoor end termination kit
2020 HEAT SHRINKALE END TERMINATION 1 EA 18,787.12 18,787.12
JOINTING
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX185MM2, 33 KV, XLPE COPPER, EARTHED,
INDOOR
2030 33 KV Grade Heat shrinkable straight thr
33 KV Grade Heat shrinkable straight through termination kit
2040 HEAT SHRINKALE STRAIGHT THROUGH 1 EA 20,310.40 20,310.40
JOINTING
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX185 SQ MM, 33 KV, XLPE COPPER,
EARTHED, INDOOR
2050 6.6 KV Grade Heat shrinkable indoor end
6.6 KV Grade Heat shrinkable indoor end termination kit
2060 HEAT SHRINKALE END TERMINATION 1 EA 17,602.01 17,602.01
JOINTING
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx185MM2, 6.6KV, UNEARTHED
2070 HEAT SHRINKALE END TERMINATION 1 EA 17,009.96 17,009.96
JOINTING
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx (240-300)MM2, 6.6KV, UNEARTHED
2080 6.6 KV Grade Heat shrinkable straight th
6.6 KV Grade Heat shrinkable straight through termination kit
2090 HEAT SHRINKABLE STRAIGHT THROUGH 1 EA 15,402.39 15,402.39
JOINTIN
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx185MM2,6.6KV, UNEARTHED
2100 HEAT SHRINKABLE STRAIGHT THROUGH 1 EA 24,372.48 24,372.48
JOINTIN
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx (240-300) MM2,6.6KV, UNEARTHED
2110 JOINTING OF CABLE END TERMINATION, 2 EA 5,077.60 10,155.20
INDOO

Page 23 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Item : 3 - Group C - PART-3 - DS-1 & 2 Misc Work


Plant : 5010 - Pata (Petrochem)- Uttar Pradesh (UP)

S.No. Short Description Qty. UOM Rate Amount AHR


*
JOINTING OF CABLE END TERMINATION, INDOOR / OUTDOOR TYPE , HEAT SHRINKABLE JOINT
2120 JOINTING OF CABLE STRAIGHT 3 EA 5,077.60 15,232.80
THROUGH JOINT
JOINTING OF CABLE STRAIGHT THROUGH JOINT, HEAT SHRINKABLE JOINT
2130 Jointing / Splicing Of Ofc Cable, Restor 1 EA 5,077.60 5,077.60
JOINTING / SPLICING OF OFC CABLE, RESTORATION & END TO END TESTING

Work Order Item 00003 Basic Item Value : INR 3,646,212.27


(RUPEE THREE MILLION SIX HUNDRED FORTY-SIX THOUSAND TWO HUNDRED TWELVE AND PAISE
TWENTY-SEVEN ONLY)
Total Tax = 656,318.00
18 % GST (SGST 9 % + CGST 9 %)- Cenvatable-(SX)
Total item value including taxes & duties : INR 4,302,530.27
__________________________________________________________________________________________________

Total estimated contract value excluding all tax and duties : 41,354,753.49
(RUPEES FOUR CRORE THIRTEEN LAC FIFTY-FOUR THOUSAND SEVEN HUNDRED FIFTY-THREE & PAISE
FORTY-NINE ONLY)

Total estimated contract value inluding all tax and duties : 48,798,607.49
(RUPEES FOUR CRORE EIGHTY-SEVEN LAC NINETY-EIGHT THOUSAND SIX HUNDRED SEVEN & PAISE
FORTY-NINE ONLY)

*Service items marked YY under AHR column are AHR items. Any service item marked #Y or Y# confirmation is
required from authorized dealing officer who shall be final authority regarding AHR declaration. However, service items
marked #Y or Y# shall be treated as AHR unless confirmed Non-AHR by dealing officer.

Page 24 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Updation of GST Registration No., HSN code / SAC code in our SAP system
(To be filled by Vendor)

As you may be aware a comprehensive indirect tax reform by the name of Goods and Service Tax (GST) is proposed to be
introduced in India w.e.f. 01-July-2017 and all Government agencies are working seamlessly to achieve the target date for
its implementation. This is a fundamental and the biggest tax reform ever undertaken in the framework of indirect taxes and
impacts not only the rates of tax but also various business processes and associated documentation.

GST on the supply of goods and services, applicable right from the manufacturer to the consumer, will replace the existing
indirect taxes. An important aspect of transition into the new regime is the heavy emphasis on online matching of credits
i.e. matching of supplier and receiver data, the Tax payment and filing of valid returns would be perquisites for availing
Input Tax Credit (ITC), thereby making compliance with GST law essential for doing business. In case of non-matching of
data there will be huge blockage of working capital at every end. This will require to include the GST Registration Numbers
into Contract for material our system so that the information can be uploaded into the returns to be filed. Understanding of
and compliance with GST rules and procedures is a prerequisite for all of us to avail full Input Tax Credit and avoid
blockage of working capital.

We request you to kindly provide the GST Registration Numbers and other details in following format:

Vendor Country(IN) Region GST Registration No GST Classification

#GST Classification
Full GST Registered
Full GST PSU
GST Exempt
GST Compounding

In case you have multiple registration in different states, you may examine the above provision while informing your
relevant GST
registration Number.

Please also provide HSN Code for materials / SAC code for services (whichever is applicable) as per attached annexure.
We solicit your cooperation in aforesaid matter for timely release of payments as per new GST law.
We also request you to kindly upload the GST Registration Numbers at
below link and select vendor options:
https://gailebank.gail.co.in/gstn/frmGstnentry
In case you have multiple registration in single or different states, then please submit multiple time ,since system will allow
submission of one GST registration number at once.

Page 25 of 26
Vendor Code: 101004357 LOA No. : GAIL/PA19/86435/5300031987/AD
SHIVALEC ENGINEERING LOA Date : 23.12.2019

Service Details For SAC Code


(To be filled by Vendor)

S. No PO S.No Service Description SAC Code


1 1 Group C - PART-1 - DS-1 O&M Work
2 2 Group C - PART-2 - DS-2 O&M Work
3 3 Group C - PART-3 - DS-1 & 2 Misc Work

Page 26 of 26
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

SPECIAL CONDITION OF CONTRACT

For

ANNUAL MAINTENANCE CONTRACT FOR ELECTRICAL EQUIPMENTS,


PROVIDING ROUND THE CLOCK ASSISTANCE IN OPERATION AND
HEALTH MONITORING OF ELECTRICAL SYSTEM AT GAIL PATA
(PART-A)

AND

MISC. REPAIR & MAINTENANCE WORK OF ELECTRICAL SYSTEM AT


GAIL PATA
(PART-B)

SPECIAL CONDITION OF CONTRACT

Page 1 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

INDEX

___________________________________________________________________

1.0 INTRODUCTION
2.0 BRIEF DESCRIPTION ABOUT COMPANY
3.0 BRIEF DESCRIPTION ABOUT SITE LOCATION
4.0 BIDDERS TO CONFIRM FOR PART-A AND PART-B
5.0 TOOLS TACKLES & MEASURING INSTRUMNTS TO BE PROVIDED BY THE CONTRACTOR
(MINIMUM) for PART-A
Table-1 (Measuring instruments)
Table-2 (General purpose tools & tackles for assist the required job)
Table-3 (General purpose minimum consumable for assist the required job)
6.0 QUALIFICATION & EXPERIENCE FOR ASSISTANCE:
7.0 ANNUAL MAINTENANCE CONTRACT FOR PLANTS REPAIR & MAINTENANCE JOB AT
GAIL PATA - PART-B
8.0 RESPONSIBILITIES OF HIGH SKILLED SUPERVISOR DEPLOYED BY CONTRACTOR (FOR
PART A AND PART B)
9.0 APPLICABLE CODES AND SPECIFICATIONS:
10.0 ENGINEER-IN-CHARGE (EIC):
11.0 SITE ESTABLISHMENT:
12.0 UTILITY SUPPLY BY GAIL (POW ER, W ATER, AIR ETC.):
13.0 TIME OF COMPLETION / CONTRACT PERIOD:
14.0 MOBILIZATION PERIOD
15.0 FACILITY TO BE PROVIDED BY GAIL FREE OF COST:
16.0 DEFECT LIABILITY PERIOD.
17.0 TERMS OF PAYMENT:
18.0 PAYMENT OF W AGES TO DEPUTED CONTRACT EMPLOYEES:
19.0 SPECIFIC INSTRUCTIONS TO CARRY OUT THE SOR JOB :
20.0 PRICE REDUCTION SCHEDULE (PRS) / PENALTY:
21.0 INSURANCE POLICY COVERAGE UNDER EMPLOYEE COMPENSATION:
22.0 SCHEDULE OF RATES & QUANTUM OF JOBS:
23.0 MEASUREMENT AND BILLING:
24.0 SUPPLY OF EXTRA ITEMS
25.0 SAFETY, SECURITY RELATED CLAUSES:
26.0 OTHER CONDITIONS OF CONTRACT:
27.0 RESPONSIBILITY OF CONTRACTORS FOR COMPLIANCE OF LABOUR/ EMPLOYMENT
LAW S:
28.0 PENALTY AGAINST VIOLATION OF SAFETY, HEALTH AND ENVIRONMENT RELATED
NORMS:
29.0 GUIDELINES FOR IMPOSITION OF PUNITIVE FINES:
30.0 PHOTOGRAPHS / LABOUR PERMISSION / VEHICLE PERMISSION:
31.0 PERFORMANCE SCORE OF VENDOR

SPECIAL CONDITION OF CONTRACT

Page 2 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

1.0 INTRODUCTION

The Special Condition of Contract shall be read in conjunction with the General
Conditions of Contract, Schedule of rates, Details, and any other documents forming
part of contract, wherever the context so requires.

The total Scope of Work has been divided into two parts as under, however at the sole
discretion of EIC the services under these contracts can be utilized for other areas of
the GAIL, Pata plant as and when required.

PART-A: ANNUAL MAINTANANCE CONTRACT AND ROUND THE CLOCK


ASSISTANCE FOR ELECTRICAL SYSTEM AT GAIL PATA.

PART-B: MISCELLANEOUS REPAIR AND MAINTENANCE WORK OF ELECTRICAL


SYSTEM AT AT GAIL PATA.

GAIL (India) Limited is situated at Pata village in Auraiya district of Uttar Pradesh State
and the nearest Railway Station is Phaphund which is in between Etawah and Kanpur
Railway Stations. GAIL, Pata Unit is approximately 10.0 Kilometers from Phaphund
Railway Station. GAIL, Pata Unit is engaged in the production of LLDPE / HDPE / LPG
from natural gas. GAIL is one of the prestigious Maharatana Enterprises and ranks
among top ten companies in India. This plant handles and processes highly
inflammable and sensitive organic chemicals, the nature of equipment’s varies from
simple to highly complex. Total plant is divided into two parts, PATA-I (PC-I) and PATA-
II (PC-II).

PATA-I (PC-I) is having four major Units i.e., Upstream-I [Gas Processing Unit and Gas
Cracker Unit), Downstream-I (Linearly Low Density Poly-Ethylene Unit & High Density
Poly-Ethylene Unit), Integrated Off-site Plants-I and LPG Recovery Unit.

PATA-II (PC-II) is having three major units Upstream-II (Gas Processing Unit and Gas
Cracker Unit), Downstream-II (Linearly Low Density Poly-Ethylene Unit) and Integrated
Off-site Plants-II.

The Special Conditions of Contract shall be read in conjunction with the General
Conditions of Contract, ITB, Schedule of rates, Specifications, and any other documents
forming part of this contract, wherever the context so requires.

2.0 BRIEF DESCRIPTION ABOUT COMPANY


GAIL (India) Limited is situated at Pata village in Auraiya district of Uttar Pradesh State
and the nearest Railway Station is Phaphund which is in between Etawah and Kanpur
Railway Stations. GAIL, Pata Unit is approximately 10.0 Kilometers from Phaphund

SPECIAL CONDITION OF CONTRACT

Page 3 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

Railway Station. GAIL, Pata Unit is engaged in the production of LLDPE / HDPE / LPG
from natural gas which is being transported through the underground pipeline network
of GAIL from Mumbai Highway. GAIL is one of the prestigious Maharatana Enterprises
and ranks among top ten companies in India.

3.0 BRIEF DESCRIPTION ABOUT SITE LOCATION


Nearest Airport and Distance : Lucknow / 220 Km.
Railway station and Distance : Phaphund/10 Km.
Highway and Distance : NH-2/23 Km.
Important Town and Distance : Auraiya/ 23 Km.

4.0 BIDDERS TO CONFIRM FOR PART-A AND PART-B

4.1 IDENTIFICATION BADGE FOR WORKMEN:


Contractor shall arrange to get issued and arrange identity card to all the personnel
deployed by him for entry into the plant premises for safety and identification purpose.
4.2 The area of work shall be within the premises of GAIL, Pata. The offered AMC shall be
utilized for trouble free operation of Electrical equipment’s & its associated system and
other repair and maintenance job at the site for which details are as given below. The
contractor shall be familiar to work for Electrical equipment’s & providing round clock
assistance in operation and health monitoring of electrical systems and miscellaneous
jobs at various plant of GAIL, Pata.
4.3 Bidders should carefully study the contract documents completely and clarify their
doubts before quoting and filing the tenders. Later on, no relaxation or extra charges
shall be permitted or payable for insufficient knowledge or misunderstanding. Therefore,
tenderers should visit the site and get themselves acquainted with the operating system,
size of the plant, location of equipment’s etc. and quote accordingly.
4.4 Tenderers shall quote for each and every item, failing which GAIL (India) limited
reserves the right to summarily reject their tender.
4.5 Tenderers shall satisfy himself as regard to all the conditions of contract, Schedule of
Rates contained herein and the General Conditions of Contract of GAIL.
4.6 Wherever it is mentioned that Contractor shall perform / provide or do certain works, it
should be understood that the Contractor shall do so at his own cost and the quoted
rate deemed to have included the cost of such performance and provisions so
mentioned.
4.7 All the quantities given in the Schedule of Rates are indicative only and may increase or
decrease depending on the actual requirement / failure rates
4.8 The Contractor shall make its own necessary arrangements for the transportation and
accommodation at Dibiyapur area for its persons deployed for the service of this
contract so that they can attend the complaint/breakdown at any time. The Contractor
should have telephone and email facility at Dibiyapur for contacting and making it
practicable to attend the complaints at the earliest.
4.9 In case the company considers presence of any persons, engaged by the Contractor for
execution of this service contract, undesirable for security and other reasons

SPECIAL CONDITION OF CONTRACT

Page 4 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

(misbehavior or cause of any nuisance), the Contractor shall be required to take


immediate appropriate necessary action for removal of such persons from site.
4.10 The contractor shall have to provide safety gears to each of his employees at his own
cost every year. The samples of the helmet, safety shoe and cotton shirt & trousers
have to be got approved from the Engineer-in-charge. No personnel shall be allowed on
duty without wearing all safety gears. The contractor shall get his first payment of
running bill only after fulfilling the above requirements.
4.11 Contractor shall have to attend the complaints as and when required, which shall be
intimated by the EIC / Site-In-Charge of GAIL. All such complaints received shall have
to be properly recorded in a register kept for such purpose, to be maintained by the
Contractor.
4.12 The Contractor shall be solely responsible for making his own arrangements for
removing of scraps, wastes etc., resulting from the execution of jobs, to the place
indicated by EIC.
4.13 The Contractor shall ensure regular and effective supervision and controls of the
personnel deployed by him and give suitable directions/ instructions for each and every
job so as make them understand and keep them aware of the contractual obligations
and seriousness of the job.
4.14 Loss / Damage: Contractor shall be responsible for all Acts of their workers and loss or
damage caused on this account to GAIL's property or to any third party in any form shall
be Chargeable to Contractor's account. All materials issued to the Contractor by the
owner shall be preserved against deterioration while Under Contractor's custody any
damage / losses suffered on account of non-compliance with the Requirement
stipulated herein, shall be considered as losses suffered due to willful negligence on
part of the Contractor and he shall be liable to compensate GAIL for the losses suffered
at penal rates to be determined by the Engineer-In-Charge with reference to the rates
charged for the purpose of recovery and shall be final and binding on the Contractor.
4.15 No Bidder will claim of his ignorance regarding terms and conditions.
4.16 The Bidder should visit the site and get himself acquainted with the operating
system and quote accordingly.
4.17 Contractor shall be responsible for any loss occurring to GAIL while carrying out the job
due to negligence/lack of knowledge etc. Damages if any to the structures / equipments
during execution of work shall be made good by the contractor without any claim and
therefore should take utmost care while working.
4.18 The entire Job shall be carried out in safe manner. Workers engaged in unsafe work
shall be removed immediately. Contractor shall comply with all applicable safety laws
and he should be conversant with all statutory labour laws and regulations prevailing
during the contract and ensure to comply with the same and shall keep the GAIL
harmless and indemnified against any action brought against it for any violation and
non-compliance of any act etc. Contractor should be registered with labor commissioner
and such details to be submitted to GAIL at contractor’s own cost. Failure to comply
with statutory regulations would result in quantifiable deduction from running bill and / or
cancellation of contract.
4.19 Contractor shall be responsible for all acts of their personnel and loss and damage
caused to Gail’s property or to third party in any form due to any act or negligence of his

SPECIAL CONDITION OF CONTRACT

Page 5 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

personnel shall be chargeable to their account. If any liability is thrust upon GAIL which
is attributable to contractor staff, it will be charged to contractor’s account or recovered
from contractor’s bill.
4.20 All personnel, deployed at site by the contractor, shall be familiar with the working
culture and standards, safety norms prevailing in petrochemical / chemical processing
plants. All jobs are to be carried out under the proper supervision of contractor.
4.21 GAIL reserves the right to reject any one or all the personnel deployed by contractor on
the basis of their performance, conduct and discipline. If any replacement is sought by
“EIC”, the same shall have to be arranged by the contractor within 24 Hours or as per
instruction of “EIC”. In case of any dispute the decision of “EIC” shall be final and
binding.
4.22 The contractor shall ensure that the employees/ workmen employed by him, shall, at all
times, be neatly and properly dressed in appropriate cotton uniforms embroidered with
company’s/ agency’s name and shall be polite decent and courteous to all officers /
employees / workmen of GAIL and shall maintain high standard of discipline, decency
and decorum
4.23 In case it is found that terms and conditions of the contract are not being followed fully,
then GAIL will send notice to contractor to take remedial measures within 24Hrs. and in
case of neglect of the notice, suitable action shall be taken against the contractor at his /
her risk & cost which may include termination of contract.

5.0 TOOLS TACKLES & MEASURING INSTRUMNTS TO BE PROVIDED BY THE


CONTRACTOR (MINIMUM) for PART-A
The contractor has to provide the Brand new healthy tools, tackles and measuring
instruments with calibration certificate to their workers for performing all the SOR items,
all the tools & measuring instruments shall be provided within the 45 days from the date
of commencement of the contract. In case contractor fails to provide these measuring
instruments penalty will be imposed to the contractor as per SCC. The responsibility of
safe handling / storage of equipment’s lies with contractor. Quantity makes and type of
tools, measuring & electrical testing instruments and minimum consumable provided by
the contractor to their workers is listed below as Table-1, 2 and 3 In case of any
deviation in the below mentioned makes / model, Consent of EIC is required. Contractor
shall ensure the availability and healthiness of minimum these tools & measuring
instruments at any point of time. In case of faulty or damage of these minimum items
contractor shall provide the alternate by replacing or repairing the same within 15 days.
These measuring and testing instruments & tools will be the property of Contractor after
completion of AMC.

Table-1 (Measuring instruments)

No Description of Material UOM Reqd Qty Remark

SPECIAL CONDITION OF CONTRACT

Page 6 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

1 TONGTESTER, 0-300A, AC/DC EA 5

2 TONGTESTER, MILI AMPERE, 0-20A, AC/DC EA 2

3 LUX METER F/MEASURE THE LIGHT OUTPUT EA 2 Measuring


instruments
4 THERMOMETER,NON CONTACT,FLUKE-65 EA 2 required for each
section (US-1,US-
2,IOP-1,IOP-
5 MEGGER,1000V Fluke make - 1507 EA 5 2,DS-1 & DS-2)

6 MULTIMETER,DIGITAL,FLUKE-115 EA 2

Motor Checker Digital Make : Model EMC-38C,


7 EA 5
MCM MAKKE

Table-2 (General purpose tools & tackles for assist the required job)

Sr.
DESCRIPTION Unit Remark
No.
1 Insulated Combination Pliers, Make-Taparia EA
2 Insulated Nose Pliers, Make-Taparia EA
3 Insulated screw driver set 4” TO 12” Make-Taparia SET
4 Insulation mini Pliers, Make-Taparia EA
5 Line Tester, 500 Volt, Make-Taparia EA
6 Crimping Tools 2.5 Sq. mm. to 16 Sq.mm Make Jainson EA One complete
set consist of
items mentioned
7 ALLEN KEY SETS, 1mm to 10 mm, Make-Taparia EA
in sr.no-1 to 25,
8 Allen key with handle 5 mm, 6mm and 8 mm Taparia SET ( for each highly
skilled and
9 OPEN OR D-SPANNER SET, 6” TO 32” Make-Taparia SET skilled
assistance as
per wage
10 RING SPANNER SET, 6” TO 32” Make-Taparia SET
register )
11 PIPE WRENCH 12” Make-Taparia EA
12 Center, Punch Make Taparia EA
13 Knife, Make-Taparia UK-3 Steel EA
14 Mini Hexa EA Item No. 26 and
15 Monkey Plier, Make-Taparia (water pump plier) EA 27 are required
16 Adjustable Spanner -12” Make-Taparia EA for each section
(US-1,US-
17 Tool bag for carry the tools (one for each year) EA
2,IOP-1,IOP-
18 Tool box with lock (three tier taparia make) EA 2,DS-1 & DS-2)
19 Brass Hammer with wodden handle EA
20 Cheesal with rubber grip taparia EA
21 Measuring tap 5 Mts EA
22 LED tourch EA
23 MULTIMETER,DIGITAL,FLUKE-115 EA

SPECIAL CONDITION OF CONTRACT

Page 7 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

24 Tubular set ( 6X7, 8X9, 10X11, 12X13, 14X15, 16X17, SET


18X19, 20X22 WwITH Tommy Bar
25 Socket Set, Box Spanner with all sockets and accessories SET

26 Hand drill machine with drill bits up to 10 mm 1 No.


27 Pneumatic air Concrete drill machine with drill bits up to 1 No
20 mm

*Remarks- Suitable Lockers is to be provided by contractor to each of his employees for


storage of above tools & tackles.

Table-3 (General purpose minimum consumable for assist the required job)

Sr.
DESCRIPTION Qty Remark
No.
Electrical Contact cleaner OKS - 2621, 500 ml Can
1 (for switchgears maint. )
EA
One set consist of
2 PVC Tap roll (R,Y,B and black colour) SET items mentioned in
sr.no-1 to 4, Bi-
ALUMINIUM TAPE 2" 50 MICRON for sealing 50 Mts roll Monthly provided to all
3 (for sealing of lighting and power distribution board / motor EA highly skilled and
skilled contract worker
TB)
as per wage sheet
RTV Slicon sealent
4 (RTV Slicon sealant for sealing of lighting and power EA
distribution board / motor TB)

Note:
1. The responsibility of safe handling / storage of tools/tackles/instruments lies with
contractor. Suitable Lockers to be provided by contractor to each of his employees for
storage of above tools & tackles.
2. In case of faulty or damage of tools & instruments, contractor shall provide the alternate
by replacing or repairing the same within 15 days.
3. These measuring and testing instruments will be the property of contractor after
completion of contract.
4. Calibration of all the instruments to be done once in a year from certified agency /
laboratory. Calibration certificates to be submitted to EIC.
5. Healthiness of the instruments to be ensured throughout the contract.
6. In case contractor fails to provide any of the above items list in Table 1, 2 & 3, penalty
will be imposed to the contractor as per penalty clause of SCC.

6.0 QUALIFICATION & EXPERIENCE FOR ASSISTANCE:


Plants maintenance shall be carried out by qualified and experienced teams of
electrician supported by Highly skilled / skilled / semi-skilled services under supervision

SPECIAL CONDITION OF CONTRACT

Page 8 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

of qualified supervisor to be deputed by the Contractor. Details of Essential Qualification


and experience are given below.

Sr. Essential Qualification


Designation Job Description
No Experience
01 Supervisor / Maintenance Job Graduate in Electrical with one year /Diploma in
Contractor coordination and Electrical with Minimum 2 year relevant
(Highly Skilled) execution Experience/ ITI with 8 years in relevant field

02 Electrical Preventive/ ITI with 6 Year relevant experience or higher


Technician Breakdown qualification/experience shall be accepted OR as
(Highly Skilled) Maintenance per EIC consent
03 Electrical Preventive/ ITI with 2 Year relevant experience OR as per
Technician Breakdown EIC consent
(Skilled) Maintenance
04 Helpers (Semi - For supporting to Shall have 1-2 year work experience OR as per
skilled) above EIC consent

5 Unskilled For supporting NA

Note: There shall be separate working supervisor for Part-A & Part-B jobs.
7.0 ANNUAL MAINTENANCE CONTRACT FOR PLANTS REPAIR & MAINTENANCE
JOB AT GAIL PATA - PART-C

7.1 No Bidder will claim of his ignorance regarding terms and conditions.
7.2 The Bidder should visit the site and get himself acquainted with the operating
system and quote accordingly.
7.3 The contractor should deploy manpower as per requirement on the basis of job card
against PART-B and the details of man power deployment will be assessed by
supervisor.
7.4 The contractor shall have to provide safety gears and PPEs such as Helmet, Safety
Shoe, Dangri / Cotton shirts & trousers etc to each of his employees as per clause No.
24 of SCC. The samples of the helmet, safety shoe and cotton shirt & trousers ‘Dangri
have to be got approved from the Engineer-in-charge. No personnel shall be allowed on
duty without wearing safety gears. The contractor shall get his first payment of running
bill only after fulfilling the above requirements. If contractor fails to provide safety gears,
then GAIL shall provide all these items and shall deduct cost of such items from the
running bill of the contractor. However, safety equipments shall be provided by GAIL.
Contractor shall be responsible for accounting the same.
7.5 Contractor shall be responsible for any loss occurring to GAIL while carrying out the job
due to negligence/lack of knowledge etc. Damages if any to the structures / equipments
during execution of work shall be made good by the contractor without any claim and
therefore should take utmost care while working.
7.6 All the Job shall be carried out in safe manner. Workers engaged in unsafe work shall
be removed immediately. Contractor shall comply with all applicable safety laws and he
should be conversant with all statutory labour laws and regulations prevailing during the
contract and ensure to comply with the same and shall keep the GAIL harmless and

SPECIAL CONDITION OF CONTRACT

Page 9 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

indemnified against any action brought against it for any violation and non-compliance
of any act etc. Contractor should be registered with labor commissioner and such
details to be submitted to GAIL at contractor’s own cost. Failure to comply with statutory
regulations would result in quantifiable deduction from running bill and / or cancellation
of contract.
7.7 Contractor shall be responsible for all acts of their personnel and loss and damage
caused to Gail’s property or to third party in any form due to any act or negligence of his
personnel shall be chargeable to their account. If any liability is thrust upon GAIL which
is attributable to contractor staff, it will be charged to contractor’s account or recovered
from contractor’s bill.
7.8 The contractor shall make his own arrangement for removal of old as well as unused
material from the work site to the place indicated by EIC, after completion of work.
7.9 Boarding, lodging and transportation facilities for contractor’s personnel for
carrying out the work at site are to be made and borne by contractor at his own cost.
7.10 The rates quoted by the contractor in accordance with schedule of quantities /
rates shall be inclusive of all taxes, duties and other monitory expenditure
incurred by contractor. Minimum value of work is not guaranteed.
7.11 The contractor shall deploy competent and suitable personnel for carrying out jobs as
required under the contract. Contractor shall provide their staff with the appropriate tools
/ tackles and other resources required for proper execution of the job.
7.12 Contractor shall to engage minimum 2 skilled / high skilled category along with
semiskilled / unskilled as on requirement to comply the quality job of repair &
maintenance.
8.0 RESPONSIBILITIES OF HIGH SKILLED SUPERVISOR DEPLOYED BY
CONTRACTOR (FOR PART A AND PART B)

The contractor firm shall deploy a individual supervisor with full authority (for each Part
– A and Part – B separately) who shall supervise the Jobs, coordinate the jobs
envisaged, receive instructions, corresponding letters, etc. from Engineer-In-Charge
and ensure satisfactory performance of services. He shall also responsible for
compliance of all safety regulations. The major responsibilities of supervisor shall be as
follows:-
A. Supervisor shall be present at site in General shift at 09:15 Hrs on all working days. He
has to report to EIC on daily basis
B. Supervision of all maintenance jobs carried out safely by contract workers.
C. Marking attendance of all workers on daily basis and submission of attendance report to
EIC on daily basis.
D. Allocation of contract workers for identified job assistance on daily basis.
E. Follow up job for issuance of work permit.
F. Arrangement of gate passes in time for all contract workers.
G. Arrangement of resources and follow up for issuance of material from C&P store.
H. Submission of computerized annual wage sheet chart, attendance chart etc or any other
such report as desired by EIC from time to time.
I. Arrangement of skilled tech. / semi-skilled person during emergencies or for extra jobs.
J. Any other duty for smooth operation of contract as per instruction of EIC.

SPECIAL CONDITION OF CONTRACT

Page 10 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

K. Getting health checkup of all the contract workers working inside the plant for execution
of electrical maintenance jobs.

9.0 APPLICABLE CODES AND SPECIFICATIONS:


9.1 The job shall conform to the Indian Electricity Rules 1956 or latest revision and CEA
(Measures related to safety and electric supply) regulation 2010. Relevant Indian
standard specifications code of practice as modified upto date and CPWD specifications
as applicable.
9.2 Any other standard not mentioned above but otherwise considered necessary for the
satisfactory performance of the job shall also be applicable.
9.3 For smooth execution of the services contracted out herein it is expected that the
contractor will deploy qualified and experienced personnel who also meets the statutory
requirements.
9.4 The contractor will also be required to take repair work according to the priorities fixed
by EIC from time to time.
10.0 ENGINEER-IN-CHARGE (EIC):
The Engineer-In-Charge shall look after general supervision and direction of the work.
He shall be authorized to stop the work, whenever such stoppage may be necessary to
ensure proper execution of the contract. He shall also have authority to reject all work,
which does not conform to the specifications. The Engineer-In-Charge reserves the
right to suspend the work or part thereof at any time and no claim whatsoever on this
account will be entertained.

11.0 SITE ESTABLISHMENT:


Contractor is required to establish an office at site to administer, operate and maintain
the contract. The contractor is required to maintain the following at site as a minimum
requirement such as:
A. Trained personnel for maintaining the job and attending the breakdown.
B. Tools, tackles as per above mentioned list etc.
Owner will allocate a suitable space (If Available) for above purpose within the property
limit.

12.0 UTILITY SUPPLY BY GAIL (POWER, WATER, AIR ETC.):


GAIL will provide free drinking water, air and electricity at suitable points, if required, for
undertaking the maintenance job.

13.0 TIME OF COMPLETION / CONTRACT PERIOD:


The initial period of the contract shall be two years i.e. 24 months from the date of Letter
of Acceptance (LOA) / Fax of Acceptance (FOA) which can be further extendable for a
period of another 06 months based upon the job requirement on same rates, terms and
conditions at the sole discretion of GAIL. The decision of the “EIC” regarding extension
of the contract shall be final and binding on the contractor.

14.0 MOBILIZATION PERIOD

SPECIAL CONDITION OF CONTRACT

Page 11 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

The contract mobilization period shall be 07 (Seven) days from the date of Letter of
Acceptance (LOA) or intimation by EIC. Following documents have to be submitted
before starting the contract-

A. The contract agreement along with workman Compensation Insurance policy.

B. The essential Qualification and experience certificate of deputed contract


employees with self-attestation or attestation done by Gazetted officer/ Officer of
PSU/ Notarized by Notary public.

C. All required documents have to be submitted for Gate Pass.

D. The services can be requisitioned any time round the clock as and when desired
by the Site-In-charge. It will be obligatory on the part of the agency to provide
hiring services any time and all days of the week as desired by. Any delay in
mobilization shall attract penalty as per Tender conditions.

E. Letter to EIC for issuance of Form-V for issuance of labor license, in case of
requirement.

15.0 FACILITY TO BE PROVIDED BY GAIL FREE OF COST:


A. Space for office shall be provided by GAIL (If available) with electric power free
of cost. However, after expiring of the contract the contractors shall demolish his
office & clean the area to the satisfactions of EIC.

B. GAIL, at its own discretion may provide a space or a piece of land to the
Contractor for building up a shed/ storage area for works related to this contract
but all such facilities shall remain the property of GAIL and Contractor will not be
paid any compensation for such expenses.

C. GAIL shall provide the facility of Battery operated trolley, Hydra, Crane, Work
Benches, ladder, 4 wheel ladder etc., free of charge. .

16.0 DEFECT LIABILITY PERIOD.


The Contractor shall guarantee the work done for a period of six months from the date
of successful completion of work. Any damage or defect which may arise or remain
unnoticed in any way, with the equipment or material maintained by him or in the
workmanship shall be rectified or replaced by the Contractor at their own expense as
deemed necessary by the Engineer-In-Charge or in default the Engineer-In-Charge may
get the same to be made good by other agency and deduct expense (of which the
certificate of Engineer-In-Charge shall be final) from any sums that are due or at any
time thereafter becomes due to the Contractor or from the security deposit.

SPECIAL CONDITION OF CONTRACT

Page 12 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

17.0 TERMS OF PAYMENT:


Contractor shall submit monthly RA bills in triplicate to the Engineer-in-charge for
certification along with relevant documents such as measurement sheets; proof for e
banking payment, wage slip, PF related documents in original, etc., in support of the
claims. Payment shall be made by Finance Dept, GAIL Pata within 30 days of receipt of
bills.

18.0 SPECIFIC INSTRUCTIONS TO CARRY OUT THE SOR JOB :


18.1 The jobs shall only be carried out as per instruction of “EIC”.
18.2 The Contractor has to ensure cleanliness of area under the rule of safety and good
housekeeping.
18.3 The contractor shall ensure uninterrupted services for carrying out all SOR items by
providing sufficient resources etc. as per instructions of EIC.
18.4 The workforce deployed by the contractor must have required experience of the job.
18.5 Normally the work shall be carried out on round the clock in shifts and normal general
shift duty in working days. But due to the exigencies, it may so happen that work may
be required to be taken up Sunday, holiday or Second Saturday, which will be treated at
par with normal working days. No emergency charges shall be paid for providing
services on above occasions.

19.0 PENALTY:
Contractor shall execute the work as per the site requirement and as advised by
Engineer-In-Charge. Following penalty shall be imposed on contactor & will be directly
deducted from RA bill limited to maximum of 10% (ten percent) of monthly bill subjected
to maximum of 5% of total contract value. This penalty shall be in addition to PRS
clauses as deliberate in GCC.

19.1 PENALTY FOR NON-PAYMENT OF MINIMUM WAGES


Penalty of Rs.2500 /day shall be imposed on monthly running bill in any of the following
cases:
19.1.1 Delay in payment of wages by the stipulated time period i.e. latest by 7th of
subsequent month.
19.1.2 Non-payment of minimum wages to each and every contractor worker within the
stipulated time period i.e. latest by 7th of subsequent month at the rates as per
the Minimum Wages Act and as notified by the Regional/ Assistant labour
Commissioner (central), Kanpur from time to time.

19.2 PENALTY FOR NOT PROVIDING UNIFORM OR SAFETY GEARS:


19.2.1 Penalty of Rs 500.00 per day shall be imposed on monthly running bill in each
case if the contractor fails to provide 1st set of uniform and safety gears to
deployed employee within 30 days from date of commencement / mobilization of
the contract.

SPECIAL CONDITION OF CONTRACT

Page 13 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

19.2.2 Similarly Penalty of Rs 500.00 per day shall be imposed on monthly running bill
on account of failure of providing 2nd set of uniform and safety gears within 30
days of completion of one year contract.

19.3 PENALTY FOR NOT PROVIDING GENERAL TOOLS AND MEASURING


INSTRUMENTS:
General tools and measuring instruments have to provide each and every skilled and highly
skilled technician as per above mentioned list , If contractor fails to provide the same within
45 days from the Date of commencement of the contract, Penalty of Rs 20000/= per month
shall be applicable or prorate basis per days.
The period of penalty shall be counted after 45 days from date of commencement of the
contract till all the tools and measuring instruments available at site.

19.4 PENALTY FOR DELAY IN PAYMENT OF BONUS


In case of delay in payment of bonus after intimation letter from EIC for disbursement of
bonus, Penalty of Rupees 1000.00 per week shall be imposed and deducted from RA bill of
the contractor.

19.5 NOT PROVIDING SERVICES / ASSISTANCE / RESOURCES AS PER SOR


REQUIREMENT:

19.5.1 The penalty shall be imposed for not reporting supervisor @ of Rs. 200/ day
/person
19.5.2 The penalty shall be imposed for not providing Highly Skilled man power @ of
Rs. 200/ day /person.
19.5.3 The penalty shall be imposed for not providing skilled man power @ of Rs. 100/
day /person.
19.5.4 The penalty shall be imposed for not providing semi-skilled man power @ of Rs.
50/ day /person.
NOTE: Penalty shall be calculated on monthly basis at the time of billing.

19.6 PENALTY CLAUSE FOR PART-B SOR JOBS :-


The jobs carried under item rate shall be executed by the contractor purely on the basis of
requirement arising from time to time during entire contract period. Contractor shall execute
the work as per the site requirement and as advised by Engineer- in –charge. Penalty @
Rs. 50 (Rupees Fifty) per day beyond the 15 Days delay from the instruction of job in-
charge.
20.0 INSURANCE POLICY COVERAGE UNDER EMPLOYEE COMPENSATION:

The Contractor/contracting firm shall obtain comprehensive insurance policy under


Employees Compensation Act,1923 up to Rs.10.86 lacs per contract worker covering all
risks such as accidents, injuries and death likely to be caused to his workers or -to a third
person including loss to the properties of Owner /GAIL or to some other agency. The
premium amount should be deposited with the insurance agency by the contractor regularly
and without any delay, failing which no RA Bill shall be forwarded by EIC for the payment.

SPECIAL CONDITION OF CONTRACT

Page 14 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

In case of any accident resulting in injury or death in respect of the personnel deployed by
the contractor during the execution of the work, the contractor shall be solely responsible
for payment of adequate compensation, insurance amount, etc. to the person injured/next
kith and kin of the deceased. Contractor accepting this clause and signing the tender
implies that they have indemnified GAIL from such liabilities.

21.0 SCHEDULE OF RATES & QUANTUM OF JOBS:

21.1 The quantities shown in schedule of rates are for a period of two years.
21.2 Payment shall be made only for the actual jobs carried out, duly certified by the EIC.
GAIL does not give any guarantee regarding quantum of jobs. The decision of “EIC”
regarding operating the schedule of quantities shall be final and binding to the
contractor.
21.3 All temporary and ancillary works including enabling works connected with the works
shall be the responsibility of the contractor and the price quoted in the SOR by them
shall be deemed to have included the cost of such works.

22.0 MEASUREMENT AND BILLING:


All measurement shall be in metric system (if applicable) Contractor shall submit Running
account bill on monthly basis in triplicate as per the schedule of rates and actual
measurement in prescribed format with the full details of work for the period of billing.
23.0 SUPPLY OF EXTRA ITEMS
GAIL shall provide all necessary spares and consumables for maintenance and operation
job. In case of non-availability of any material with GAIL, contractor shall supply that
material as pre the instruction of EIC. For such supply, contractor shall be paid 10% over
and above the billed amount for purchase of that material upon certification by EIC.

24.0 SAFETY, SECURITY RELATED CLAUSES:

Contractor shall provide following safety gears


24.1 One sets of Cotton Uniform per year for each employee.
24.2 Two numbers Cotton Dangri (Single / Two piece) for each employee in one years
24.3 One pair Safety shoes per person every year. If any brakeage occur during a year,
same shall be replaced.
24.4 Two pair cotton socks per person every year.
24.5 Safety helmet (Blue colour) per person as on requirement.
24.6 One pair of cotton gloves per person bi-month.
24.7 One woolen jacket per person in two years.
24.8 One Safety goggles per person in one years
24.9 Five (05 nos.) full body safety belt for height job in each area of work.
24.10 Two (2 Nos.) net Safety net made out of ISI polypropylene rope, the boarder rope of net
is provided with engaging knot hooks for quick fixing at appropriate fixture. Mesh rope:
4mm dia, mesh size: 4 inch X 4 inch; Border rope; 12mm dia. Knots shall be positive
interlocked. Nylon rope hooks of 12 mm dia shall be provided at all the four corners.
Size of net 3 Meter X 3 Meter.

SPECIAL CONDITION OF CONTRACT

Page 15 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

No technician, helper will be allowed on duty without wearing the uniform and necessary
safety wears. If contractor fails to provide safety gears, then GAIL shall provide all these
items and shall deduct cost of such items from running bills of contractor. However, special
safety gears will be provided by GAIL. Contractor will be responsible for accounting of the
same. The specification of PPEs is mentioned below for maintaining the quality. Minimum 5
Nos. of safety belts are to be maintained as per specification mentioned below by the
contractor at site, to all the personnel deployed for the execution of the SOR jobs. Further,
any guidelines/ regulation/ penalty etc., with regards to this clause notified by HR/ F&S/
Central agency of GAIL from time to time during execution of contract shall be binding on
the contractor.

Sr.
SPECIFICATION OF SAFETY HELMET
No.
1 Industrial safety helmet manufactured from high quality, high impact, heat &
chemical resistant HDPE material designed to take on clip on accessories like
face shields, ear defenders and welding visors without the need for drilling on
the helmet. This helmet shall be made with or without fluorescent radium
pigment so that the helmet glows in the dark.
2 The helmet should be provided with sweat band and synthetic adjustable and
removable chin strap.
3 Vendor shall submit the approval certificate of BIS, DGMS & CE along with
offer.
4 Manufactures name year of manufacture and BIS, IS, DGMS, mark shall be
embossed on the head band on the shell.
5 Make : Roclite / Karam/ Approved by EIC (Blue clour)
6 Marking: The helmet shall be having IS: 2925-1984 mark on the shell and
head band and DGMS &CE approval mark on shell.

Sr.
Specification of Industrial Safety Shoes
No.
1 Light weight high quality industrial safety shoes made from black colour
mammal leather with grain finish and shall be necessarily either IS marked or
ENS approved and confirming to following specifications.
2 TYPE: Safety shoe having four eyelets suitable for use in industries, should
be safe, elegant and comfortable in wearing in different sizes.
3 COLLAR: foam padding shall be provided around the collar with high quality
filament mat (fiber reinforced thermoplastic resin) for greater comport.

4 STEEL TOE CAP: ISI marked bearing no. IS 5859 or EN 345 mark with finish
as per the size of shoe. Certificate shall be sent along with offer.

5 SOLE: Made of black coloured dual density PU (polyurethane) chemical to make shoes,
durable, flexible and light in weight. Sole shall be Nonskid antistatic having acid & alkali

SPECIAL CONDITION OF CONTRACT

Page 16 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

resistant, shock absorbent, heat resistant, water and oil resistance as per IS / International
standard. Certificate must be enclosed in this regard along with offer for technical scrutiny.
6 SOLE FIXING: Direct Injection molding process.
7 MAKE: BATA, Action, Karam, Liberty.

Sr.
SPECIFICATION OF SAFETY BELT
No.
1 Safety belt Full body harness shall be with double polyamide rope lanyards.
2 Safety full body harness shall be of Polyamide webbing in two colors made of
adjustable 45mm + 2mm polyamide shoulder, thigh seat, and chest and waist straps.
3 The safety harness shall be provided with adjustable buckles in high strength zinc
plated steel, 2 chest attachment D-Ring and a dorsal attachment D-Rings with ID
plates.

Sr.
SPECIFICATION OF COTTON UNIFORM / DANGRI (one piece / two piece)
No.
1 The cotton uniform, Dangri (one piece / two piece) and cotton Shocks shall be
100 % pure cotton.
2 The third party test certificate is required to approval of EIC.

24.11 Special safety equipment like breathing apparatus, gas masks etc. shall be provided by
GAIL. Eyes’ protection kits will also be provided by GAIL, whenever required. Contractor
will be responsible for accounting of the same.
24.12 All jobs are to be carried out under “Permit system” on receipt of the intimation from S/I
or site engineer .The contractor has to cross check for ensuring availability of “Safety
work permit” duly signed by process/safety personnel with mechanical S/I or site
engineer before starting the jobs. The contractor has to comply all safety requirements
for the execution of the job, as per instructions of Plant Safety Officer / "ENGINEER-IN-
CHARGE". Contractor shall intimate the concerned S/I or site engineer after completion
of job. Further, any guidelines/ regulation/ penalty etc with regards to this clause notified
by HR/ F&S/ Central agency of GAIL from time to time during execution of contract shall
be binding on the contractor.
24.13 Contractor shall maintain first aid facility for his employees, however first aid available
with GAIL will be provided by GAIL if available. Remaining expenditure towards
treatment of contractor’s employee will be borne by contractor.
24.14 The Contractor shall have to take adequate security measure for security of their office,
equipment, machinery, tool & tackles and material. In the case of theft or loss, GAIL will
not be held responsible
24.15 All the employee of contractor should observe the security and safety related rules and
regulations introduced from time to time by GAIL, Pata management.

SPECIAL CONDITION OF CONTRACT

Page 17 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

25.0 OTHER CONDITIONS OF CONTRACT:

25.1 No bidder will claim his ignorance regarding terms and conditions.
25.2 Bidder should have valid class ‘A’ Electrical contractor license in his own name/Firm, If
the bidder is proprietorship firm. For partnership firm / Company, electrical contractor
license of “A” class should be in the name of partners / Company.
25.3 In case bidder registration is from other states where class ”A” license is not being
issued, bidder should submit vailed authorization certificate / license to carry out
electrical job issued by concerned state government agency as per state government
regulations.
25.4 Contractor shall get the license renewed latest within 4 months after the expiry.
However renewal application has to put up by contractor well before the expiry of
license.
25.5 The bidder should visit the site and get himself acquainted with the operating
system and quote accordingly.
25.6 The contractor should deploy adequate number of qualified and experienced personnel
to discharge the contractual obligations effectively.
25.7 GAIL reserves the right to replace any person due to misbehavior or lack of knowledge.
Replacement should be done by the contractor within 24 hours of intimation by GAIL.
25.8 Contractor shall be responsible for any loss occurred to GAIL while carrying out the job
due to negligence/lack of knowledge etc. Damages if any, to the structures /
equipment’s during execution of work will be made good by the contractor without any
claim and therefore should take utmost care while working.
25.9 The entire Job shall be carried out in safe manner. Workers engaged in unsafe work
shall be removed immediately. Contractor shall comply with all applicable safety laws
and he should be conversant with all statutory labour laws and regulations prevailing
during the contract and ensure to comply with the same and shall keep the GAIL
harmless and indemnified against any action brought against it for any violation and
noncompliance of any act etc. Contractor should be registered with labour
commissioner and such details to be submitted to GAIL at contractor’s own cost. Failure
to comply with statutory regulations would result in quantifiable deduction from running
bill and / or cancellation of contract.
25.10 Contractor shall be responsible for all acts of their personnel and loss and damage
caused to GAIL’s property or to third party in any form due to any act or negligence of
his personnel shall be chargeable to their account. If any liability is thrust upon GAIL
which is attributable to contractor staff, It will be charged to contractor’s account or
recovered from contractor’s bill.
25.11 The contractor shall make his own arrangement for removal of old as well as unused
material from the work site to the place indicated by EIC, after completion of work.
25.12 Boarding, lodging and transportation facilities for contractor’s personnel for
carrying out the work at site are to be made and born by contractor at his own cost.
25.13 The value of work under this contract shall be as per attached Schedule of
Quantities. Actual work may vary to any extent plus or minus to the attached
Schedule of rate. Minimum value of work is not guaranteed.

SPECIAL CONDITION OF CONTRACT

Page 18 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

25.14 Contractor shall solely responsible for payment of minimum wages, workmen insurance,
provident fund for the personnel deployed by him for the contract. The contractor shall
deploy compete and suitable personnel for carrying out jobs as required under the
contract. Contractor shall provide their staff with the appropriate tools / tackles and
other resources required for proper execution of the job.
25.15 The terms and conditions mutually agreed upon with respect of this agreement shall be
subject to force majure. Neither the contractor nor the company shall be considered in
the performance of its obligations hereunder if such performance is prevented or
delayed because of epidemic, accidents, fire, wind, flood or because of any law & order
proclamation, regulation of ordinance of government or act of god. Should one or both
parties be prevented from fulfilling their contractual obligations by state of force majure
lasting continuously for a period of one week, the two parties should consult each other
regarding future implication of contract.

26.0 HR STANDARD CONDITIONS SCC PART I : (RESPONSIBILITIES OF THE


CONTRACTOR FOR COMPLIANCE UNDER LABOUR/INDUSTRIAL LAWS)

A. CONTRACTOR TO ENSURE THE PAYMENT OF WAGES AND EXTEND COVERAGE


UNDER SOCIAL SECURITY LEGISLATION TO CONTRACT WORKERS

Sl. No. Wage components Rates


1. Minimum wage/ GAIL Minimum Rates of wages as notified by Central
notified rate Government or State Government or GAIL notified rate,
whichever is higher, on the date of floating the tender and
subsequently any escalation / de-escalation by the Govt.
Notification.
2. Employees’ Provident The rates notified by Appropriate Government under the
Fund contribution EPF & MP Act, 1952 for contribution and administration of
including Employee (i) EPF Scheme, 1952 (ii) EPS, 1995 and (iii) EDLI
Deposit Linked Insurance Scheme, 1976 prevailing on the day and subsequent
(EDLI) & Administrative amendment if any.
charges
3. Employees’ State The rates of contribution as prescribed by the Government
Insurance(ESI) with specific notification on the date of floating of tender
contribution or Insurance and subsequent changes if any as per Government
policy coverage under Notification.
Employee’s In case the work center is situated, in an ESI non-
Compensation Act,1923 implemented area / contract workers are drawing salary
beyond the prescribed ceiling under ESI, it must be ensured
that the contractor/contracting firm should extend coverage
to the contract workers through Employee Compensation
Policy, to meet the Compensation Liability under
Employee’s Compensation Act, 1923 along with Medical
Liability.

SPECIAL CONDITION OF CONTRACT

Page 19 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

4. Bonus Contractor to ensure the minimum bonus within the


prescribed time frame i.e. 8 months from the closure of
accounting year under the Payment of Bonus Act, 1965 and
submit proof of payment of bonus in Form – C and
Form – D to GAIL.

5. Death Gratuity In case of Death or disablement of a Contract worker during


execution of work under the CONTRACT, Contractor has to
pay the GATUITY as per provision under the Payment of
Gratuity Act 1972 and submit proof of having paid the same.

6. Leave with Wages as per Earned leave be regulated in terms of Factories Act / Rules
Factories Act /Rules. Framed there under. Other leaves be regulated as per
Statutory Provisions applicable in the State.
Contractor to maintain proper record and Register as
prescribed under Statutory provisions.

7. Safety Kits & Liveries in Cost of Safety Kit & Liveries in terms of Safety provisions
terms of Safety under Factories Act, 1948 (for workers working in factories
Provisions under only). The contractor to provide safety kits and liveries (i.e.
Factories Act , 1948 (For shirts, trousers, socks and safety shoes as per safety norms
workers working in of GAIL) and submit proof of purchase & distribution with
Factories and GAIL.
Construction activities )
8. Maternity Benefit to Contract to regulate the same in line with the provisions
women Contract workers under the Maternity Benefit Act 1961. In case replacement
under Maternity Benefit is provided by the Contractor in lieu of the Women workers
Act, 1961 where ESI Act, availing Maternity leave, her name should not be struck
1948 is not applicable. from the Muster Roll/Attendance Register during the period
of Maternity Leave.

B. Overtime :

Overtime for working extra hours / Compensatory off, to be provisioned in the Contract value as per
requirement under Factories Act, 1948 or Shops & Establishment Act of the respective State. Payment of
overtime in the event of emergencies of work, should be made and maintained in Wage Register (FORM
- B).

C. Provisions of Inter State Migrant Workmen:


Further, for the activities involving Migrant Workers, in addition to aforesaid heads, provision must be
made in the contract value under the following heads for the compliance of provisions of Inter State
Migrant Workmen Act, 1979:

SPECIAL CONDITION OF CONTRACT

Page 20 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

Sl. No. Wage Rates


components
1. Displacement 50% of Minimum wages of a month as one time displacement allowance
Allowance at the time of recruitment by the contractor in terms of section 14 of Inter-
State Migrant Workmen Act,1979.
2. Journey In terms of section 15 of Inter -State Migrant Workmen Act,1979, to &
Allowance fro journey fare equivalent to rail sleeper class as applicable to C & D
class of Central Govt. employees for 4 members of the family.(Self,
spouse and two children).

D. Unless otherwise specifically mentioned in the Special Condition in the Contract, the
contractor shall bear any upward revision in the rate of Minimum Wages, including
but not limited to any kind of unprecedented or steep hike over and above the half
yearly revisions of variable dearness allowance from time to time at its own cost during
the contract period.

SPECIAL CONDITION OF CONTRACT

Page 21 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

27.0 HR STANDARD CONDITIONS OF SCC : PART II : (COMPLIANCES UNDER


VARIOUS LABOUR LAWS)

i. The Employees Provident Fund & Miscellaneous Provisions Act 1952:

a) The contractor shall have his own PF code no. with the RPFC as required under
Employee PF & Miscellaneous Provisions Act, 1952 and extend benefits of
Employees Provident Fund 1952, Employee Deposit Linked Insurance 1976 and
Employee Pension Scheme 1995 to contract workers deployed.
b) The contractor has to ensure compliance under EPF 1952, EPS 1995 & EDLI 1976.
c) The contractor should submit copies of separate e-Challans / ECR, in respect of
contract workers engaged through this contract only, with an e-
acknowledgement from PF office, (reflecting TRRN No. of ECR and Challan
Status as “Payment Confirmed”) on a monthly basis. Common challans would not
be acceptable in GAIL.
d) PF is mandatory irrespective of the wages paid by the Contractor to workers i.e.
even workers drawing wages more than the prescribed ceiling, has to be made
to the member. The exclusion be carried out as per provisions of EPF Scheme 1952.

ii. The Payment of Wages Act 1936:

a) Ensure Monthly timely disbursement of Wages through e-banking / digital mode through
cashless transaction only, and avoid illegitimate deductions and maintained records /returns as
prescribed.
b) The contractor shall be solely responsible for the payment of wages and other dues to the personnel,
if any, deployed by him latest by 7th day of the subsequent month in the presence of Engineer In-
Charge.
c) After disbursement of wages the authorized representative and Engineer In-Charge have to certify
the payment of wages to the contract workers and sign the Wage Register - Form B (under The
Ease of Compliance to Maintain Registers under various Labour Laws Rules, 2017) jointly with
specific seal detailing name/designation/Company.
d) The payment / disbursement is to be carried out cashless through net banking/ digital mode and
certification is to be done based on Bank Statement in the same manner.

iii. The Minimum Wages Act 1948 :

Ensure the Minimum wages as prescribed in the Schedule above monthly without further
bifurcation of the same. The Minimum Wages in case of revision shall be revised and paid to the
Contractor workers by the Contractor ensuring the statutory compliance under EPF Act and ESIC
i.r.o. the revised wages. The rates of Minimum Wages declared by Central Labour Department or

SPECIAL CONDITION OF CONTRACT

Page 22 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

State Labour Department, or GAIL Notified Rates (if any) whichever is higher shall be made
applicable during the tenure of contract.

iv. The Employees State Insurance Act 1948: (If applicable)

a) The contractor shall have his own ESI code No. allotted by Employee State Insurance Corporation
(ESIC) as required under Employee State Insurance Act 1948.
b) The contractors shall submit the Separate eChallans / ECR along with bank receipts/bank
statement on monthly basis as a part of compliance and proof of depositing of ESI contribution
with ESI Authorities.
c) The contractor has to arrange Smart Cards(i.e. ESI Identity Card) /e-Pehchan Card to contract
labours engaged by him from the Corporation.
v. The Employees Compensation Act 1923:
In case the WORK PLACE is out of the notified area under ESIC i.e. ESIC non-implemented area
and in case of excluded employees under ESIC, the Contractor is required to take a POLICY from
IREDA approved Insurance Company taking into consideration the maximum compensation
liability (i.e. Rs. 10.86 Lakhs per employee) under Employee Compensation (i.e. EC) and Medical
Policy towards medical expenses liability in lieu of ESI @ 4.75 % of wages annually extending
coverage to all workers.
vi. The Maternity Benefit Act 1948:
In case of any woman contract worker eligible for benefit under the Act, contractor should abide by
the regulation and should not remove her name from Employee Register (Form A) during the
period.
vii. The Payment of Bonus Act, 1965:
Contractor to ensure the minimum bonus within the prescribed time frame i.e. 8 months from the
closure of accounting year under the Payment of Bonus Act, 1965 and submit proof of payment of
bonus in Form – C and Form – D under the Act to GAIL.
viii. The Inter State Migrant Workmen (RECS) Act 1979: (if applicable)
All Migrant Workmen should be paid Displacement Allowance and Journey Allowance before
commencement and after completion of the work and other benefits as prescribed.
ix. The Payment of Gratuity Act 1972 :
In case of Death or disablement of a Contract worker during execution of work under the contract,
Contractor has to pay the GATUITY as per provision under the Payment of Gratuity Act 1972 and
submit proof of having paid the same.
x. Factories Act, 1948 / Shops & Establishment Act :
Casual Leave/Earned leave /Gazetted Holiday be regulated in terms of Shops and Establishment
Act /Factories Act /Model or GAIL Standing Order.
xi. Provision of Compensatory Off/Overtime Wages :
Compensatory Off/Overtime Wages are Mandatory Provisions and be regulated as per the
regulation and paid to the Contractor workers regularly. Contractor to ensure maintain records and
register as prescribed.
xii. Industrial Dispute Act 1947 :

SPECIAL CONDITION OF CONTRACT

Page 23 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

The provisions under Industrial Dispute Act 1947 pertaining to Lay-Off should be observed and
lay-off compensation should be ensured to effected workmen.
xiii. Building and Other Construction Workers (Regulation of Employment and conditions of
Services ) Act 1996 : (If applicable)
The provision under Building and Other Construction Workers (Regulation of Employment and
conditions of Services) Act 1996 along with Rules 1998 with Cess Act and Rules should be ensured
through Contractor exclusively for Project Works.
xiv. Mines Act 1952 : (If applicable)
The Provisions under the Mines Act 1952 and Rules 1955/85 must be regulated through the
Contractor exclusively for work undertaken by E&P Group.
xv. Contract Labour (R&A) Act, 1970 :
a. The contractor is required to obtain Labour license under the provisions of Contract Labour (R&A)
Act, 1970 from the office of Licensing Officer, Central Labour Authority, Ministry of Labor and
Employment, Govt. of India having jurisdiction of the Region.
b. The contractor shall discharge obligations as provided under Contract Labor (R&A) Act, 1970 rules
and regulations framed under the same and enforced from time to time.
c. The Contractor shall ensure Regular and effective supervision and control of the deployed contract
workers and give suitable direction for undertaking the Contractual Obligation and meeting all
statutory obligation for genuineness and non- camouflaged state of the Contract.

Additional Responsibilities of the Contractor:


i. The contractor shall be solely responsible and indemnify the GAIL against all charges, dues, claim
etc. arising out of the disputes relating to the dues and employment of personnel, if any, deployed
by him.
ii. The contractor shall indemnify GAIL against all losses or damages, if any, caused to it on account
of acts of the personnel, if any, deployed by him.
iii. All personnel deployed by the contractor should be on the rolls of the contractor.
iv. No contract worker below the age of 18 years and above superannuation age of 58 years, as
prescribed under EPS, shall be deployed on work.
v. The personnel to be deputed by the contractor shall observe all security, fire and safety rules of
GAIL while at the site/work. His Work/Services will be supervised by the supervisors of
contractor. Contractor has to be strictly adhering to guidance, instruction whenever required. A
copy of the work order should be with the Security Department for facilitating the movement of
men, machine and materials involved in the contract. At no point of time GAIL official should
issue requisition to the Gate for movement of labour.
vi. While confirming to any of these conditions, the contractor should ensure that no law of state
regarding labor, their welfare, conduct etc is violated. The contractor shall indemnify GAIL for any
action brought against him for violation, non-compliance of any act, rules & regulation of center /
state / local statutory authorities.
vii. All existing and amended safety / fire rules of GAIL are to be followed at the work site.
viii. Contractor shall ensure payment of wages to the personnel employed and meet all statutory
obligations of payment as per Minimum Wages act 1948 and payment of wages Act 1936.

SPECIAL CONDITION OF CONTRACT

Page 24 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

ix. In case of accident, injury and death caused to the contract workers while executing the Work under
the contract, the contractor shall be solely responsible for payment of adequate compensation,
insurance money etc. to the next kith & kin of injured / diseased. Contractor shall indemnify GAIL
from such liabilities.
x. The contractor shall not employ or permit to be employed any person suffering from any
contagious, loathsome or infectious disease. The contractor shall get examined the deployed
contract workers from a civil Govt. doctor.
xi. No contract workers or person of contractor (including contractor) be allowed to consume alcoholic
drinks or any narcotics within the plant premises. If found under the influence of above, the owner
/ GAIL will terminate the contract immediately and may refer the case to police.
xii. The contractor hereby agrees to indemnify owner / GAIL and harmless from all claims, demands,
actions, cost and charges etc. brought by any court, competent authority / statutory authorities
against owner/GAIL.
xiii. The Contractor to maintain all Register and other records at an Office or the nearest convenient
building within the precincts of the work place or at a place within a radius of three kilometers.
xiv. Supervision and control for the contract for service rests on the contractor and as such contractor
and its authorized representatives, duly accepted by GAIL, are only allowed to enter the premises
for execution of the contract.
xv. The Engineer In charges is authorized to certify the Wages Register maintained by Contractor and
accordingly as and when attendance to be checked EIC can ask for such registers which must be
submitted by the contractor or his representative to the EIC.
xvi. While engaging the contractual manpower, Contractor is required to make efforts to provide
opportunity of employment to people belonging to Scheduled Castes and Weaker Sections of the
Society also, in order to have a fair representation of these sections.
xvii. The Contractor/Agency (including his sub-contractor/Petty Contractors etc) will undertake police
verification in respect of the contract workers engaged by him in GAIL’s premises. Such
verification will have to be carried out from concerned police station of their permanent place of
residence/present place of residence.
xviii. Further, the Contractor/agency is advised not to deploy any person having past criminal record in
the establishment/premises of GAIL under this contract awarded to him.
xix. In the event of violation of above clauses at (xvii) and (xviii), the contractor/agency will be solely
responsible for this.
xx. If any such worker having criminal record is deployed by the Contractor/Agency in the premises of
GAIL and has come to the notice of GAIL at any point of time, he will be removed by the
Contractor/Agency forthwith, failing which that particular worker of the Contractor/Agency will
not be allowed to enter into the premises of GAIL.
xxi. Contractor shall ensure that all its personnel deployed under this contract have obtained
additional insurance coverage under the Pradhan Mantri Suraksha Bima Yojana (PMSBY)
and Pradhan Mantri Jeevan Jyoti Bima Yojana (PMJJBY) through the participating banks
and submit the proof of such insurance coverage to the satisfaction of GAIL. The cost of the
insurance premium amount for both the above schemes shall be borne by the contractor
giving evidence/proof to GAIL in this respect and Contractor shall suitably consider the same
in their bid.
Both the schemes are to be regulated continuously on yearly basis and the same should be
renewed on each successive relevant date in subsequent years

SPECIAL CONDITION OF CONTRACT

Page 25 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

Compliance of Government of India directives:


i. Payment through Aadhar Payment Bridge and Employment of Aadhar Card Holder:
As per communication received from Ministry of Petroleum and Natural Gas vide letter dated
03.06.2013, Contractors are required to give preference to those contract worker who either have
Aadhar Card or have applied for Aadhar Card or agreed to apply for Aadhar Card to establish their
genuineness and payments may be made to them through Aadhar Payment Bridge to the extent
possible.
ii. Labour Identification Number (i.e. LIN) Registration(Mandatory)
The Unified Shram Suvidha Protal, developed by Government of India, facilitates reporting of
Inspections & submission of Returns and has also been envisaged as a single point of contact
between employer, employee/ contract worker and enforcement agencies bringing in transparency
in their day-to-day interactions. For integration of data among various enforcement Agencies, the
Contractor, as an inspectable unit, is required to register and obtain Labour Identification Number
(i.e. LIN) from Shram Suvidha Protal and submit the same in GAIL.
iii. Pradhan Mantri Rojgar Protsahan Yojna (PMRPY) Scheme
In order to support the Govt. of India’s Initiative on Employment Generation, the contractor must
register for Pradhan Mantri Rojgar Protsahan Yojna (PMRPY) Scheme. Compliance made
under this scheme and any benefits drawn may be informed to GAIL so as to derive the legitimate
Employer’s PF Contribution and adjustment thereon.

SPECIAL CONDITION OF CONTRACT

Page 26 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

28.0 HR STANDARD CONDITIONS OF SCC : PART III

Documents to be submitted by the Agency/contractor to Engineer In- Charge at various stages


during the currency of the contract:
i. Immediately after issuance/receiving of Letter of Intent (LOI):
1. Details as required for issuance of FORM - VII (Notice of Commencement of Work)
2. Application for issuance of FORM –III (Form of Certificate by Principal Employer ) for
obtaining Labour License from Licensing Authority for engaging 20 or more contract workers
.
3. Copy of FORM - VI (License) before commencement of work if 20 or more contract workers
are engaged.
4. Copy of Provident Fund Registration Certificate issued by concerned Regional Provident
Fund Commissioner.
5. Copy of Employee State Insurance Registration Certificate issued by concerned ESIC. Where
ESI Act is not applicable, copy of Insurance Coverage under Employee Compensation Act,
1923 of appropriate value.
6. Copies of ESI Identity Cards / E-Pehchan Cards of persons to be engaged in GAIL (where ESI
Act, 1948 is applicable).
7. Copies of Nomination cum Declaration prescribed under The Payment of Wages Act, 1936,
The Employees Provident Fund & Miscellaneous Provisions Act, 1952 and Schemes therein
and The Employees State Insurance Act, 1948.
8. Copy of Labour Identification Number (i.e. LIN) Registration done in Shram Suvidha
Portal of Govt. of India.
9. Copy of Certificate of Registration/Licence under Inter-State Migration Workmen (REC&S)
Act,1979 and Central Rules,1980 in case there is any engagement of migrant workers.

ii. At the time of submission of monthly bills:


1. Copy of Wage Register in FORM – B (under The Ease of Compliance to Maintain Registers
under various Labour Laws Rules, 2017) duly certified by authorized representative of the
contractor and authorised person in GAIL certifying as “Certified that the amount shown in
the column No. ---- has been paid to the workman concerned in my presence on-----(date) at
-------(place)” .
2. Copy of bank statement duly certified by bank as proof of Cashless Transaction / Payment
of wages through e-banking/digital mode.
3. Copy of Separate eChallan/ ECR for the proof of Provident Fund contribution and ESI
contribution deposit along with details of contract workers, PF account No. / ESI No.,
contributions of contract worker and employer etc. for the previous month, in respect of
contract workers deployed by them in GAIL through this contract only.
4. Copy of the wage slip issued to the Contract Workers duly signed and sealed.
5. Dully filled in “Proforma-PFD”, as per Annexure-I
GAIL shall maintain these records and verify the deposit of statutory contribution
made by the contractors with EPFO/ESI authorities, where deemed necessary.

SPECIAL CONDITION OF CONTRACT

Page 27 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

iii. Evaluation of Bill and Release of Payment:

Bill should be evaluated based on the actual payment released/incurred under various heads of
components as stated above. The Contractor to submit a Statement duly signed to the effect and
the cost actually incurred as per timeline.

iv. At the time of closure of contract:


1. Indemnity Bond of Rs. 100/- duly notarized from Notary indemnifying GAIL from all
liabilities w.r.t. the persons engaged by the contractor regarding payment of wages, Provident
Fund/ESI contributions, Insurance and other payments. Performa Indemnity Bond is enclosed
at Annexure-II.
2. Copies of Service Certificate in FORM - VIII issued to the Contract workers
3. Copy of the Wage Register in FORM - B for the last month.
4. Copy of Employment Card in FORM - XII issued to the Contract workers.
5. Copy of the ECR related to EPF and ESIC Compliance in respect of Contract Workers.
6. Details as required for issuance of FORM - VII (Notice of Completion of Work)

Before making payment of the last bill/invoice of the Contractor, the appropriate authority (i.e. Payment
Making Authority etc.) in GAIL, shall verify from the EPF/ESI through respective web portals the
detail/status of the payment made by the Contractor. In case the information furnished by the Contractor
is found to be incorrect GAIL shall take appropriate action against the Contractor.

SPECIAL CONDITION OF CONTRACT

Page 28 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

29.0 HR STANDARD CONDITIONS OF SCC PART IV :


Registers, Records and Returns to be maintained by the Contractor:
Registers and Records to be maintained by the contractor shall be complete and up-to-date and kept
at an office or convenient building within a radius of three kilometres from the work place. In
case of any call seeking information or statistics in relation to contract labour at any time by an
order in writing, the same should be provided without fail.

a. Contract Labour (Regulation & Abolition), Act, 1970 & Payment of wages Act, 1936:
During the currency of the contract, the contractor has to maintain records, registers and
returns like:
1. Employee Register in FORM- A
2. Wage Register in FORM-B
3. Register of loans / Recoveries in FORM-C
4. Attendance Register in FORM- D
5. Employment Card in FORM – XII
6. Copies of Wage Slips in FORM – XIX
7. Copies of Half Yearly Returns in FORM - XXIV

In case the records are made in electronic form, the same should be replica of the Registers
prescribed under the CL (RA) Act, 1970.
b. Employees State Insurance Act, 1948:

During the currency of the contract, the contractor has to maintain registers like:
1. Register of employees in FORM-6
2. Accident Book in FORM-11

c. Employees Provident Fund & Miscellaneous Provisions Act, 1952 :


The contractor has to maintain the Eligibility Register and Online Returns submitted in
compliance to Para 36B of the EPF Scheme 1952. Copies of Nomination cum Declaration
prescribed under The Payment of Wages Act 1936, The Employees Provident Fund &
Miscellaneous Provisions Act 1952 and Schemes therein, The ESI Act 1948.
d. The Payment of Bonus Act, 1962:

Register showing the details of the amount of bonus due to each of the contract workers, the
deductions under Sections 17 and 18 and the amount actually disbursed, in FORM- C.

The contractor shall send a return in FORM – D to the Inspector so as the reach him within 30
days after the expiry of time limit specified in Section 19 for payment of Bonus.

e. Factories Act, 1948 / Shop & Establishment Act:


The contractor has to maintain the Wage Register in FORM - B as per provisions of
Factories Act, 1948 / Shop & Establishment Act of respective State and also make entries
regarding Leave in the Others column of the said register.

SPECIAL CONDITION OF CONTRACT

Page 29 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

f. The Ease of Compliance to Maintain Registers under various Labour Laws Rules, 2017:

i) Employee Register - FORM A [See rule 2(1)]


ii) Wage Register - FORM B
iii) Register Of Loan/ Recoveries - FORM C
iv) Attendance Register – FORM D

ADDITIONAL ONLINE RETURNS:


The contractor has to submit the Online Return submitted on Shram Suvidha Portal of Government of
India using Labour Identification Number (i.e. LIN).

SPECIAL CONDITION OF CONTRACT

Page 30 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

Annexure-I
Proforma -“PFD”

Sub: PARTICULARS OF PF CONTRIBUTION FOR THE MONTH OF _____, 20__


(1) Name of the Firm/Agency/Contractor ________________________ Nature of Contract:
Job/Service contract, AMC, O&M, Petty contract, Security, Seasonal
(2) Postal address of the Contractor : ________________________________
(3) Phone No. of the Contractor : _________________________________
(4) Fax No. of the Contractor : __________________________________
(5) Address of PF office from where EPF Code No. has been allotted:
__________________________________
(6) EPF Code No. allotted by PF office
__________________________________
(7) Address of ESIC office from where ESI Code No. has been allotted.
__________________________________
(8) ESI Code No. allotted by ESIC office
__________________________________
(9) Period of Contract: From _______to __________
(a) Extention Period of Contract, if any From _______to __________
(b) Place where contract workmen are working

(10) Labour Licence No. _______________dtd. ________________

(11) Validity period of Labour Licence From __________to ______________

(12) Details of Deposition of contribution towards EPF


(a) EPF Challan No. _______________Amount ________________ Date____________

(13) Details of Deposition of contribution towards ESI


(a) ESI Challan No. ____________Amount _____________ Date ______________

(14) Detail of Contract labour engaged by the contractor


Category No. of Workers Prevailing Minimum Wages
Unskilled
Semi-skilled
Skilled
Highly skilled
Total

SPECIAL CONDITION OF CONTRACT

Page 31 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

Annexure-II
INDEMNITY BOND
WHEREAS GAIL(India) Limited (hereinafter referred to as GAIL) which expression shall, unless
repugnant to the context include their legal representatives, successors and assigns, having their
Registered Office at 16, Bhikaiji, Cama Place, R.K. Puram, New Delhi has entered into a CONTRACT
with ‘name of the contractor” Incorporated (hereinafter referred to as the (‘CONTRACTOR’) which
expression shall unless repugnant to the context include their legal representatives, successors and
assigns, having their Registered Office -------------------------------- for Rs. ------------for “NAME OF
THE CONTRACT” ---- for a period of----------------” and on the terms and conditions as set out, inter-
alia in the Work Order No. --------------------------------and various documents forming part thereof
hereinafter collectively referred to as the ‘CONTRACT’ which expression shall include all amendments,
modifications and / or variations thereto.
GAIL has also advised the CONTRACTOR to execute an Indemnity Bond in favour of GAIL
indemnifying it from all consequences which may arise out of any Case filed by any workers /
Labours / vendors/ sub- contractors /partner etc. who may have been engaged by the CONTRACTOR
directly or indirectly with or without consent of GAIL for above works , which may be pending before
any court of Law including Quasi-Judicial Authority , Competent Authority , Labour Court , Arbitrator ,
Tribunal etc..
NOW, THEREFORE, in consideration of the promises aforesaid; the CONTRACTOR hereby
irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL from any loss,
which may arise out of any such contract/Case. The CONTRACTOR undertakes to compensate to GAIL
forthwith, on demand, without protest the loss suffered by GAIL together direct / indirect expenses.
AND THE CONTRACTOR hereby agrees with GAIL that:
(i) This Indemnity Bond shall remain valid and irrevocable for all claims of GAIL arising from any
such contract/case for which GAIL has been made party until now or here-in- after.
(ii) This Indemnity Bond shall not be discharged / revoked by any change / modification / amendment
/ deletion in the constitution of the firm / contractor or any conditions thereof including
insolvency etc. of the CONTRACTOR but shall be in all respects and for all purposes binding and
operative until any claims for payment are settled by the contractor.
The under signed has full power to execute this Indemnity Bond on behalf of the CONTRACTOR and
the same stands valid.

SIGNATURE OF CONTRACTOR/AUTHORIZED REPRESENTATIVE


Place :
Dated :

30.0 PENALTY AGAINST VIOLATION OF SAFETY, HEALTH AND ENVIRONMENT


RELATED NORMS:

Against Violation of applicable Safety, Health and Environment related norms, a penalty of
Rs. 5,000.00 per occasion Violation as above resulting in:
30.1 Any physical injury, a penalty of 0.5% of the contract value (maximum of Rs.2,
00,000.00) per injury

SPECIAL CONDITION OF CONTRACT

Page 32 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

30.2 Fatal accident, a penalty of 1% of the contract value (maximum of Rs.10,00,000.00) per
Injury

31.0 GUIDELINES FOR IMPOSITION OF PUNITIVE FINES:

Punitive fines on contractors are imposed for repetitive violation of safety rules &
regulations during execution of jobs. Objective of punitive fines is to work as deterrent for
contractors in violation of safety rules & regulation and to improve safety atmosphere in
general at all site.

Guidelines for imposition are described below:

31.1 For first time violation of safety rules & regulation by any contractor, HOD (F&S) will
issue a warning letter to contractor with intimation to OIC of work center and EIC.
31.2 In case of second time violation of safety rules & regulations by same contractor, OIC
will call contractor in person and will have a meeting to discuss reason for repetitive
violation along with EIC and HOD (F&S). A warning letter will also be issued by EIC to
contractor.
31.3 In case of further violation, punitive fines will be imposed on contractor. Amount of fine
will be decided as per severity of violation of safety. However, minimum fine would be
Rs.10,000/- and in multiple of Rs.10,000/-, thereafter. This will be limited to 5% of
contract value, as maximum cumulative penalty.
32.0 PHOTOGRAPHS / LABOUR PERMISSION / VEHICLE PERMISSION:
The contractor shall arrange to make photo gate passes / labor permissions / vehicle
passes etc. for his persons/labors/vehicles for working in site plant premises at his own
cost as rules of the company.

33.0 PERFORMANCE SCORE OF VENDOR

SPECIAL CONDITION OF CONTRACT

Page 33 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

Wt score after 12 Wt score after 18 Wt score after 24


Sl No Activity Delay Period Marks Wt % 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24
months months months

No delay 5
1 to 3 days 4
Timely Payment 3 to 7 days 3 50
7 to 30 days 2
1 more than 30 days 0
within 15th date of every
month 5
PF deposition ( as per
Within 15th and last date 10
challan)
of month 3
2 After 1 month 0
2 set within 30 days from
start date of contract (for
first year) and
completion of one
year(for sec yr) to each
employee 5
1 set within 30 days from
start date of contract (for
first year) and
completion of one
year(for sec yr) to each
employee 4
2 set within 30 to 45 days
from start date of
contract (for first year)
Uniform distribution 10
and completion of one
year(for sec yr)to each
employee 3
1 set within 30 to 45 days
from start date of
contract (for first year)
and completion of one
year(for sec yr) to each
employee 2
Delay of more than 45
days from start date of
contract (for first year)
and completion of one
year(for sec yr) to each
3 employee 0
complete set within 45
days from start date of
contract to each
employee 5
Tools distribution to complete set within 60
10
contract employees days from start date of
contract to each
employee 3
Delay of more than 60
4 days 0
complete quantity within
45 days from start date of
contract to each
employee 5
Providing measuring complete quantity within
10
instruments 60 days from start date of
contract to each
employee 3
Delay of more than 60
5 days 0
Providing calibration within due date of
certificate for calibration 5
measuring Delay of 30 days 3 10
instruments Delay of more than 30
5 applicable in second days 0
Before Deepawali
festival 5
Delay of 1 week after
deepawali 4
Delay of 2 week after
Payment of bonus 10
deepawali 3
Delay of 3week after
deepawali 2
Delay of more than 3
6 week after deepawali 0
Total performance score
Maximum performance score 5.00 5.00 5.00

SPECIAL CONDITION OF CONTRACT

Page 34 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SPECIAL CONDITION OF CONTRCAT – COMMON FOR ALL SECTIONS

Ref No: GAIL/PATA/ELECT/VSN/AMC/SCC

i. EIC shall allocate marks against each activity listed above as per the delay period in each activity
ii. Percentage Weightage against each activity is defined in above table.
iii. Based on the marks allocated and its weightage, performance score shall be calculated at the end of 12,
18 and 24 months.
iv. For activity listed at Sl No 1 and 2, the performance score shall be the average of all months score.
v. For activity listed at Sl No 3 & 6, yearly marks shall be allocated. Weighted score after 12 months shall be
calculated based on first year score and for rest, the weighted score shall be the average of both year's
score.
vi. Depending upon the Performance Rating, following action need to be initiated by EIC

Sl No Marks Scored Rating Action Required


1 Above 4.5 Very Good No further action
Letter to the concerned for improving performance in
2 4 to 4.5 Good future
3 3 to 3.99 Fair Seek explanation for Fair performance
4 Below 3 Poor Seek explanation for Poor Performance

vii. Reply from concerned Vendor/ Supplier/Contractor/ Consultant shall be examined. In case of satisfactory
reply, Performance Rating data Sheet to be closed with a letter to the concerned for improving
performance in future.
viii. When no reply is received or reasons indicated are unsatisfactory, the following actions need to be taken:
A. Where Performance rating is “POOR”:
Recommend such defaulting Vendor/ Supplier/Contractor/ Consultant for putting on Holiday for a
period from one to three years.
B. Where Performance rating is “FAIR”:
Recommend for issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to
improve their performance

SPECIAL CONDITION OF CONTRACT

Page 35 of 35
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

SCOPE OF WORK # DS-1

For

ANNUAL MAINTENANCE CONTRACT FOR ELECTRICAL


EQUIPMENTS, PROVIDING ROUND THE CLOCK ASSISTANCE IN
OPERATION AND HEALTH MONITORING OF DOWNSTREAM
ELECTRICAL SYSTEM OF PC-I (DS-1) AT GAIL PATA

AND

MISC. & REPAIR MAINTENANCE WORK OF DOWNSTREAM


ELECTRICAL SYSTEM AT GAIL PATA

SCOPE OF WORK – DS-I


Page 1 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

1. WORKING AREAS

The services under these contracts can be utilized for PC-I and PC-II areas of the GAIL,
Pata plant as and when required at the sole discretion of EIC, though the main working
area are mentioned below:

(i) Part-A: Downstream Substation and plants of PC-I for consisting of Substation # 12,
LLDPE-1, BUTENE-1, HDPE-1, Flaker-1 & PTD-1 Warehouse and bagging lines.
(ii) Part-B: Downstream Substation and plants of PC - I &II for consisting of SS# 12,
LLDPE-1, BUTENE-1, HDPE-1, Flaker-1 & PTD-1 Warehouse / bagging lines and
SS # 35, LLDPE-2, New-BUTENE-1, HDPE-2, Flaker-2 & PTD-2 Warehouse /
bagging lines.

In addition these areas, contractor has to work at other areas of GAIL Pata
Petrochemical Plant also, if required, as per instruction of EIC.

2. SCOPE OF WORK- (FOR SOR PART – A: ANNUAL MAINTANANCE CONTRACT


AND ROUND THE CLOCK ASSISTANCE FOR DOWNSTREAM ELECTRICAL OF
PC-I AT GAIL PATA)

The scope of work includes but not limited to the assistance in maintenance of plant’s
electrical equipment & lighting system installed in different areas of LLDPE-1, Butene-1,
HDPE-1, Flaker-1 plants, DG Shed, PTD-1 Bagging lines etc. & all buildings related to
downstream plants of PC-I as per the details of services given in SOR.
Contactor shall have to mobilize minimum two supervisors who will work independently
for Part-A & Part-B SOR jobs.
Supervisor for Part-A SOR jobs will provide highly skilled supervision services of all
maintenance jobs in downstream plants of PC-I and report at Substation # 12.

HIGH SKILLED SUPERVISION SERVICES REQUIRED FOR PART- A:


The contractor firm shall deploy a supervisor of desired qualification & competency as
per SCC, with full authority who shall supervise as well be designated as safety officer
by contractor for the respective area in the contract. He will coordinate the jobs, receive
work instructions, corresponding letters etc. from Engineer-In-Charge and ensure safety
& quality of services. The major responsibilities of supervisor shall be as follows:-
a) Supervisors shall be present at site in normal working hrs. (9.15 AM) on all working
days.
b) Marking attendance of all deputed workers on daily basis and submission of
attendance report.
c) Supervision of all maintenance jobs in compliance with safely procedures / SOP.
d) Arrangement of resources and issuance of material from store.

SCOPE OF WORK – DS-I


Page 2 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

e) Follow up with shift-in-charge for issuance of work permit.


f) Any other duty for smooth operation of contract as per instruction of EIC.
g) Making record of all instruments, tools & tackles, PPEs, consumables etc. from time
to time and submitting report to EIC on monthly basis.

2.1 SCOPE OF WORK FOR ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS:


Following jobs shall be carried out by the contractor as per direction of EIC and Job In-
charge in the above scope of work. Contractor shall have to provide assistance of
minimum three groups per day & each group consisting of 1 skilled & 1 semi-skilled
level for execution of work.
a) Replacement of incandescent lamps /HPMV lamps/HPSV lamps/Fluorescent tubes,
of various ratings or any of its part / accessories of complete fitting of industrial,
increased safety, FLP or decorative type lighting fixtures up to all the heights
available in the plant. This includes removing, re-fixing, disconnection and
connection of complete fitting or part thereof for its repair/maintenance and fault
finding etc.
b) Cleaning of all types of lighting fixtures including reflectors / diffusers / lamps
protective glass covers / wire guards etc., repair of switch, socket, MCBs, all type of
junction boxes, fuse boxes, replacement of fuse / fuse base / fuse carrier etc.
c) Fault finding and repair of lighting / power circuits including repair/ replacement of
sockets, MCBs, all types of junction boxes, fuse boxes, replacement of fuse/fuse
base /fuse carriers of various types of ratings.
d) Fault finding and repair of PVC wiring of size 1.5 to 10 sq mm in concealed or
surface conduit including earthing if required, termination, connection in the light
fitting, LDBs etc.
e) Maintenance of the lighting panels / power panels having TPN isolator as incomer
and MCBs of 5/10/16/32 amp for outgoing feeders, MDBs, LDBs of various ratings,
Flameproof/ increased safety junction boxes.
f) Replacing / removing burnt wires / cables, cable lugs overheated terminations, burnt
terminal blocks, of all sizes re-glanding of existing cable wherever required after
cutting and removing the burnt out connections etc. this is applicable to all lighting
and power circuits or its part coming under the scope of the contractor.
g) Rectification of faults in LDBs (SPN/TPN) of all ratings including tightening of all
connections, including cleaning etc. as per the direction of EIC.
h) Rectification of faults in light point, fixture including replacement of holder, bracket,
shade, switch and their rectification etc. wherever required.
i) Rectification of fault in feeder pillars for service lines including connections of all
incoming and outgoing cables / replacement of damaged burnt kit kat or neutral link,
complete rectification as required.

SCOPE OF WORK – DS-I


Page 3 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

j) Cleaning/repairing or replacement of exhaust /ceiling/wall mounting fans up to 56”


sweep and its switches, regulators in the process and non-process buildings, plant
area, office buildings etc. this includes its general cleaning, greasing, removal, fixing
connection and disconnection for the repair work.
k) Providing 1phase/3 phase temporary connections to portable electrical equipment’s
in the plant. This includes FLP and non FLP type equipment’s / extension boards.
l) Rectification of faults in fan point wiring including tightening of connection,
replacement of switch, regulator and selector for speed variation etc.
m) Any other left out jobs required to be carried out during day to day lighting
maintenance as per the directions of EIC.

2.2 SCOPE OF WORK FOR ASSISTANCE IN REPAIR & MAINTENANCE OF HT/LT


SWITCHGEARS, MOTORS , TRANSFORMERS AND OPERATION & ROUTINE
MAINTENANCE OF LIFT AND MOTOR CLEANING OF EXTRUDER AREA :

Following jobs shall be carried out by the contractor as per direction of EIC and Job In-
charge in the above scope of work. Contractor shall have to provide assistance of
minimum three groups per day & each group consisting of 1 highly skilled & 1
semiskilled level for execution of work.
a) Taking out and putting in HT/LT Breakers and switch fuse units for maintenance.
b) Preventive & predictive maintenance of all types of HT/LT switchgears up to 33 KV
voltage level such as HT board, PCC panel, MCC panels, ASB panels, PDB, LDB,
VSD panels etc.
c) Preventive & predictive maintenance of all types of HT/LT motors up to 6.6 KV
voltage level, HT/LT transformers up to 33 KV voltage level, capacitor banks, Battery
chargers, Batteries, VSDs, MOVs, controllers, heat tracing system etc & all other
related electrical system not mentioned above.
d) Connection and disconnection of power and control cables including glanding & de-
glanding.
e) Lugging of power & control cables and its terminations if required.
f) Arresting of oil leakage in the transformers, cleaning and attending breakdowns in
the transformers & capacitor banks.
g) Day to day maintain for healthiness of DS-1 lift. Job shall include general cleaning,
checking of lift operation and operate the lift when required as per the directions of
EIC.
h) Regular cleaning of motors in polymer powder prone area
i) Any other left out jobs required to be carried out during day to day electrical
maintenance as per the directions of EIC.

SCOPE OF WORK – DS-I


Page 4 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

2.3 SCOPE OF WORK FOR ASSISTANCE IN MAINTENANCE OF BATTERIES :

Following jobs shall be carried out by the contractor as per direction of EIC and Job In-
charge in the above scope of work. Contractor shall have to provide assistance of
minimum one group per day & each group consisting of minimum 1skilled & 1
semiskilled level for execution of work.

a) Measurement and recording of specific gravity, voltage per cell, electrolyte level etc.

b) Maintenance of cells including battery stand: General cleaning, repair of battery


stand as per the direction of EIC and Job In-charge, topping up of cells electrolyte,
tightening of cell terminals, cleaning of caps and level indicators.

c) Discharging / Boost charging of cells including hourly recording of specific gravity


and voltage per cell during the process as per the direction of Job In-charge.

d) Replacement of cell container /electrolyte including dismantling and reinstallation:


discharging of cell, draining and refilling of electrolyte, charging and recording of all
parameters at an hourly interval.

e) Commissioning of new cell including dismantling of old cell and installation of new
cell: Providing commissioning charge, capacity test, recharging and recording of all
the parameters at an hourly interval.

f) Any other left out jobs required to be carried out during day to day battery
maintenance as per the directions of Job In-charge.

2.4 SCOPE OF WORK FOR PROVIDING ROUND THE CLOCK ASSISATANCE IN


OPERATION AND HEALTH MONITORING OF ELECTRICAL SYSTEMS AT
SUBSTATION #12 :
Following jobs shall be executed by the contractor as per direction of EIC in the above
scope of work. Contractor shall have to provide assistance of minimum 3 highly-skilled
and 1 skilled levels in each shift of 8 hour for execution of work at SS#12.
Providing assistance in operation & health monitoring of electrical system & providing of
first aid assistance for breakdown and emergency maintenance jobs on electrical
equipment’s as mentioned in schedule of rates of the contract, the assistance is to be
provided by experienced and qualified skilled contractor’s representatives, qualification
is mentioned in SCC. However if the EIC finds any of the contractor’s representative not
performing up to the mark or does not have the aptitude and attitude of working in a
hazardous plant like Petrochemical Plant, they have to be suitably replaced. The
assistance is required by way of performing maintenance on electrical equipments in
case of breakdown or emergency to keep plant running. Assistance is also required to
keep or bring any electrical equipment in running condition as required by EIC, to avoid
any safety, environmental & health hazard to plants & personnel working in and around

SCOPE OF WORK – DS-I


Page 5 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

the plant. Jobs to be done as per manufacturer relevant standard, OISD code or good
engineering practice. The assistance may also be required for lifting & shifting of the
material / equipment from units to workshop, Stores and vice versa.
Assistance may further be required to monitor various parameters of equipment to
facilitate predictive maintenance activities. The contractor has to provide adequate
services as mentioned in the schedule of rates round the clock in three shifts. The detail
scope of works shall include but not limited to the following,
a) Providing immediate assistance in attending breakdown job as and when required
throughout the year. This job shall include taking out and putting in of HT & LT circuit
breaker & switch fuse units, breakdown maintenance on all types of HT & LT panels,
connection, disconnection including glanding & de-glanding & lugging of power &
control cables, Motor terminal box opening & checking by Megger, multimeter etc.
b) To attend breakdown maintenance of Switchgears, battery charger, batteries
including replacement of battery links, connection disconnection of cells & cables
etc. as and when required.
c) Providing of temporary floodlights, hand lamps, connections to welding machine,
grinder or any electrical equipment.
d) Monitoring of various electrical parameters as and when required such as current,
voltage, KW/KWH, power factor etc. as per the direction of shift in charge.
e) Checking of all electrical equipment’s on periodical basis to maintain utmost safe &
healthy condition of equipment and environment in the plant. Any abnormality
observed must be attended immediately.
f) Contractor has to carry out breakdown maintenance at any location within the
petrochemical Plant as per instruction of EIC.
g) Listing out of equipment’s, on which breakdown maintenance & monitoring is
required to be done.
h) Scope of work can be reduced or increased at any time with notice period of 7days.
Accordingly assistance of highly skilled and skilled level may reduce or increase in
shift.
i) As per SOR Item no. 40 the contractor has to provide assistance for 365 days per
shift of 8 Hours @ assistance of 3 highly skilled and 1 skilled assistance for
substation # 12.

2.5 SCOPE OF WORK FOR SUPPLY OF HIGHLY SKILLED & SKILLED AND SEMI
SKILLED SERVICES :

Providing of Highly-skilled, skilled and semi-skilled level assistance to meet


emergent situation of shutdown / breakdown in plants & for carrying out any
unforeseen / contingent nature job not covered under above items. This will be
purely on call basis and as when required. Unit of measurement (EA) mentioned in
SOR means working of 8 hours / person.

SCOPE OF WORK – DS-I


Page 6 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

Cost of services for one highly skilled supervisor is included in SOR. In case of
non-availability of services, penalty will be imposed as per SCC clause.

3. SCOPE OF WORK- (FOR PART – B)

SCOPE OF WORK FOR MISC. REPAIR & MAINTENANCE OF ELECTRICAL


EQUIPMENTS AT DOWNSTREAM PLANTS OF PC-I & PC-II:

This covers supply, repair & maintenance of all types of electrical equipments/ structure,
cables, earth pits/accessories, Painting & fabrication jobs for electrical equipments.

The rate quoted for SOR items is inclusive of all required materials, contractor
employee, tools & tackles, consumables etc. required to complete the job in totality. No
extra payment shall be made.
Supervisor for SOR Part-B jobs will provide highly skilled supervision services of all
misc. repair & maintenance works of electrical system in all downstream plants in PC-1
& PC-2 as per instruction of EIC. He will coordinate the jobs, receive work instructions,
corresponding letters etc. from Engineer-In-Charge and ensure safety & quality of
services. In case of non-availability of any supervisor on any working day, deduction will
be made as per provisions made in SCC.

The execution of the work may entail working at the sites and under all weather
conditions and no extra rate shall be payable on that account. The contractor may have
to carry out repair and maintenance jobs on round the clock basis as per requirement to
be decided by the Engineer-in-charge and contractor is deemed to have taken this as
urgent consideration. No extra claim/overtime shall be paid on this account.

All the repair and maintenance jobs shall have to be carried out inside the work site
except under special circumstances in which case prior permission of Engineer-in-
charge shall be necessary.
Unit of measurement mentioned (EA) for “Unskilled manpower” and “Welder” means
working of 8 hour / person.
All works to be carried out after taking necessary work permit. All arrangement to be
made as required by F&S and the permit may be obtained by competent authority.

Contractor shall deploy experienced and skilled contract employee to take up the jobs
mentioned in SOR. After completion, commissioning and execution of the jobs it shall be
handed over to Site-in-charge.

Cost of services for one highly skilled supervisor is included in SOR. In case of
non-availability of services, penalty will be imposed as per SCC clause.

SCOPE OF WORK – DS-I


Page 7 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-I (AMC AND MISC. SOR JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-I

List of approved make of supplied items (For PART-B);

Sr.no Description of item Approved make


1 Tube light Fixture Philips, Crompton, Bajaj, GE
2 Fan ( Exhaust/Ceiling/wall etc) Usha, Crompton, Bajaj, Havells
3 Copper Wire Havells, National, Phinolex, KE
4 Casing capping ISI approved make
5 M.S. conduit with saddle / clamp ISI approved make
6 Distribution Board, MCB & RCCB ABB, Indoasian, Havells, Legrand
7 Cable Gland Comet, Jainson - non flameproof
Flexpro, FCGL, Sudhir, Baliga - FLP
8 Cable End Termination / Jointing Kit - Raychem, 3M, Mseal for upto 1.1KV
heat shrinkable and Raychem make for above 1.1
KV
9 Paint Berger, Asian, Shalimar

SCOPE OF WORK – DS-I


Page 8 of 8
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-II (AMC JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-II

SCOPE OF WORK # DS-2

For

ANNUAL MAINTENANCE CONTRACT FOR ELECTRICAL


EQUIPMENTS, PROVIDING ROUND THE CLOCK ASSISTANCE IN
OPERATION AND HEALTH MONITORING OF DOWNSTREAM
ELECTRICAL SYSTEM OF PC-II (DS-2) AT GAIL PATA

SCOPE OF WORK – DS-II


Page 1 of 6
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-II (AMC JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-II

1. WORKING AREAS

The services under these contracts can be utilized for PC-II and PC-III areas of the
GAIL, Pata plant as and when required at the sole discretion of EIC, though the main
working area are mentioned below:

Part-A: Downstream plants of PC-II consisting of Substations SS # 35 & SS#18, LLDPE-


2, New BUTENE-1, HDPE-2, Flaker-2, DG Sheds & PTD-2 Warehouse / bagging lines.
In addition these areas, contractor has to work at other areas of GAIL Pata
Petrochemical Plant also, if required, as per instruction of EIC.

2. SCOPE OF WORK- (FOR SOR PART – A: ANNUAL MAINTANANCE CONTRACT


AND ROUND THE CLOCK ASSISTANCE FOR DOWNSTREAM ELECTRICAL OF
PC-II AT GAIL PATA)

The scope of work includes but not limited to the assistance in maintenance of plant’s
electrical equipment & lighting system installed in different areas of LLDPE-2, New
Butene-1, HDPE-2, Flaker-2plants, DG Sheds, PTD-2 Bagging lines etc. & all buildings
related to downstream plants of PC-II as per the details of services given in SOR.
Contactor shall have to mobilize minimum one supervisor who will work independently
for Part-A jobs. Supervisor of Part-A SOR jobs will provide highly skilled supervision
services of all maintenance jobs in downstream plants of PC-II and report at Substation
# 35. In case of non-availability of any supervisor on any working day, deduction will be
made as per provisions made in SCC.

HIGH SKILLED SUPERVISION SERVICES REQUIRED FOR PART- A:


The contractor firm shall deploy a supervisor of desired qualification & competency as
per SCC, with full authority who shall supervise as well be designated as safety officer
by contractor for the respective area in the contract. He will coordinate the jobs, receive
work instructions, corresponding letters etc. from Engineer-In-Charge and ensure safety
& quality of services. The major responsibilities of supervisor shall be as follows:-
a) Supervisors shall be present at site in normal working hrs. (9.15 AM) on all working
days.
b) Marking attendance of all deputed workers on daily basis and submission of
attendance report.
c) Supervision of all maintenance jobs in compliance with safely procedures / SOP.
d) Arrangement of resources and issuance of material from store.
e) Follow up with shift-in-charge for issuance of work permit.
f) Any other duty for smooth operation of contract as per instruction of EIC.
g) Making record of all instruments, tools & tackles, PPEs, consumables etc. from time
to time and submitting report to EIC on monthly basis.

SCOPE OF WORK – DS-II


Page 2 of 6
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-II (AMC JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-II

2.1 SCOPE OF WORK FOR ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS:


Following jobs shall be carried out by the contractor as per direction of EIC and Job In-
charge in the above scope of work. Contractor shall have to provide assistance of
minimum three groups per day & each group consisting of 1 skilled & 1 semi-skilled
level for execution of work.
a) Replacement of incandescent lamps /HPMV lamps/HPSV lamps/Fluorescent tubes,
of various ratings or any of its part / accessories of complete fitting of industrial,
increased safety, FLP or decorative type lighting fixtures up to all the heights
available in the plant. This includes removing, re-fixing, disconnection and
connection of complete fitting or part thereof for its repair/maintenance and fault
finding etc.
b) Cleaning of all types of lighting fixtures including reflectors / diffusers / lamps
protective glass covers / wire guards etc., repair of switch, socket, MCBs, all type of
junction boxes, fuse boxes, replacement of fuse / fuse base / fuse carrier etc.
c) Fault finding and repair of lighting / power circuits including repair/ replacement of
sockets, MCBs, all types of junction boxes, fuse boxes, replacement of fuse/fuse
base /fuse carriers of various types of ratings.
d) Fault finding and repair of PVC wiring of size 1.5 to 10 sq mm in concealed or
surface conduit including earthing if required, termination, connection in the light
fitting, LDBs etc.
e) Maintenance of the lighting panels / power panels having TPN isolator as incomer
and MCBs of 5/10/16/32 amp for outgoing feeders, MDBs, LDBs of various ratings,
Flameproof/ increased safety junction boxes.
f) Replacing / removing burnt wires / cables, cable lugs overheated terminations, burnt
terminal blocks, of all sizes re-glanding of existing cable wherever required after
cutting and removing the burnt out connections etc. this is applicable to all lighting
and power circuits or its part coming under the scope of the contractor.
g) Rectification of faults in LDBs (SPN/TPN) of all ratings including tightening of all
connections, including cleaning etc. as per the direction of EIC.
h) Rectification of faults in light point, fixture including replacement of holder, bracket,
shade, switch and their rectification etc. wherever required.
i) Rectification of fault in feeder pillars for service lines including connections of all
incoming and outgoing cables / replacement of damaged burnt kit kat or neutral link,
complete rectification as required.
j) Cleaning/repairing or replacement of exhaust /ceiling/wall mounting fans up to 56”
sweep and its switches, regulators in the process and non-process buildings, plant
area, office buildings etc. this includes its general cleaning, greasing, removal, fixing
connection and disconnection for the repair work.

SCOPE OF WORK – DS-II


Page 3 of 6
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-II (AMC JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-II

k) Providing 1phase/3 phase temporary connections to portable electrical equipment’s


in the plant. This includes FLP and non FLP type equipment’s / extension boards.
l) Rectification of faults in fan point wiring including tightening of connection,
replacement of switch, regulator and selector for speed variation etc.
m) Any other left out jobs required to be carried out during day to day lighting
maintenance as per the directions of EIC.

2.2 SCOPE OF WORK FOR ASSISTANCE IN REPAIR & MAINTENANCE OF HT/LT


SWITCHGEARS, MOTORS, TRANSFORMERS AND OPERATION & ROUTINE
MAINTENANCE OF DS-2 LIFT AND MOTOR CLEANING OF EXTRUDER AREA:

Following jobs shall be carried out by the contractor as per direction of EIC and Job In-
charge in the above scope of work. Contractor shall have to provide assistance of
minimum three groups per day & each group consisting of 1 highly skilled & 1
semiskilled level for execution of work.
a) Taking out and putting in HT/LT Breakers and switch fuse units for maintenance.
b) Preventive & predictive maintenance of all types of HT/LT switchgears up to 33 KV
voltage level such as HT board, PCC panel, MCC panels, ASB panels, PDB, LDB,
VSD panels etc.
c) Preventive & predictive maintenance of all types of HT/LT motors up to 6.6 KV
voltage level, HT/LT transformers up to 33 KV voltage level, capacitor banks, Battery
chargers, Batteries, VSDs, MOVs, controllers, heat tracing system etc & all other
related electrical system not mentioned above.
d) Connection and disconnection of power and control cables including glanding & de-
glanding.
e) Lugging of power & control cables and its terminations if required.
f) Arresting of oil leakage in the transformers, cleaning and attending breakdowns in
the transformers & capacitor banks.
g) Day to day maintain for healthiness of DS-2 lift. Job shall include general cleaning,
checking of lift operation and operate the lift (LLDPE-2) in general shift while using
by field persons for material shifting
h) Regular cleaning of motors in polymer powder prone area
i) Any other left out jobs required to be carried out during day to day electrical
maintenance as per the directions of EIC.

2.3 SCOPE OF WORK FOR ASSISTANCE IN MAINTENANCE OF BATTERIES :

Following jobs shall be carried out by the contractor as per direction of EIC and Job In-
charge in the above scope of work. Contractor shall have to provide assistance of

SCOPE OF WORK – DS-II


Page 4 of 6
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-II (AMC JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-II

minimum one group per day & each group consisting of minimum 1skilled & 1
semiskilled level for execution of work.

a) Measurement and recording of specific gravity, voltage per cell, electrolyte level etc.

b) Maintenance of cells including battery stand: General cleaning, repair of battery


stand as per the direction of EIC and Job In-charge, topping up of cells electrolyte,
tightening of cell terminals, cleaning of caps and level indicators.

c) Discharging / Boost charging of cells including hourly recording of specific gravity


and voltage per cell during the process as per the direction of Job In-charge.

d) Replacement of cell container /electrolyte including dismantling and reinstallation:


discharging of cell, draining and refilling of electrolyte, charging and recording of all
parameters at an hourly interval.

e) Commissioning of new cell including dismantling of old cell and installation of new
cell: Providing commissioning charge, capacity test, recharging and recording of all
the parameters at an hourly interval.

f) Any other left out jobs required to be carried out during day to day battery
maintenance as per the directions of Job In-charge.

2.4 SCOPE OF WORK FOR PROVIDING ROUND THE CLOCK ASSISATANCE IN


OPERATION AND HEALTH MONITORING OF ELECTRICAL SYSTEMS AT
SUBSTATION #35 & 18:
Following jobs shall be executed by the contractor as per direction of EIC in the above
scope of work. Contractor shall have to provide assistance of minimum three highly-
skilled and one skilled levels in each shift of 8 hour for execution of work at SS#35,
SS#18 & bagging.
Providing assistance in operation & health monitoring of electrical system & providing of
first aid assistance for breakdown and emergency maintenance jobs on electrical
equipment’s as mentioned in schedule of rates of the contract, the assistance is to be
provided by experienced and qualified skilled contractor’s representatives, qualification
is mentioned in SCC. However if the EIC finds any of the contractor’s representative not
performing up to the mark or does not have the aptitude and attitude of working in a
hazardous plant like Petrochemical Plant, they have to be suitably replaced. The
assistance is required by way of performing maintenance on electrical equipments in
case of breakdown or emergency to keep plant running. Assistance is also required to
keep or bring any electrical equipment in running condition as required by EIC, to avoid
any safety, environmental & health hazard to plants & personnel working in and around
the plant. Jobs to be done as per manufacturer relevant standard, OISD code or good
engineering practice. The assistance may also be required for lifting & shifting of the
material / equipment from units to workshop, Stores and vice versa.

SCOPE OF WORK – DS-II


Page 5 of 6
GAIL (India) Limited
Petrochemical Complex, Pata
SCOPE OF WORK – DS-II (AMC JOBS)

Ref No: GAIL/PATA/ELECT/VSN/SOW/DS-II

Assistance may further be required to monitor various parameters of equipment to


facilitate predictive maintenance activities. The contractor has to provide adequate
services as mentioned in the schedule of rates round the clock in three shifts. The detail
scope of works shall include but not limited to the following,
a) Providing immediate assistance in attending breakdown job as and when required
throughout the year. This job shall include taking out and putting in of HT & LT circuit
breaker & switch fuse units, breakdown maintenance on all types of HT & LT panels,
connection, disconnection including glanding & de-glanding & lugging of power &
control cables, Motor terminal box opening & checking by Megger, multimeter etc.
b) To attend breakdown maintenance of Switchgears, battery charger, batteries
including replacement of battery links, connection disconnection of cells & cables
etc. as and when required.
c) Providing of temporary floodlights, hand lamps, connections to welding machine,
grinder or any electrical equipment.
d) Monitoring of various electrical parameters as and when required such as current,
voltage, KW/KWH, power factor etc. as per the direction of shift in charge.
e) Checking of all electrical equipment’s on periodical basis to maintain utmost safe &
healthy condition of equipment and environment in the plant. Any abnormality
observed must be attended immediately.
f) Contractor has to carry out breakdown maintenance at any location within the
petrochemical Plant as per instruction of EIC.
g) Listing out of equipment’s, on which breakdown maintenance & monitoring is
required to be done.
h) Scope of work can be reduced or increased at any time with notice period of 7days.
Accordingly assistance of highly skilled and skilled level may reduce or increase in
shift.
i) As per SOR the contractor has to provide assistance for 365 days per shift of 8
Hours @ assistance of 3 highly skilled and assistance of 1 skilled level per shift for
substation # 35 & substation # 18. (Total 9 Highly Skilled & 3 Skilled assistance per
day@365 days)

2.5 SCOPE OF WORK FOR SUPPLY OF HIGHLY SKILLED & SKILLED AND SEMI
SKILLED SERVICES:
Providing of Highly-skilled, skilled and semi-skilled level assistance to meet
emergent situation of shutdown / breakdown in plants & for carrying out any
unforeseen / contingent nature job not covered under above items. This will be
purely on call basis and as when required. Unit of measurement (EA) mentioned in
SOR means working of 8 hours / person.

Cost of services for one highly skilled supervisor is included in SOR. In case
of non-availability of services, penalty will be imposed as per SCC clause.

SCOPE OF WORK – DS-II


Page 6 of 6
F-20

INTEGRITY PACT

9*9t'''
-.-2t
INTf,GruTY IACT

CAIL as one of it ddeavour to mainbin and fos$ no$ eihical and domprion ftee
busine$ enyionnenr, h.vc decided (o adQr th. Intc8rily Pact, r tool dev.loped by lhe
Tftnsp.icncy Inremational, !o ehsure that all adivnies and imn
codpmy (cAIt.) ed ns coutdDarlres (Bidden, codrmcro$, veDdo6, supplies,
Seffi.e Providcrvconsltants erc.) are handled in a fan a.d transp.Ent manner,
complsrcl] frcc orconpiion Acordingly, an MOU on Intcgtiry Pad bas been sigled
on 23.07 2007 by CAIL with TEnsparency Intdationll India

Considerina rhc above, the derdils nenhoned at ltbcbed Annexurc_l aE applicrble ds


st{ed in l.shction to Bidde6 ofBid Docunenl i! rdditio. (o thc dnting $ipulaiion
Egarding Conpr and Fraudulenr Pmcriccs.

'fte anached copy ol thc lnregrity Pact ar Amexue 2 shall be includcd in tlE Bid
submi(cd by ihc biddcr (tu b. executed bl lhc biddcr. In cqc a bidderdocs not sign lhe
Intc8nty Pacr. his bid shdl bc liable for rejcction
NNEXUREI

Biddcr h required to n8n the rnreg|lrl Ptut with GAIL $pcrrormat& rermsand
coDdiiions endosedwill lend.i In c2se l blddc.do.s not si8n the Intcerity P.ct, hk
bid shrll be liaDle for r€jection,

I COJ\]IMITMf,NTS AND OBLIGATIONS OF THE "COUNTERPARTY'

a) The counrerpany, dtedly or indnecdy (h.ough agor, corsultanr, adv6oi.


erc.), shall rol pay any bribc/ innuencd or siye undue/ unli*tuI bcnenr t
cn\o e oCdin Jd-e.dvrnLgc in dedl es:r'CA-'
b) Tne Courc$any will noi engage i. collusion of any *ind fcludinA price
lixarior dc. snh orhcr Cdbrspds
c) Th. counrerp.ny will nor pass CAIL\ conlidetr.ial infonn.lion .o any rhird
pdy unles spccifically aurhorized by CAIL r wnting.
d) Th. Counterpanies shrll promore md obseffe ti.st erhical pncrices wirhir
the n respcclilc mganizarion s.
c) Iho Counteryan' sl,rll infom the hdependmt Extcmal Monilor.
i) Ifil received any de'nand, di.ectlyor indireclly, fora bnbe/ favour orlny
illcgal ghrificarion/ paFent / beneni
ii) If ir cones lo kro\r of any methisal or illegal palnem / benefiri
iii) Ifit nekes any payment !o any cA[ aso.iale
f) The CounreAany shall mr mke any fake or nisleading allegrrions againsl
GAIL or ils a$ocides

II VIOLATIONSA;CONSEQUENCES:

a) lf
a Courerparty comnik a violrrion of irs Commiments and Obtilations
under rhe In(eC ty Pacr Prog'nmne during bidding proccs, rheir enrie
Eamest Money Deposi! Bid S{u!ily.Nouldb. forfeired dd in addnion,lhey
may be blacklisied fom Ihe GAIL busincs in futrrc.
b) In case olviolation ofthe Inl€riiy pac. b) Countdpdy and awa.d ofnE
conrad, GAIL shall be eliilled ro reminare rhc conracr GAIL *ou1d fo.feit
the security deposns, encash rhe bank Buara ee G) dd orha paluenc
prFblc ro countcrpa(y in such cascs,
c) Subject ro satisflclon of the Indepmdent Exrenal Moniior, CAII- nay b t
bloc*lis/ pu1 on holid.y and exchde (he Counrerparty fron lulure dalings
until GAIL is salisfied rfiar rhe Counknrny shall not commtr any such
violation in fulurc
d) In addirion ro $ovc, GAIL rcscNcs irs righ! io iniriale criminal pmcccdings
r
rr..n. $L \ u;r " mr'a,n\ i' \e ,lee, b) ' oud (rpro .R I u J
'on
---:t9\{a':-
ftvolous, unlrue and misleading a.d may aho inposc cxcbpltry cost fot otc

e) TheCour.rparly win be aridcd to claiD s de&nined by lhe Indepddent


E:hal Monilor. if the abovc (d) is found incoreci
IIDEIEIDENLEXIAML]I9UIOBI I
Pc. y pmd cotrisrins ot rh. lblldins lid.p.nd.ni lxtnst Mo os (IEM' hrv.
rb€
6e.D .ppoiiEd by GAIL, in r.ms or ri4riy Pact(D vhnh foms pan of GAIL T.ndss /

i) sbri K s. Rmsubbm Gmil id: m@m@bodailjoml


ii) Shn Suilktuhra (.mdl id
Th; pmel ft aurhoriscd ro d@ine / .6id{ a[ rclercncs nade ro it tudd rbh ldldd. Ihc
biddFls) , cs. of my dispurc) / compl'r(t p.niinins b rhh tid* may 6tu.
in issuc
.id.r wirb rbe desi$ated cnder issui.s officd 6r Nodll omcd Oae 'h.
(c&P)- Em l lEllo@&ikqD ln GAIL or diHtly {ih ihe IEMS on $e pdcl or IEM do
chi.rvigilbe oftftr, GAIL ( hdia) Limir.d, GAIL BhauD, 16, Bhiraiji crma Pkc, R.K.
ill;"ll i"i{ilil r"liiii't "
''

INTECRITY PACT

(To be

Bdwcen GAIL (Indi.) Li$ned Govemnent ol tndia Publlc


rclercd to as "Pnncipal )
'
AND

re-jn rnur €fcftd b as I1le Biddet co'tadoi


rrc Fkftd ru r d vLdlall) ss

FREAMBLO

T' iRt +ih:s':€&'"5JT:3'


"$ "J*SHI
c,\4..> Y4'-
t\-'\I i$' id 'FJlr'on rnd rl'
r* fm.@ *'" '.|f.\l .;iorpl"
':. r\r'sld'{ . de' dna urn nrrn') i'''r €r'"h
;; :r;l ;;-':.-
with ils Bidd.r^ and Conrmdots

Pnnc'ptl co_ooa-re r' h" raou rd 'ruT"nonJ


lno'd1 od.h'a. hr'eEo-' d e

i#.:;'*:l",llri;i*, lT;;"r;:T, : ii,i:h,; i;:lfl ilr


.i.;;;l",.;;ii'i'-;"-,"'' nd{ poa rhe'r'Jr' Ir\e odr'd e"
I
rot

cofrpli.nce wnh thctrinclples nennoned above

Tie PnncLpal!ummir5 selfru 6ll neisuics nece$ary to prerenr codpnon


'rl!
e rhc roLlusins Pnnc'ples
and o obsc.
No eflbro/ce orrn" P' n. pa e ncrmcr o o h'ough I'rt nembe_
,,-r.".',",".',...'.t,".",-no. d h i c {dr fo' or,'l' A rdd
ror r" n r' 1'(rr o'
.i-."f"",.' *i. ,r'. '.eo.-o-or' r" b, '1epr

-"n*;9*
for r diird poson, aiybatcn.l or in'narcrial bcncfir !o which hey€ D noL

Thc tunciprlshall, dunng the iender pro.cs reai all Bdde6 wirtr equity.
Thc Pnncipal nndcnrkes and ensurs rhar beaore and duing lhe rcnder
nroccs d'all proridc .nd sfiare thc san infonialion ro rtl Bidder and will
provide io ant tsidder connd.rriat I addtrional jnfom on umuen
'or
whlcb one pamcul.i Bidder coutd takc rn a,lvanlagc in retalon b uc
rcndfl proces or lhc conrad qecnrio!

iri) Tr,c Pnncipal yill exclude iEin the prccas rt1 knorvn prejndiced pcrsons

2. It the Prin.ipaLobrainsinfomaiio' on rhe.onducr of any of irs emptoyess which


n a ciminal ofcn.c uder rhe Anll-Co@piion LNvs of India. or if rhere be a
.'b.L''n..dp..:o1:nrh|ec4o.h, t" o.ta. roa. .\.S,.: cenf re
rntl n:dd r on crn ni'nedjpL'nraJdons

Src on I -Conmirn(nts and Undcnrrins! b

1 The Bidder / Contrdor comnirs and undenakcs 10 kke atl nclsures neces!ry ro
pcrent nrlpnctces & comprion He commits hinNelf ro obscde rhe foltoMng
pri'riplcs dtrrins his parllcipdior in tnc rndc pmcs$ and durjng rhe conhcr

) Thc Bidder / Conrador udetukes nor to. diEctly or rhroue! lry oucr
pe^on or nm ofcr. promis. or give or inUucncc ro any employcc ofrhe
Principala$ociatcd lith rhe tcnder procc$ or lhe execulion oi rte conrncr
or to any othcr pe6on on rhetr bchrlf ary n.renat or inniredal bcDefit io
*h'ch hc / shc rs nor heatly cnrirlcd iD order ro obki, in cxchanac rny
advan68e ofany kird sha$oelcr ddrg ihe rcnder proces or duine rhe

'nie Bidder / ConiFcro. uderakes nor ro enrer inro my udiscto$d


aereemcnt or un,le^landing. wheihr fomat or inforh.l wiih oiher
Biddcr. This ,pplies in pdifllar to priccs, specitications, cenificrriors.
slbs ir.y cont!c6. srbmission or non4trbnksion ofbids dr dy orher
aclion to rcsrric. coJnpcririrene$ or .o inroducc canclizarion in ihe blddjng

iD undcrhkes nor t
conmn .ny !ffence under rhe
Lnws df India Fuxhq. rhe Bidder / Conrador
.iy ,niomltion or docuncnr providcd by thc
butness rehlonship resarding plus. lechnicrl

[ii.}"tgggg" ":","ff,,"'
rhc purDoscs ofcompetition or pc6onll sdn
hznsnit.d clcctonicallv lor
and rvrll notpa$ rhc lnfomrtjon so acqntrcd on ro oth's

Thc Biddr I Conhcror will. when pEsemins his brd u'dcnakes {o


o'o.",-n.rp,v.""" "" r' omn drco drrd n t'\e'o
,g-i.'- 'J., ;- vl* rerr rLre' m ."nn(' ol s $ h rdor

The Bldder / Contacror $1ll nor in$igdc dd rllure third ttrsons


I panics b
comnn offcnces oudiied rbole or be an rcce$ory t0 such oiie'c'r

scciion 3 -lD\q!!1!!!:4&!-t!l!.!s!39!
fron fulurc contrrct3

bcro-hc "ro _dirrn'scs01'\'ough


t, heB,dde'
;..,;,;;;,;;i ; ;i,.. o,hr ,o .o ,, o Du' 1
",y '
,.,,"i'ii " .,.iL"rr , e"d.' _rcq_"no' nrP_ prr hdl t'_ "nrirl'd 'o
. "-,ii. -'. r.t !ro'bLl't'neB'Jh'irl' on l-ds d
r,"1. ."'.'" "*.,, ,r. .",'..' r'd s-ed
I'hcB,,td(, (orc.ro'\..o1n,Foar'njgreJo n ougn e viola of!n\
'o_r" me
'u a' o p' h rch'b r'l o' 'edib'r"v ir
qJe
;;.;,;;i ,,".i "" ." .o o.'ir,ae -. uo g otutuen 'r end our 01boridr' rhe
iria-"i i .'"",i,"* r.- *"t" rto dr cArL antnrEndd prNe$es
i ";,p"., ;i';;;',. ir b' *mmJ o) ri e. c\"1'! or
;;;"G;""'; .". -."'7 "r,t''.\''d
* r' d.'.,"t,.d. ' ''"r fll.:ll.-s- ::^
,oa l e r' "n'l -"ufl",Lr'e d tu'h n6e"'ren
a'on rne r- pr 'u tlY rrkrg no
\rr' 1 Lhe
:: 'd ;;;;;.; ". ru,.s,. - o . h' oo r o I orrbc den crc"o'
";;.' r, -',.r" . *_ e'd4_ dna r ara o|h'
...-" 'g'
Th" et rrron
f,f""'.p".a,i nrni doe' dorono'd dr'x nur orrh " e"-
'
the Pii'cipal dld due
if
'"i $
A trmlsrc$ion conidered ro have occured
condudes thri no rosonibre doubt s
"-il"'lii,,1i i" -"t,tt" "'idence

and undc akes


L nrc Biddcr with ns licc consen! and wnhoui anv i'rnuc'ce asrccs
. .tJ",. " n"Dfln rprl luFnsn' u ' 'i o 'rlrnp!' '\
r'", .."p "i t I
*,. 1,.' -. r-"r.r" 'D
a"u\e no o le la sc o d(J'on u h
r^ o' d),pr 1s L'-r^ " n' de4. "r to
'*.,i ;, ;; ;.;'.,.
:l:i;;;:
.
;.,,"".,".,,","" h",
Le .L roea.rrs . e'. teer snd 'lre
" ", '.
, 1",,.,": . JJ u.,, ",.J by'.,."* "j.ttrjgg ::;j*;1:
|rore rhr( hc hrs rcnorcd / recouped rhe damage aucd by hnn andhas inslrlcd a
sunablecomlption prevmlm sysrcn in

S3$.s!-!:-ter&!g4ilsl![r 1!!!
ll rhe PrinciFl has dFqurlilied $e Biddn fron thc tmdd poces prior to rhe
alvard in rerms ofsection r. and dunng d1c exccurion ol.he conract. the Pnncrpal
shall /
fo ail ernest money deposir bid scuriry noncy, mcash the banl
gmmnrcc iicludinc due patments inaddnion to blacklistin8 or pnring on holiday
rhcbiddff and rernnnali8 rhe conrnct.

2. If rhe Pdncipal has tcmin.lcd rhe conract acconling ro Secrion 3. .r if the


Principrlis endled 1o reibinatc rhc contrac! a.cordin8 to Secion 3, fie Princ,pal
shal1 be.entitkd ro denmd and rc.ovd tom lhe Contador lrqudated &mages
equivaleni io Eamesr Moncy Deposn / Sccuriry Dcposit / Perfoijnance Bank

L Tne bidder rgrees rnd undcdak.s to pdy thc slid amounc virhout pmtesi o.
demur sutject only to condtridn thd 1f fic Biddcr / cornador can rrove and
ceablhh thar rhe exclusion of (he Bidder fion lhc rcndcr proces o. the
rcrmiDation ofrhc co'trd ancr thc contad awrd hds causcd no damigc or lcs
daftagc rhan rhe anounr of lhe li'tuidared daDases. rh. Bidd* / conhcror shru
conp.nsare rhe Prinorpal only ro th. exreni ol the damage in fte amount prcvcd.

Sccrion5 Prsious irrdslre$lon


fhe Biddff swca6 on oarh ili.t no Frevions aansgresioD h6 occured during $e
lasi rlncc yca6 wi$ any orh$ Company in any country confomrine io rhc TI
approacli o' nicluding wirh any orhcr Publlc Sector Enleerise r tjndenaki',8 in
lidla dDt coul'ljustiry his excluion rotu rhc tcndcr pocess.

2. If rhc Biddcr makes incorect $arement on 6is subjccr, hc shaU be dsqualined


fiofr rhe !fldtr process or n,e conta.r, ifxlready.qardcd, .ould be liable to be
rcminaled on .hn Sround

@mrmdms
L n,e Bidder / Contrdo' undenakes to denand frcm dl its sub
an undenaking and commnment in confomity wirh thh Integ y Pac! rnd 1o
subn! it to rhc Principrl bctbre sisnms $c co'1gg\*
-or
2. Thc Pincipll *ill cntr into agrccmcnt Nnh sihrlar coidt,ons, !s $,pulared
hcrcr. wrh aLl Biddc6- Contrdors dnd Strb.ontactos.

L The Pnncip.l sh.ll dqualify fro'n ihc lcndcrpro.css allBiddcs who do not sgn
lnis Pad or violare anyofiIsprovisions

Scction 7 Crlninrlcharees,srinst'iolrtin!Bidders/
Conlr.clors / Su[-conir'(ors

Ifrl,s Pri ipal obt.,ns knowled8e ofconduct ofr Biddcr, Contacror or Subconhctor,
or ol rn empLolrc or a rcpros.nkrne or an asociaie of a Bidde.. Conrncror or
Subconhdor {hi.h con$irures comp(ion, or ifrhe pnncipalhas subsramivc suspicion
r this regard. rhe P ndipal wiu infom.h. \4grlance Office / DeDanne.t for iniiialing
appropriare actio'i tbr above

!scl!e.s-8:I!C!p!!@!9419!-44.s!4eE
L The Pnncipal 3moints compelent and oedible €xEnal ihd.?mdent Monitor
for tbis Pacl. The task of the Monitor is to rsicv independently and
obje.tively, whcthcr and to vhat exlenr Oe padi€s conply the {ilh
obligations under this agrccncnt

2, The Vonitor is not subject ro dny inst rctions by rhe rcpres€nlatives ofthe
pani€s,nd pcrfoms his tunctions nentmllyand indepfldently, H.r.pons lo
rheChairpeconofdre Board ot thc Pmcipal.

3, The Conracror acceprs that thc Monitor has the ngl


rcsriction to all Pmjecr documenrarion of $c Pnn.lpal includine that
prclidcdbytheContactor The Conhacror will also grant drc Monnor, npon
h$ Equest and dcmonstration of a valid interesl, unresticted ed
u nc onditional ac ccss ro his prujeot documcntation. Thc samc h appticable to

snb contracrore. The Monnor h under cont lcrull obliganonlo hcat the
intundtn,n and docuncnts of ttc Biddcr / Contractor / Sub conlractrwiln

Tnc Prnripal will provide to the Monnor sufficient inlomalion about all
eedngs anlong thc patics rclatcd lo the hoject prcvided such meelings
could havc an nnpact on thc conlracrual rclations hctwccn ttcPrincipal atrd
5. As soon as the Monitor notices, or bcliclcs to nolicc, a violalion of lhis
ageoenL he will so infom tbc Muacenent of tbe ?rincipal and Equesl
theManagementlodisconrinueorheal theviolationortohkeotherielewnt
xcton. Tlrc monitor .an in this regad subnn non-binding reconmendalDDs.
Beyond this. the Monitor has no rishl lo dedand lion thc petics that thcy
act in a specific msnrer, refrain fron acrion or rolcratc &rion. ]Jowcvf.lhe
Ii4epeidst Exlemal Monitor shall gire an opporlunity to lhe bidder /
connactor lo present rts case before nlking trs rccomcnda[ons to thc

6. The Monitor Nill sDbmit a writren rcporl lo the ChairpersoD ofthe Board of
dre P rcipalvirhin 8 to l0 weeks ftom rheda(col rclcrcn cc o r intimalon lo
hnn by thc Principal .nd should the occasior aise, subn,t proposa\ for
rlkrng conec!ve measures

7, Monilorshall bc cnlitlcd lo conpcnsalion by the Pnncipal.

8, Iflhe Monnor hs repotted lo lhe ChaiQcsoh of the Board a subsldiiated


suspicion ofan ofacncc urds rclcvant Anti Coruplion llws or lndia, bd
rhe Chai.pe6on has not. {irhin reasonable time. raken visible action ro
proceed asainst such offence or rcported il to lhe vigilancc Ofilcc, thc
Monnormay also tmnsmitthis inforjnatior directly to the CenrralVieihnce
Commissioner, Covemmol of Indir

Tfe\ord Vonro. vuJ.J'1.hJeborhJrtsdla' rrdfld rl


lndependenl Erlemal Monil.r shall bc rc.luned to mairtain coDndentiality
of thc infomation acquned and gathered dunng their lsure rolc as /
IndependentMonitor. ADy breach ln $is rcgard wouldb€ subjecl to the leSal

ll, Thc Indcpcndc.t Extemal MonitoB shall be responsible lo oversee $c


inllcncnraion ol lnteerily Pact Program to prdenl complio!, bribes or
any other unethical practices in tle GAIL. Hovever, Monnor(t shall be
pcsonally and scvoally be liabl€ foranyaclion or sunboughl by B der/
Conractor / againsl the Monitor, in case lhc nndings of Indcpendent
Monitor is / arc found incoricct or biased orlqudiced.
D, lndcpcndcnr Extenal Monilo(s) shall be requed ro tum$h an Undenaking
and shlll disclos€ before hking any assignmenl thathe / she has no rnteEst
r'y (b,dder r sdndd) n my nims.
ThcprovnioDsof$isPmrshancon.inroeiTcdlionrhcdrEorngrinsofrhispadb)lh.bo r

conftcr, md ror sll orhcr Biddc6 6 hon6s ancr rr. conftd hs bem alardcd.

If dy dain n madc I lodgcd by eirher pat duns n\is tifrc. .hc sme sh11 be 6indinc 6d
ot this pmt as sp.cincd $ovsj ulss n is
disrbqcdrndcmircd br rhc cbaryeson orrh. PriDcjpal.

L r,s osEcfcm n subjed ro


ResBrred om.e ofrhe Pnn.ip,l, i.c. Ncv Ddhi me Albnn on s provided ind
a nor be Airtic,bt! for rny is$e / dispure ristng

: $c116 rnninrloi no.cs, if any, ned ro b. mrde h


wdling sideasrcem.nrsblvenorbe4made.

ship .dcen o a consonium, rhis rsrenedr nNr


bc ssicd by dl pdncs or consonim mmbcs

rn ce any or scv.nl of df pmvisions of rhn ag.cmcn( hn our ro be roid, rle


rc'naindcrof$isprcisba|lEmmv

Ashish Digitally signed by


Ashish Dadel

Dadel Date: 2019.12.26


14:34:53 +05'30'
GAIL (India) Limited
(A Govt. of India Undertaking)

PATA PETROCHEMICAL COMPLEX , P.O PATA, DIST. AURAIYA ,


U.P-206241
FAX OF ACCEPTANCE

No. GAIL/PATA/C&P/2019-2021/AMC ELCTRICAL -DS/AD DTD: 20.12.2019

TO : M/S SHIVALEC ENGINEERING , ETAWAH

EMAIL : shivalecengineering@rediffmail.com

ATTN. : SH. A K SHARMA, PARTNER

FROM : ASHISH DADEL, DGM(C&P), PATA AURAIYA UP

PLEASE REFER TO YOUR OFFER NO.:SE/MAINT/03/4/1048 DTD 04.10.2019 AND ALL


SUBSEQUENT CORRESPONDENCES TILL DATE AGAINST E-TENDER NO.: 8000015630 DTD
13.09.2019 FOR ELECTRICAL AMC CONTRACT OF IOP&S PLANT, UPSTREAM PLANT
AND DOWNSTREAM PLANT AT GAIL PATA FOR TWO YEARS PERIOD (.)

WE HEREBY ISSUE THIS FAX OF ACCEPTANCE FOR PROVIDING ELECTRICAL AMC


CONTRACT OF DOWN-STREAM PLANT AT GAIL PATA AT AN ESTIMATED ORDER
VALUE OF Rs. 4,87,97,996/- ( RUPEES FOUR CRORES EIGHTY SEVEN LACS NINETY
SEVEN THOUSAND NINE HUNDRED NINETY SIX ONLY ) INCLUDING GST FOR TWO
YEARS PERIOD (.)

STATUTORY VARIATIONS IN GST DURING CONTRACT PERIOD WILL BE


PAID/REIUMBURSE BY GAIL EXTRA AT ACTUALS (.)

HOD OF ELECTRICAL DEPT. OR A PERSON AUTHORIZED BY HIS SHALL BE THE EIC OF


THE AWARDED CONTRACT AND YOU ARE REQUESTED TO CONTACT HIM FOR
FURTHER INSTRUCTIONS INCLUDING MOBILIZATION FOR THE AWARDED JOB(.)

REST ALL OTHER TERMS AND CONDITIONS SHALL BE AS PER OFFER & TENDER
DOCUMENT INCLUDING AHR ITEMS IF ANY (.)

PLEASE ACKNOWLEDGE THE RECEIPT OF FOA PER RETURN MAIL(.)

C.C. by courier to:


SH. A K SHARMA, PARTNER
M/S SHIVALEC ENGINEERING
61 A KAROL
BEHIND ARYA KANYA INTER COLLEGE ASHISH DADEL
ETAWAH-2062440 DGM(C&P)
EMAIL ID- shivalecengineering@rediffmail.com Email:ad02490@gail.co.in
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S , UPSTREAM, & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

M/S GAIL (INDIA) LIMITED


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

OPEN DOMESTIC COMPETITIVE BIDDING


(E-TENDER)

E-TENDER NO.: 8000015630

FOR

ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM, & DOWN


STREAM PLANT AT GAIL PATA FOR TWO YEARS PERIOD

(OPEN DOMESTIC COMPETITIVE BIDDING)

Contact details:

 Mr. Ashish Dadel, DGM(C&P)


Phone # +91-5683230381
Email: ad02490@gail.co.in

Page - 1 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

TENDER CONTENTS
Sl. No. Description : Remarks

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


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

ANNEXURE-I -Procedure for action in case corrupt/ fraudulent/


collusive/coercive practices
ANNEXURE-II- Procedure for evaluation of performance of vendors/
suppliers/ contractors/ consultants
ANNEXURE–III-Addendum to instructions to bidders for participation
in e-tender

ANNEXURE-IV-Bidding data sheet(BDS)

FORMS & FORMAT (F-1 to F-29)

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

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

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


SPECIFICATION /DRAWINGS ETC

7 Section-VII : PREAMBLE TO SCHEDULE OF RATES(SOR)

Page - 2 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

SECTION-I

INVITATION FOR BID (IFB),NOTICE


INVITING TENDER (NIT)& CUT-OUT
SLIPS

Page - 3 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

"INVITATION FOR BID (IFB)”


Ref No.: GAIL/PATA/C&P/2019/AD/AMC ELEC US IPP & DS/ DTD 13.09.2019

To,

ALL PROSPECTIVE BIDDERS MEETING THE BEC CRITERIA

SUB: E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF ,


IOP&S , UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO
YEARS PERIOD

Dear Sir/Madam,

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

2.0 The brief details of the tender are as under:

SL. No. DESCRIPTION : REMARKS

(i) Tender No. : E-tender no. 8000015630

(ii) Tender Job Description : ELECTRICAL AMC CONTRACT


OF IOP&S, UPSTREAM & DOWN
STREAM PLANT AT GAIL PATA
FOR TWO YEARS PERIOD
(iii) Tender Type : This is an E-Tender& offer/e-bids are
(Manual tender/ e-tender-√) required to be uploaded at GAIL’s E-
Notes/Explanation:
(a) In case of manual tender Tender website
Physical Bids/Offers (hard ( https://etender.gail.co.in/irj/portal )
copy),is required to be
submitted to the tender
issuing office address &
addressed to “In-Charge
C&P” GAIL(I) Ltd , Pata
Petrochemical Complex ,
Pata , District Auraiya UP-
206241-India
(b) In case of e-tender, e-
bids(scanned copy of bid ) is
required to be up-loaded at
GAIL’s E-Tender portal/
website
( https://etender.gail.co.in/irj/portal )

Page - 4 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

(iv) Type of Bidding System : Single Stage Two Bid System and
(Single Stage Single Bid System /
Single Stage Two Bid System √)
offer/e-bids are required to be uploaded
Notes/Explanation: at GAIL’s E-Tender website at
(a) Under Single Stage Single https://etender.gail.co.in/irj/portal ) Un-
Bid System:
This system of bidding priced/Technical and Priced Bid
essentially means that Separately
technical and prices are
obtained in a single
envelope and opened for
processing.
(b) Under Single Stage Two
Bid System:
In this system bidders have
to submit UNPRICED BID
(PART-I) - containing
Technical and Commercial
proposals but without prices
and PRICE BID (PART-II) -
containing only prices quoted
in requisite formats as
provided in the Tender
Documents. PART-I shall
also contain the requisite
Earnest Money Deposit
(EMD) / Bid Bond if any.
The bids submitted as
aforementioned shall be
sealed in two separate covers
duly super scribed as above
and both the envelopes
placed in one single sealed
cover, at a central place. For
this purpose suitable labels in
different covers may be
provided with the tender
documents. The UN-
PRICED BIDS will be
opened first on the due date
and time indicated in the
Tender Documents, in
presence of representatives
of attending bidders and
scrutinized by the Tender
Committee. In case of e-bid
refer the extent of changes
made in this regard & submit
e-bid accordingly .

(v) Availability of bidding : W.e.f 13.09.2019 onwards at website


document on following https://etender.gail.co.in/irj/portal
GAIL’s/Government website for http://www.gailonline.com http://www.gailtenders.in
downloading http://tenders.gov.in/

Page - 5 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

(vi) Tender Fee : Not Applicable

(Refer clause no.5.2 of


ITB)
Notes/Explanation:
(a) Tender fee is
APPLICABLE /NOT
APPLICABLE in the
instant tender.

(b) Tender fee is non-


refundable.

(c) The tender fee will be


acceptable in the form of
'crossed payee accounts
only' Bank Drafts / Banker
Cheque payable to
GAIL(I) Ltd Pata .

(d) IN case of e-tendering


(open tenders), the tender
fee to be submitted along
with bid.

(e) Tender document will be


sold on receipt of
application along with
requisite tender fee. No
tender document will,
however, be sold/ issued to
the bidder who are on
‘Holiday’ by GAIL or
Public Sector Project
Management Consultant
(like EIL, Mecon etc. only
due to “poor performance”
or “corrupt and fraudulent
practices”) or banned by
Government department/
Public Sector on due date
of submission of bid. If the
document were issued
inadvertently/ downloaded
from website, offers
submitted by such bidder
shall not be considered for
opening/ evaluation/ award
and will be returned
immediately to such
bidder. The above is
without prejudice to the
other rights of GAIL.

(f) Micro and Small


Enterprises will be
exempted from the
payment of tender fee. For
exemption of tender fee
MSEs has to submit copy
of valid MSE certificate
duly certified by the
Chartered Accountant(not
being an employee or a
Director or not having any
interest in the bidders
company/firm) and notary
public with legible stamp

(g) NSIC/SSI Units will be

Page - 6 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
exempted from the
payment of tender fee. For
exemption of tender fee
NSIC/SSI Units has to
submit copy of valid
NSIC/SSI certificate duly
notarized by notary public
with legible stamp

(h) The Government


departments / PSUs will
also be exempted from the
payment of tender fee.

(i) The foreign bidders can


purchase tender document
by submitting tender fee in
USD or equivalent INR
(directly or through their
authorized Indian
representative)(Not
Applicable for this tender).

(j) In the event of a particular


tender being cancelled, the
tender fee will be refunded
to the concerned bidders.
(vii) Bid Security/Earnest : Re-fundable Bid Security/EMD of Rs.11.13
Money Deposit (EMD) Lacs as under in the form of 'Crossed payee
(Refer clause no.16 of accounts only' Bank Drafts / Banker Cheque/
ITB) Bank guarantee payable to or in favour of
Notes/Explanation: GAIL(I) Ltd Pata shall be as under.

(a) EMD is APPLICABLE


The validity of Bid Bond in the form of Bank
/NOT APPLICABLEin the Guarantee is to be kept valid for a period two
instant tender. months beyond the bid validity of 3 Months
(b) EMD is Period from bid due date.
refundable/returnable .
(c) The bid security, at the In addition bidder can also submit the EMD
bidder's option, shall be in through online banking transaction i..e.
the form of a bank IMPS/NEFT/RTGS.
guarantee, Demand Draft
(DD), Banker’s Cheque, a Our Bank Details are as under:
letter of credit in favour of 1. Account Holder’s Name: GAIL INDIA
GAIL(I) Ltd Pata LIMITED
(d) The validity of Bid Bond in 2. Bank Name: STATE BANK OF INDIA
the form of Bank Guarantee 3. Branch Name /branch code :
is required to be kept for a
period two months beyond
PATA (01937) , 01937
the bid validity 4. Account Number : 0000032808651040
(e) In line with the Government
5. IFSC Code: SBIN0001937
guidelines, Micro and Small 6. SWIFT Code of Branch:
Enterprises (MSEs) will be SBININBB352
exempted from payment of
Earnest Money / Bid Bond However, while remitting the bidder must
against the GAIL tender. indicate EMD and tender/E-tender no. under
For exemption of EMD remarks. Bidder shall be required to submit/
MSEs have to submit copy
of valid MSE certificate
upload the successful transaction details
duly certified by the alongwith their bid/e-bid. In absence of
Chartered Accountant(not submitting/ uploading the remittance details, the
being an employee or a bid is likely to be considered as bid not
Director or not having any accompanied with EMD.
interest in the bidders
company/firm) and notary Further, in case of the online transaction,
public with legible stamp.
Page - 7 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
submission of EMD in original is not
(f) Small Scale Industries units applicable.
registered with the NSIC,
under its Single Point
Registration Scheme, shall
be exempted from
submission of EMD/Bid
Bond. For exemption of
EMD NSIC/SSI Units have
to submit copy of valid
NSIC/SSI certificate duly
certified/attested by notary
public with legible stamp.
(g) MSEs (Micro & Small
Enterprises) are exempted
from submission of EMD in
accordance with the
provisions of PPP-2012 and
Clause 40 of ITB. However,
Traders/Dealers/ Distributors
/Stockiest /Wholesaler are
not entitled for exemption of
EMD. The Government
Departments/PSUs are also
exempted from the payment
of EMD. Further, Startups
are also exempted from the
payment of EMD.

(h) After the GAIL decision


with respect to award of
work / placement of order,
the Earnest Money Deposit /
Bid Bond received from all
the bidders except the
successful bidder should be
promptly returned within a
period of 30 days after
finalization of tender and
that of the successful bidder
after necessary formalities
including submission of
Contract Performance
Guarantee .
(i) Start-up shall be exempted
from submission of
EMD/Bid Bond. For
availing the relaxation,
bidder is required to submit
requisite certificate towards
Start-up enterprise
registration issued by
Department of Industrial
Policy and Promotion,
Ministry of Commerce and
the certificate should be
certified by the Chartered
Accountant (not being an
employee or a Director or
not having any interest in
the bidder’s company/firm)
and notary public with
legible stamp.

Page - 8 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

(viii) Date, Time & Venue of : Sl Description Remarks


Pre-Bid Meeting No.
Notes/Explanation: (a) Pre-bid Meeting 20.09.2019 at 1100
(a) A prospective Bidder date & time Hrs IST
requiring any
clarification(s) of the (b) Venue of Pre-Bid Admin Bldg.
Bidding Documents may Meeting Polymer Bhawan
notify GAIL in writing or GAIL(I) Ltd Pata
by fax or email at GAIL's Petrochemical Complex
contact mailing address –Pata Auraiya –UP-
indicated in the BDS/ 206241
concerned dealing officer (c ) Format for raising Refer Format-
email id queries including F-18 attached at Forms
ad02490@gail.co.in, no pre-bid meeting & Format enclosed at
later than 02 (two) days queries if any ITB Section –III of bid
prior to pre-bid meeting (in document
cases where pre-bid meeting
is scheduled) or 05 (five)
days prior to the bid closing
date in cases where pre-bid
meeting is not held.

(b) The Bidder(s) or his


designated representative
are also invited to attend a
"Pre-Bid Meeting" which
will be held at address
specified in IFB. It is
expected that a bidder shall
not depute more than 02
representatives for the
meeting.
(c) Purpose of the meeting will
be to clarify issues and to
answer questions on any
matter that may be raised at
that stage and give hands-on
e-tendering.
(d) Bidder requiring any
clarification(s) of the
Bidding Documents must
be raised in format F-18
attached for raising
queries & provided at
enclosed Forms & Format
section of bid document .

(e) GAIL reserves the right to


ignore the bidders request
for clarification if received
after the aforesaid period.
GAIL may respond in
writing to the request for
clarification. GAIL's
response including an
explanation of the query,
but without identifying the
source of the query will be
uploaded on GAIL’s
tendering web site
[https://etender.gail.co.in/
http://gailtenders.in and
Government Website] /
communicated to
prospective bidders by e-
mail/ fax.

Page - 9 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
(f) Any clarification or
information required by the
Bidder but same not
received by the Employer
(refer BDS for address)
above is liable to be
considered as "no
clarification / information
required".

(ix) Eligible Bidders : Refer ITB Clause no.2 for bidders


(Refer ITB Clause eligibility for bidding against the
no.02) tender in detail
(a) Bidders’ who are not be
under a declaration of
ineligibility by Employer
(i.e GAIL) for Corrupt/
Fraudulent/ Collusive/
Coercive practices, as
defined in "Instructions to
Bidders [ITB], Clause No.
39” (Action in case Corrupt/
Fraudulent/ Collusive/
Coercive Practices).
(b) Bidders’ who are not put
on ‘Holiday’ by GAIL or
Public Sector Project
Management Consultant
(like EIL, Mecon only due
to “poor performance” or
“corrupt and fraudulent
practices”) or
banned/blacklisted by
Government department/
Public Sector on due date of
submission of bid.
(x) BEC criteria and bid : Refer Section-II of enclosed bid
evaluation & award document
methodology including
MSEs bidder’s
(xi) Due date & time of bid- : 04.10.2019 upto 15:00 Hrs.IST
Submission [Bidders are requested to upload their e-bid at GAIL’s E-
Notes/Explanation: Tender website as given below:
(a) In case of manual tender (https://etender.gail.co.in/irj/portal) ]
Physical Bids/Offers (hard
copy),is required to be
submitted to the tender
issuing office address and
addressed to “In-Charge
C&P” GAIL(I) Ltd , Pata
Petrochemical complex ,
Pata, Auraiya U.P-206241

(b) In case of e-tender, e-


bids(scanned copy of offer /
bid ) is only required to be
up-loaded at GAIL’s E-
Tender website
(https://etender.gail.co.in/
irj/portal )
(c) For any E-Tender process
related help, please contact
GAIL’s BIS Coordinator at
GAIL Jubilee Tower Noida
 Mr. Ashwini (MB:8447760550)

Page - 10 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
 Mr. Naveen(MB:9582977797)
 Mr. B. Sonowal(MB:8800091829)
 PH No. 0120-2446400 Ext. 11517.

(xii) Date and time of un- : 04.10.2019 at 16:00 Hrs.IST


priced bid opening
(xiii ) Validity of offer : The offer should remain valid for not
less than 3 months from the bid
opening date
(xiv) Time period for : Mobilization Period :Shall be within 15
Mobilization / /Contract days from the date of e-mail intimation
from EIC regarding readiness of site.
Delay in mobilization within 15 days
from the date of e-mail intimation from
EIC regarding readiness of site will
attract PRS @ 0.5% per week of delay
maximum 5% of the total order value
excluding taxes & duties .
Contract Period : 24 months period
from the date of Mobilization at site.
(xv) PRS(Price reduction : As stated above
schedule ) if any for
delay in Mobilization &
Job Completion Period
(xvi) Security Deposit (SD)/ : SD/CPBG @10% of the annualized contract
CPBG(Contract value excluding taxes & duties with initial
Performance Bank validity of 27 Months Period from the date of
Guarantee) notification of award is required & is to be
(a) SD/CPBG is submitted within 30 days from the date of
APPLICABLE /NOT notification of Award.
APPLICABLE in the
instant tender. Or
(b) Contract/ Order Value as
mentioned for SD/CPBG
shall be exclusive of taxes Initial security deposit(ISD @2.5% annualized
and duties. contract value excluding taxes & duties with
(c) Security Deposit /Contract initial validity of 27 Months Period from the
Performance Guarantee can
be submitted at the bidder's
date of notification of award is required & is to
option, in the form of a bank be submitted within 30 days from the date of
guarantee, Demand Draft notification of Award and deduction @7.5% of
(DD), Banker’s Cheque, a
letter of credit to be the RA bill subsequently from RA bills till the
denominated in the currency total amount of Security deposit (including ISD
of contract for the amount as
applicable. & deducted amount) reaches 10% of the
annualized contract value excluding taxes &
(a) The Contract Performance
Guarantee will be valid for duties
a period of 90 days beyond
the contract period/ duration In case if there is any extension of contract
and applicable Warranty/ period then the validity of BG is to be extended
Guarantee /Defect Liability
Period (if any). beyond 3 Months of extended Contract Period
(b) Contract Performance
Guarantee to be submitted
by bidder within 30 days

Page - 11 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
after issuance of Fax/ Letter
of Intent/ Acceptance, as per
provision of contract/ tender.

(c) The security deposit


/contract performance
guarantee will invariably be
obtained even from the
Public Sector
Undertakings/NSIC/SSI/MS
ME Units (which is
otherwise exempted from
Tender Fee &EMD)
(xvii) Payment Terms : Refer Special Condition of Contract
against submission of monthly running
bill
(xviii) EIC/SIC : HOD of respective dept. or a person authorized by HOD
shall be the EIC/SIC of the awarded job

(xix) Contact Details for :  Mr. Ashish Dadel


clarification / Pre-bid Phone # +91-5683230381
Meeting Queries if Email: ad02490@gail.co.in
any  Mr. Arun Sharma, CM(C&P)
Phone # +91-5683230384
Email: aksharma@gail.co.in
Note:
(a) For manual tender : In case of the days for Pre-Bid Meeting, Bid Submission&
Un-Priced Bid Opening date specified above happens to be a holiday in GAIL,
the next working day shall be implied.

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

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB depending
upon Type of Tender as mentioned at Clause no. 2.0 (iii) of IFB. The IFB is an
integral and inseparable part of the bidding document.
4.0 In case of e-tendering, the following documents in addition to uploading in the bid
on GAIL’s e-tendering website shall also be submitted in Original (in physical
form) within 7 (seven) days from the bid due date provided the scanned copies of
the same have been uploaded in E-Tender by the bidder along with e-bid within the
due date and time to the address mentioned in Bid Data Sheet(BDS):-
i) Demand Draft /Banker Cheque towards Tender fee
ii) EMD/Bid Security in Original
iii) Power of Attorney
iv) Integrity Pact in Original
5.0 In case of Manual Bids, bids complete in all respect should reach at the address
specified in Bid Data Sheet on or before the due date & time. Bids received after the
due date and time is liable to be rejected.

6.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender
documents and not to stipulate any deviations/exceptions.
Page - 12 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

7.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote
against this tender, may download the complete bidding document alongwith its
amendment(s) if any from GAIL's website (http://gailtenders.in or
http://tenders.gov.in) and submit their Bid complete in all respect as per terms &
conditions of Tender Document on or before the due date of bid submission.
8.0 Offer(s) received from bidders to whom tender/information regarding tender has
been issued as well as offers received from the bidder(s) by downloading tender
document from GAIL’s web site shall be taken into consideration for evaluation &
award provided that the bidders are found responsive.
9.0 Clarification(s)/Corrigendum(s) if any shall also be available on above referred
websites.
10.0 All the bidders including those who are not willing to submit their bid are required
to submit F-11 (Acknowledgement cum Consent letter) duly filled within 7 days
from receipt of tender information.

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

12.0 GAIL reserves the right to reject any or all the bids received at its discretion without
assigning any reason whatsoever.

This is not an Order.

For & on behalf of


GAIL (India) Limited

Ashish Dadel
Deputy General Manager(C&P)
e-mail ID:ad02490@gail.co.in

Page - 13 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

M/s GAIL (India) Limited


(A Govt. of India Undertaking)
(A Maharatna Company)
Pata Petrochemical Complex , Pata ,Auraiya (U.P.) – 206241 India
NOTICE INVITING TENDER
(OPEN DOMESTIC COMPETITIVE BIDDING)

Dear Sir
GAIL (India) Limited , Pata Petrochemical Complex , Pata ,Auraiya (U.P.) invites e-bids from
eligible bidders FOR ELECTRICAL AMC CONTRACT OF IOP&S , UPSTREAM &
DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS PERIOD as detailed
below:
E-tender no: 8000015630
Pre-bid Meeting date & time: 20.09.2019 at 1100 Hrs IST
Last date & time for submission of Bid : Upto 1500 Hrs IST on 04.10.2019

For further details, please visit our E-Tender website (https://etender.gail.co.in) and Tender
website (http://www.gailtenders.in) and Govt. website (http://eprocure.gov.in).

For any queries, bidders may contact: Mr Ashish Dadel, DGM(C&P)/ Mr. Arun Sharma,
CM(C&P) M/s GAIL (India) Limited, Pata Petrochemical Complex , Pata, Auraiya (U.P.) –
206241 India Phone # # +91-5683230381/384 Email: ad02490@gail.co.in / aksharma@gail.co.in

Any revision, clarification, addendum, corrigendum, time extension, etc. to the above tender will
be hosted on the website http://www.gailtenders.in and https://etender.gail.co.in only and no
separate notification shall be issued in the press. Bidders are requested to visit the website
regularly to keep themselves updated.

Page - 14 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

CUT – OUT SLIP

DO NOT OPEN

(FOR TENDER FEE , ORIGINAL EMD , POWER OF ATTORNEY ONLY


& INTEGRITY PACT )

TENDER DESCRIPTION : E-TENDER NO.: 8000015630 FOR ELECTRICAL


AMC CONTRACT OF IOP&S, UPSTREAM, &
DOWN STREAM PLANT AT GAIL PATA FOR
TWO YEARS PERIOD

DUE DATE & TIME : 04.10.2019 upto 15:00 Hrs IST


FROM: TO:

M/s In-Charge (C&P)


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

(TO BE PASTED ON THE ENVELOPE CONTAINING TENDER FEE,


EMD, POWER OF ATTORNEY ONLY & INTEGRITY PACT ONLY)

Page - 15 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

SECTION-II

BID EVALUATION CRITERIA


[BIDDERS ELIGIBILITY CRITERIA , EVALUATION &
AWARD METHODOLOGY]

Page - 16 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
BIDDER’S ELIGIBILITY CRITERIA, EVALUATION & AWARD
METHODOLOGY:

The bidder should meet the following technical & financial eligibility criteria:

1.1 TECHNICAL CRITERIA:


The bidders who intend to participate in this tender shall meet the minimum
qualifying requirement as per the following bid evaluation criteria:
Sl Technical BEC Criteria Required document(s) to qualify
No
Eligibility Criteria

1 The bidder must have successfully (i) Copy(s) of "Work Order(s) / Contract(s)"
executed at least single work and "Completion Certificates(s)/Proof
order/contract for Operation OR of successful execution of the same
Maintenance OR Operation & 'Work Order(s)/ Contracts' .The
maintenance OR Shutdown bidders must submit the completion
maintenance of Electrical certificate issued by end user / owner
Equipment’s/System valuing (or their consultant who has been duly
minimum Rs.1.39 Crores . in authorized by them to issue such
Petrochemical Plant OR Petroleum certificate) only after completion of
Refinery Plant OR Fertilizer Plant OR work / supply in all aspect. However,
LPG Plant OR Gas Processing Plant OR in case of tenders for annual rate
Gas or Naphtha based Power Plant OR contracts/ maintenance contracts,
Offshore plant – in the preceding 07 where the bidder is executing a rate /
years period, to be reckoned from bid maintenance contract which is still
due date [ order/ contract date running and the contract value
should be within 07 years period from /quantity executed till one day prior to
bid due date ]. due date of bid submission is equal to
or more than the minimum prescribed
Note : In this tender the value / quantity mentioned in the BEC,
relaxation of prior experience such experience will also be taken into
consideration provided that the bidder
for start-up is not allowed / not
has submitted satisfactory work /
permissible , therefore start-up supply execution certificate issued by
have to meet the technical the end user / owner / authorized
BEC as per tender provision. consultant.

(ii) Above document at sl.# (i) must


be duly certified/attested by
Chartered Engineer and Notary
Public with Legible Stamp

(iii) A job executed by a bidder for its


own plant/projects cannot be
considered as experience for the

Page - 17 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
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.

1.2. FINANCIAL CRITERIA:

The bidder should meet the following financial criteria:

Sl Financial BEC Criteria Required document(s) to qualify


No.
Eligibility Criteria

1 The minimum annual turnover (i) Duly Certified Financial


of the bidder as per the audited Capability by Chartered
Accountant
financial statement in any of
the 3 preceding financial years (ii) Audited Balance Sheets and
Profit & Loss Account any one
shall be Rs.1.39 Crores
of preceding three financial
years to be submitted duly
2 Net Worth of the Bidder should
certified/attested by notary
be positive as per the last public with legible stamp to
audited Financial statement qualify the above financial
eligibility criteria.
3 The Bidder should have
minimum Working Capital of in

Page - 18 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
the last audited financial year
shall be Rs.27.84 Lacs

If the Bidder's Working Capital


is inadequate, the Bidder shall
supplement the shortfall with
letter issued by his Banker
specific to this tender number,
having a net worth not less
than INR 100 Crores to meet
the specified Working Capital
requirement

1.3 BID EVALUATION & AWARD METHODOLOGY:


Evaluation Methodology-Techno-Commercially Qualified bids will be compared
based on the total evaluated price inclusive all charges, taxes & duties including
GST Less GST Input Tax Credit (ITC) if any as quoted by the bidder. Further
bidding is in % tendering basis & in case of tie bidder having higher Annual Turnover
in FY-18-19 shall be given preference. Since GAIL intent to award one job to one
party only ,, therefore award of job shall be done at Para 1.4 below.
1.4 Accordingly following provision for award of the job group wise is given below :
(i) Group-A(IOP&S) – Shall be awarded to L-1 bidder and this awarded
bidders shall not be considered for Group-B & C .
(ii) Group-B(US) - Shall be awarded to L-2 bidder subject to matching L1 price
. In case L2 bidder regrets to match , then L3, L4, L5 … so on (in the
above sequence) will be asked to match the L1 price, then whosoever
matches the L1 price in the same sequence will be awarded Group-B
else this group shall be re-tendered. Awarded bidder of group –B shall
not be considered for Group-C.
(iii) Group-C(DS) - Shall be awarded to next lowest un-awarded bidder of
Group-A /Group-B in order of their ranking subject to matching L1 price
. In case all left out un-awarded bidder regrets to match L1 Price
this group shall be re-tender .
(iv) In addition to the above award methodology including Purchase
Preference to MSEs shall be as per Govt. Guidelines as
under:
a) In case all participating bidders are Non-MSE bidders- The contract
will be awarded to overall lowest bidder as evaluated above on
overall lowest basis group wise .
b) In case of participating bidders include MSE bidders also : As
tender qty is considered as not splittable group wise.., MSE
quoting price within price band L1 (of other than MSEs on overall
Page - 19 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
lowest basis group wise ) + 15% , may be awarded for full/
complete order of a group subject to matching lowest price of
other than MSEs bidder. As the evaluation is on overall lowest basis
, matching of prices is to be done on pro-rata basis for all the SOR
items by applying uniform discount. In case of more than one
participating MSEs are within the price band L1 + 15%, then
opportunity shall be given to MSEs in order of their lower ranking
to match the lowest price as stated above . If no MSEs Match the
lowest price, then order will be issued to lowest bidder (other than
MSE).

Page - 20 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

SECTION-III

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

Page - 21 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

SECTION-III
INSTRUCTION TO BIDDERS

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

[B] BIDDING DOCUMENTS:


7. CONTENTS OF BIDDING DOCUMENTS
8. CLARIFICATION OF BIDDING DOCUMENTS
9. AMENDMENT OF BIDDING DOCUMENTS

[C] PREPARATION OF BIDS:


10. LANGUAGE OF BID
11. DOCUMENTS COMPRISING THE BID
12. SCHEDULE OF RATES / BID PRICES
13 GST (CGST & SGST/ UTGST or IGST )
14. BID CURRENCIES
15. BID VALIDITY
16. EARNEST MONEY DEPOSIT
17. PRE-BID MEETING
18. FORMAT AND SIGNING OF BID
19. ZERO DEVIATION & REJECTION CRITERIA
20. E-PAYMENT

[D] SUBMISSION OF BIDS:


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

[E] BID OPENING AND EVALUATION:


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

[F] AWARD OF CONTRACT:


Page - 22 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
35. AWARD
36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA]
37. SIGNING OF AGREEMENT
38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT
39. PROCEDURE FOR ACTION IN CASE
CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES
40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL
ENTERPRISE
41. AHR ITEMS
42. VENDOR EVALUATION PROCEDURE
43. INCOME TAX & CORPORATE TAX
44. SETTLEMENT OF DISPUTES BETWEEN GOVERNMENT
DEPARTMENT AND ANOTHER AND ONE GOVERNMENT
DEPARTMENT AND PUBLIC ENTERPRISE AND ONE PUBLIC
ENTERPRISE AND ANOTHER
45. INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS
PROVIDERS)
46. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL
MEANS
47. CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING
TO SCHEDULED CASTES AND WEAKER SECTIONS OF THE
SOCIETY
48. QUARTERLY CLOSURE OF THE CONTRACT
49. PROVISION FOR STARTUPS
50. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR
CREDIT NOTE TOWARDS PRS

[G] ANNEXURES:
1. ANNEXURE-I : ADDENDUM TO INSTRUCTIONS TO BIDDERS
(INSTRUCTION FOR PARTICIPATION IN E-TENDER)
4. ANNEXURE-II: BIDDING DATA SHEET (BDS)

Page - 23 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

INSTRUCTIONS TO BIDDERS [ITB]


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

[A] – GENERAL

1 SCOPE OF BID

1.1 The Employer as defined in the "General Conditions of Contract [GCC]", wishes to
receive Bids as described in the Bidding Document/Tender document issued by
Employer. Employer/Owner/GAIL occurring herein under shall be considered
synonymous.
1.2 SCOPE OF BID: The scope of work/ Services shall be as defined in the Bidding
documents.
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 the Bidding Documents, the terms 'Bid', 'Tender' & ‘Offer’ and their
derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day'
means 'Calendar Day' and 'Singular' also means 'Plural'.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Employer for Corrupt/
Fraudulent/ Collusive/ Coercive practices, as defined in "Instructions to Bidders [ITB],
Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices).
2.2 The Bidder is not put on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and fraudulent
practices”) or banned/blacklisted by Government department/ Public Sector on due date
of submission of bid. Further, neither bidder nor their allied agency/(ies) (as defined in
the Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices)
are on banning list of GAIL or the Ministry of Petroleum and Natural Gas.
If the bidding documents were issued inadvertently/ downloaded from website, offers
submitted by such bidders shall not be considered for opening/ evaluation/Award and
will be returned immediately to such bidders.
In case there is any change in status of the declaration prior to award of contract, the
same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform about their status regarding para
1 of clause 2.2 herein above on due date of submission of bid and during the course of
finalization of the tender. Concealment of the facts shall tantamount to misrepresentation
of facts and shall lead to action against such Bidders as per clause 39 of ITB.
2.3 The Bidder should not be under any liquidation court receivership or similar proceedings
on due date of submission of bid. In case there is any change in status of the declaration
prior to award of contract, the same has to be promptly informed to GAIL by the bidder.
It shall be the sole responsibility of the bidder to inform GAIL there status on above on
due date of submission of bid and during the course of finalization of the tender.
Concealment of the facts shall tantamount to misrepresentation of facts and shall lead to
action against such Bidders as per clause no.39 of ITB.
2.4 Bidder shall not be affiliated with a firm or entity:
(i) that has provided consulting services related to the work to the Employer during
the preparatory stages of the work or of the project of which the works/services
forms a part of or

Page - 24 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
(ii) that has been hired (proposed to be hired) by the Employer as an Engineer/
Consultant for the contract.
2.5 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a
contract nor its affiliates/ JV’S/ Subsidiaries shall be allowed to participate in the
tendering process unless it is the sole Licensor/Licensor nominated agent/ vendor.
2.6 Pursuant to qualification criteria set forth in the bidding document, the Bidder shall
furnish all necessary supporting documentary evidence to establish Bidder’s claim of
meeting qualification criteria.
2.7 Power of Attorney:
In case of a Single Bidder, Power of Attorney issued by the Board of Directors/ CEO
/Chairman/ MD / Company Secretary of the Bidder/ all partners in case of Partnership
firm/any person authorized in terms of Deed of LLP/Proprietor in favour of the
authorised employee(s) of the Bidder, in respect of the particular tender for signing the
Bid and all subsequent communications, agreements, documents etc. pertaining to the
tender and to act and take any and all decision on behalf of the Bidder, is to be submitted.
The authorized employee(s) of the Bidder shall be signing the Bid and any consequence
resulting due to such signing shall be binding on the Bidder.

3 BIDS FROM "JOINT VENTURE"/"CONSORTIUM"- NOT APPLICABLE

4 ONE BID PER BIDDER


4.1 A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process. A Bidder
who submits or participates in more than 'one [01] Bid' will cause all the proposals in
which the Bidder has participated to be disqualified.
4.2 Alternative Bids shall not be considered.
5 COST OF BIDDING
The Bidder shall bear all costs associated with the preparation and submission of the Bid
including but not limited to Bank charges all courier charges including taxes & duties
etc. incurred thereof. Further, GAIL will in no case, be responsible or liable for these
costs, regardless of the outcome of the bidding process.

6 SITE VISIT

6.1 The Bidder is advised to visit and examine the site of works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the Bid and entering into a Contract for the required job. The costs of visiting
the site shall be borne by the Bidder.
6.2 The Bidder or any of its personnel or agents shall be granted permission by the Employer
to enter upon its premises and land for the purpose of such visits, but only upon the
express conditions that the Bidder, its personnel and agents will release and indemnify
the Employer and its personnel, agents from and against all liabilities in respect thereof,
and will be responsible for death or injury, loss or damage to property, and any other
loss, damage, costs, and expenses incurred as a result of inspection.
6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-compliance due
to lack of any kind of pre-requisite information as it is the sole responsibility of the
Bidder to obtain all the necessary information with regard to site, surrounding, working
conditions, weather etc. on its own before submission of the bid.

[B] – BIDDING DOCUMENTS


7 CONTENTS OF BIDDING DOCUMENTS

Page - 25 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
7.1 The contents of Bidding Documents / Tender Documents are those stated below, and
should be read in conjunction with any 'Corrigendum' issued in accordance with "ITB:
Clause-9":
 Section-I : Invitation for Bid [IFB]
 Section-II : BID EVALUATION CRITERIA [BEC] & Evaluation methodology
 Section-III : Instructions to Bidders [ITB], Annexure, Forms & Format
 Section-IV : General Conditions of Contract [GCC]**
 Section-V : Special Conditions of Contract [SCC]
 Section-VI : Specifications, Scope of Work and Drawing
 Section-VII : Schedule of Rates

*Request for Quotation’, wherever applicable, shall also form part of the Bidding
Document.
**“The Hindi version of GCCs are available on GAIL’s tender website
(www.gailtenders.in) for reference. However, in case of any discrepancy in English & its
Hindi translation, for interpretation and legal aspects, the English version shall prevail.”
7.2 The Bidder is expected to examine all instructions, forms, terms & conditions in the
Bidding Documents. The "Request for Quotation [RFQ] & Invitation for Bid (IFB)"
together with all its attachments thereto, shall be considered to be read, understood and
accepted by the Bidders. Failure to furnish all information required by the Bidding
Documents or submission of a Bid not substantially responsive to the Bidding
Documents in every respect will be at Bidder's risk and may result in the rejection of his
Bid.
8 CLARIFICATION OF BIDDING DOCUMENTS
8.1 A prospective Bidder requiring any clarification(s) of the Bidding Documents may notify
GAIL in writing or email at GAIL's mailing address indicated in the BDS no later than
02 (two) days prior to pre-bid meeting (in cases where pre-bid meeting is scheduled) or
05 (five) days prior to the due date of submission of bid in cases where pre-bid meeting
is not held. GAIL reserves the right to ignore the bidders request for clarification if
received after the aforesaid period. GAIL may respond in writing to the request for
clarification. GAIL's response including an explanation of the query, but without
identifying the source of the query will be uploaded on GAIL’s tendering web site /
communicated to prospective bidders by e-mail.
8.2 Any clarification or information required by the Bidder but same not received by the
Employer at clause 8.1 (refer BDS for address) above is liable to be considered as "no
clarification / information required".

9 AMENDMENT OF BIDDING DOCUMENTS

9.1 At any time prior to the 'Bid Due Date', Owner may, for any reason, whether at its own
initiative or in response to a clarification requested by a prospective Bidder, modify the
Bidding Documents by corrigendum.
9.2 Any corrigendum thus issued shall be integral part of the Tender Document and shall be
hosted on the websites as provided at clause no. 2.0 (G) of IFB /communicated to
prospective bidders by e-mail. Bidders have to take into account all such corrigendum
before submitting their Bid.
9.3 The Employer, if consider necessary, may extend the date of submissions of Bid in order
to allow the Bidders a reasonable time to furnish their most competitive bid taking into
account the corrigendum issued thereof.
[C] – PREPARATION OF BIDS
10 LANGUAGE OF BID:
Page - 26 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

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

11. DOCUMENTS COMPRISING THE BID

11.1 In case the Bids are invited under the Manual two Bid system. The Bid prepared by the
Bidder shall comprise the following components sealed in 2 different envelopes:

11.1.1 ENVELOPE-I: "TECHNO-COMMERCIAL / UN-PRICED BID" shall contain the


following:
(a) 'Covering Letter' on Bidder's 'Letterhead' clearly specifying the enclosed contents.
(b) 'Bidder's General Information', as per 'Form F-1'.
(c) Copies of documents, as specified in tender document
(d) As a confirmation that the prices are quoted in requisite format complying with
the requirements copy of Schedule of Rate (SOR) with prices blanked out
mentioning quoted / not quoted (as applicable) written against each item.
(e) 'Letter of Authority’ on the Letter Head, as per 'Form F-3'
(f) 'Agreed Terms and Conditions', as per 'Form F-5'
(g) 'ACKNOWLEDGEMENT CUM CONSENT LETTER', as per 'Form F-6'
(h) Duly attested documents in accordance with the "BID EVALUATION
CRITERIA [BEC]" establishing the qualification.
(i) Power of Attorney /copy of Board Resolution, in favour of the authorized
signatory of the Bid, as per clause no.2.7 of ITB
(j) EMD in original as per Clause 16 of ITB
(k) All forms and Formats including Annexures
(l) List of consortium/ JV member (s), if any, and Consortium Agreement (as per
format ) clearly defining their involvement & responsibility in this work,
wherever applicable as specified elsewhere in the IFB/RFQ/BEC.
(m) ‘Integrity Pact’ as per ‘Form F-13’
(n) Tender Document duly signed/ digitally signed by the Authorized Signatory.
(o) Additional document specified in Bidding Data Sheet (BDS).
(p) Any other information/details required as per Bidding Document

Note: All the pages of the Bid must be signed by the "Authorized Signatory" of the
Bidder.
11.1.2 ENVELOPE-II: Price Bid
i) The Prices are to be submitted strictly as per the Schedule of Rate of the bidding
documents. GAIL shall not be responsible for any failure on the part of the bidder
to follow the instructions.
ii) Bidders are advised NOT to mention Rebate/Discount separately, either in the
SOR format or anywhere else in the offer. In case Bidder(s) intend to offer any
Rebate/Discount, they should include the same in the item rate(s) itself under the
“Schedule of Rates (SOR)” and indicate the discounted unit rate(s) only.
iii) If any unconditional rebate has been offered in the quoted rate the same shall be
considered in arriving at evaluated price. However no cognizance shall be taken
for any conditional discount for the purpose of evaluation of the bids.

Page - 27 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
iv) In case, it is observed that any of the bidder(s) has/have offered suo-moto
Discount/Rebate after opening of unpriced bid but before opening of price bids
such discount /rebate(s) shall not be considered for evaluation. However, in the
event of the bidder emerging as the lowest evaluated bidder without considering
the discount/rebate(s), then such discount/rebate(s) offered by the bidder shall be
considered for Award of Work and the same will be conclusive and binding on
the bidder.
v) 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; such bidder(s) will be requested to withdraw the revised prices
failing which the bid will not be considered for further evaluation.
vi) In case any bidder does not quote for any
item(s) of “Schedule of Rates” and the estimated price impact is more than 10%
of the quoted price, then the bid will be rejected. If such price impact of unquoted
items is 10% or less of his quoted price, then the unquoted item(s) shall be loaded
highest of the price quoted by the other bidders . If such bidder happens to be
lowest evaluated bidder, price of unquoted items shall be considered as included
in the quoted bid price.
11.2 In case the bids are invited under e-tendering system, bidders are requested to refer
instructions for participating in E-Tendering and the ready reckoner for bidders available
in https://etender.gail.co.in. Bids submitted manually shall be rejected, the bids must be
submitted on GAIL’s E-tendering website as follows :-
11.2.1 PART-I: “TECHNO-COMMERCIAL/UN-PRICED BID” comprising all the above
documents mentioned at 11.1.1 along with copy of EMD/Bid Bond, copy of Power of
Attorney and copy of integrity pact should be uploaded in the private area earmarked
(Tender Document) in the GAIL’s e-tendering portal.
Further, Bidders must submit the original " EMD, Power of Attorney, Integrity Pact
(wherever applicable) and any other documents specified in the Tender Document to the
address mentioned in IFB, in a sealed envelope, superscribing the details of Tender
Document (i.e. tender number & tender for) within 7 days from the date of un-priced bid
opening.
Bidders are required to submit the EMD in original by Due Date and Time of Bid
Submission or upload a scanned copy of the same in the Part-I of the Bid. If the Bidder is
unable to submit EMD in original by Due Date and Time of Bid Submission, the Bidder
is required to upload a scanned copy of the EMD in Part-I of Bid, provided the original
EMD, copy of which has been uploaded, is received within 7 days from the Due Date of
Bid Opening, failing which the Bid will be rejected irrespective of their status/ranking in
tendering process and notwithstanding the fact that a copy of EMD was earlier uploaded
by the Bidder.
11.2.2 PART-II: PRICE BID
The Prices are to be filled strictly in the Schedule of Rate of the bidding documents and
provision mentioned at para 11.1.2 hereinabove and to uploaded in SOR
attachment/Conditions of E-tendering portal.
[In case of online bidding, necessary modifications w.r.t. SOR attachment and provisions
for online filling the rate and its attachment, should be mentioned]
11.3 In case of bids invited under single bid system, a single envelope containing all
documents specified at Clause 11.1.1 & 11.1.2 of ITB above form the BID. All
corresponding conditions specified at Clause 11.1.1 & 11.1.2 of ITB shall become
applicable in such a case.

12 SCHEDULE OF RATES / BID PRICES

Page - 28 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole
works as described in Bidding Documents, based on the rates and prices submitted by the
Bidder and accepted by the Employer. The prices quoted by the Bidders will be inclusive
of all taxes except GST (CGST & SGST/UTGST or IGST).
12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part of Tender
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.
12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost involved for
the performance of the completed item considering all parts of the Bidding Document. In
case any activity though specifically not covered in description of item under "SOR" but
is required to complete the works as per Specifications, Scope of Work / Service,
Standards, General Conditions of Contract (“GCC"), Special Conditions of Contract
("SCC") or any other part of Bidding Document, the prices quoted shall deemed to be
inclusive of cost incurred for such activity.
12.4 All duties, taxes and other levies [if any] payable by the Contractor under the Contract,
or for any other cause except final GST (CGST & SGST/ UTGST or IGST) shall be
included in the rates / prices and the total bid-price submitted by the Bidder. Applicable
rate of GST (CGST & SGST/ UTGST or IGST) on the contract value shall be
indicated in Agreed Terms & Conditions (Format-F10) and SOR.
12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the
Contract and will not be subject to variation on any account. Any new taxes & Duties, if
imposed by the State/ Govt. of India after due date of bid submission but before the
Contractual Delivery Date, shall be reimbursed to the contractor on submission of
documentary evidence for proof of payment to State/ Govt. Authorities and after
ascertaining it’s applicability with respect to the contract.
12.6 The Bidder shall quote the prices in 'figures' & words. There should not be any
discrepancy between the prices indicated in figures and the price indicated in words. In
case of any discrepancy, the same shall be dealt as per clause no. 30 of ITB.
12.7 Further, Bidder shall also mention the Service Accounting Codes (SAC) / Harmonized
System of Nomenclature (HSN) at the designated place in SOR.

13 GST (CGST & SGST/ UTGST or IGST)

13.1 Bidders are required to mention the GST Registration number in bids wherever GST
(CGST & SGST/UTGST or IGST) is applicable.
13.2 Quoted prices should be inclusive of all taxes and duties, except GST (CGST & SGST
or IGST or UTGST). Please note that the responsibility of payment of GST (CGST &
SGST or IGST or UTGST) lies with the Service Provider only. Service Provider
providing taxable service shall issue an Invoice/ Bill, as the case may be as per rules/
regulation of GST. Further, returns and details required to be filled under GST laws &
rules should be timely filed by Service Provider with requisite details.
Payments to Service Provider for claiming GST (CGST & SGST/UTGST or IGST)
amount will be made provided the above formalities are fulfilled. Further, GAIL may
seek copies of challan and certificate from Chartered Accountant for deposit of GST
(CGST & SGST/UTGST or IGST) collected from Owner.
13.3 In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any
equivalent government agency brings to the notice of GAIL that the Service Provider
has not remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected
from GAIL to the government exchequer, then, that Contactor shall be put under Holiday
list of GAIL for period of six months after following the due procedure. This action will
be in addition to the right of recovery of financial implication arising on GAIL.
13.4 In case of statutory variation in GST (CGST & SGST/UTGST or IGST), other than
due to change in turnover, payable on the contract value during contract period, the
Page - 29 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
Service Provider shall submit a copy of the 'Government Notification' to evidence the
rate as applicable on the Bid due date and on the date of revision.
Beyond the contract period, in case GAIL is not entitled for input tax credit of GST
(CGST & SGST/UTGST or IGST), then any increase in the rate of GST (CGST &
SGST/UTGST or IGST) beyond the contractual delivery period shall be to Service
Provider ’s account whereas any decrease in the rate GST (CGST & SGST/UTGST or
IGST) shall be passed on to the Owner.
Beyond the contract period, in case GAIL is entitled for input tax credit of GST (CGST
& SGST/UTGST or IGST), then statutory variation in applicable GST (CGST &
SGST/UTGST or IGST) on supply and on incidental services, shall be to GAIL’s
account.
Claim for payment of GST (CGST & SGST/UTGST or IGST)/ Statutory variation,
should be raised within two [02] months from the date of issue of 'Government
Notification' for payment of differential (in %) GST (CGST & SGST/UTGST or
IGST), otherwise claim in respect of above shall not be entertained for payment of
arrears.
The base date for the purpose of applying statutory variation shall be the Bid Due Date.
13.5 Where the GAIL is entitled to avail the input tax credit of GST (CGST &
SGST/UTGST or IGST):-
13.5.1 Owner/GAIL will reimburse the GST (CGST & SGST/UTGST or IGST) to the
Service Provider at actuals against submission of Invoices as per format specified in
rules/ regulation of GST to enable Owner/GAIL to claim input tax credit of GST
(CGST & SGST/UTGST or IGST) paid. In case of any variation in the executed
quantities, the amount on which the GST (CGST & SGST/UTGST or IGST) is
applicable shall be modified in same proportion. Returns and details required to be filled
under GST laws & rules should be timely filed by supplier with requisite details.
13.5.2 The input tax credit of GST (CGST & SGST/UTGST or IGST) quoted shall be
considered for evaluation of bids, as per evaluation criteria of tender document.
13.6 Where the GAIL is not entitled to avail/take the full input tax credit of GST (CGST &
SGST/UTGST or IGST):-
13.6.1 Owner/GAIL will reimburse GST (CGST & SGST/UTGST or IGST) to the Service
Provider at actuals against submission of Invoices as per format specified in rules/
regulation of GST subject to the ceiling amount of GST (CGST & SGST/UTGST or
IGST) as quoted by the bidder, subject to any statutory variations, except variations
arising due to change in turnover. In case of any variation in the executed quantities (If
directed and/or certified by the Engineer-In-Charge) the ceiling amount on which GST
(CGST & SGST/UTGST or IGST) is applicable will be modified on pro-rata basis.
13.6.2 The bids will be evaluated based on total price including applicable GST (CGST &
SGST/UTGST or IGST).
13.7 GAIL will prefer to deal with registered supplier of goods/ services under GST.
Therefore, bidders are requested to get themselves registered under GST, it not registered
yet.
However, in case any unregistered bidder is submitting their bid, their prices will be
loaded with applicable GST (CGST & SGST/UTGST or IGST) while evaluation of
bid bid (if applicable as per Govt. Act/ Law in vogue). Where GAIL is entitled for
input credit of GST (CGST & SGST/UTGST or IGST), the same will be considered
for evaluation of bid as per evaluation methodology of tender document.
13.8 In case GAIL is required to pay entire/certain portion of applicable GST (CGST &
SGST/UTGST or IGST) and remaining portion, if any, is to be deposited by Bidder
directly as per GST (CGST & SGST/UTGST or IGST) laws, entire applicable
rate/amount of GST (CGST & SGST/UTGST or IGST) to be indicated by bidder in the
SOR.

Page - 30 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
Where GAIL has the obligation to discharge GST (CGST & SGST/UTGST or IGST)
liability under reverse charge mechanism and GAIL has paid or is /liable to pay GST
(CGST & SGST/UTGST or IGST) to the Government on which interest or penalties
becomes payable as per GST laws for any reason which is not attributable to GAIL or
ITC with respect to such payments is not available to GAIL for any reason which is not
attributable to GAIL, then GAIL shall be entitled to deduct/ setoff / recover such
amounts against any amounts paid or payable by GAIL to Service Provider / Supplier.
13.9 Service Provider shall ensure timely submission of correct invoice(s), as per GST rules/
regulation, with all required supporting document(s) within a period specified in Contract
to enable GAIL to avail input credit of GST (CGST & SGST/UTGST or IGST). Further,
returns and details required to be filled under GST laws & rules should be timely filed by
Service Provider with requisite details.
If input tax credit is not available to GAIL for any reason not attributable to GAIL, then
GAIL shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST
or IGST) claimed in the invoice(s) and shall be entitled to deduct / setoff / recover such
GST amount (CGST & SGST/UTGST or IGST) or Input Tax Credit amount together
with penalties and interest, if any, against any amounts paid or becomes payable by GAIL
in future to the Service Provider under this contract or under any other contract.
13.10 Anti-profiteering clause
As per Clause 171 of GST Act it is mandatory to pass on the benefit due to reduction in
rate of tax or from input tax credit to the consumer by way of commensurate reduction in
prices. The Service Provider may note the above and quote their prices accordingly.
13.11 In case the GST rating of vendor on the GST portal / Govt. official website is negative /
black listed, then the bids may be rejected by GAIL. Further, in case rating of bidder is
negative / black listed after award of work, then GAIL shall not be obligated or liable to
pay or reimburse GST to such vendor and shall also be entitled to deduct / recover such
GST along with all penalties / interest, if any, incurred by GAIL.
13.12 The rate of GST as quoted in Price Schedule/SOR shall be considered as the prevailing
present applicable rates on the Bid due date and same shall be considered for price
comparison as well as for ordering. Any error of judgment on part of the Bidder in
identifying the present applicable rates shall not be admitted. The applicable rate of GST
as indicated by the bidders in Price Schedule/SOR shall be considered as the maximum
payable in the event when no statutory variations take place and any remainder/balance
GST, if payable, beyond that quoted rates shall be borne by the Bidder. However in the
event of any statutory variations in the rate of GST, if the quoted rates are found
erroneous then the base rates for calculation of statutory variations for the purpose of
reimbursement of GST shall take into account either the rates actually prevalent on the
due date of submission of bid or the erroneous rates quoted by the Bidders whichever is
beneficial to GAIL. Consequently, any difference in GST if it becomes payable to the
tax authorities shall be borne by the Bidder.
13.13 Wherever TDS under GST Laws has been deducted from the invoices raised / payments
made to the vendors, as per the provisions of the GST law / Rules, Vendors should accept
the corresponding GST-TDS amount populated in the relevant screen on GST common
portal (www.gst.gov.in). Further, Vendors should also download the GST TDS certificate
from GST common portal (reference path: Services > User Services > View/Download
Certificates option).

14 BID CURRENCIES:

Bidders must submit bid in Indian Rupees only.

15 BID VALIDITY

Page - 31 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
15.1 Bids shall be kept valid for period specified in BDS from the final Due date of
submission of bid'. A Bid valid for a shorter period may be rejected by GAIL as 'non-
responsive'.
15.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the
Employer may request the Bidders to extend the 'Period of Bid Validity' for a specified
additional period. The request and the responses thereto shall be made in writing or by
email. A Bidder may refuse the request without forfeiture of his EMD. A Bidder agreeing
to the request will not be required or permitted to modify his Bid, but will be required to
extend the validity of its EMD for the period of the extension and in accordance with
"ITB: Clause-16" in all respects.

16 EARNEST MONEY DEPOSIT

16.1 Bid must be accompanied with earnest money (i.e Earnest Money Deposit (EMD) also
known as Bid Security) in the form of ‘Demand Draft’ / ‘Banker’s Cheque’ [in favour
of GAIL (India) Limited payable at place mentioned in BDS] or ‘Bank Guarantee’
strictly as per the format given in form F 2/ F- 2A (as the case may be) of the Tender
Document. Bidder shall ensure that EMD submitted in the form of ‘Bank Guarantee’
should have a validity of at least ‘two [02] months’ beyond the validity of the Bid. EMD
submitted in the form of ‘Demand Draft’ or ‘Banker’s Cheque’ should be valid for
three months.
Bid not accompanied with EMD, or EMD not in requisite format shall be liable for
rejection. The EMD shall be submitted in Indian Rupees only.
16.2 GAIL shall not be liable to pay any documentation charges, Bank charges, commission,
interest etc. on the amount of EMD. In case EMD is in the form of a ‘Bank Guarantee’,
the same shall be from any Indian scheduled Bank or a branch of an International Bank
situated in India and registered with ‘Reserve Bank of India’ as Scheduled Foreign Bank.
However, in case of ‘Bank Guarantee’ from Banks other than the Nationalized Indian
Banks, the Bank must be commercial Bank having net worth in excess of Rs. 100 Crores
[Rupees One Hundred Crores] and a declaration to this effect should be made by such
commercial Bank either in the ‘Bank Guarantee’ itself or separately on its letterhead.
16.3 Any Bid not secured in accordance with “ITB: Clause-16.1 & Clause-16.2” may be
rejected by GAIL as non-responsive.
16.4 Unsuccessful Bidder’s EMD will be discharged/ returned as promptly as possible, but not
later than ‘thirty [30] days’ after finalization of tendering process.
16.5 The successful Bidder’s EMD will be discharged upon the Bidder’s acknowledging the
‘Award’ and signing the ‘Agreement’ (if applicable) and furnishing the ‘Contract
Performance Security (CPS)/ Security Deposit’ pursuant to clause no. 38 of ITB.
16.6 Notwithstanding anything contained herein, the EMD may also be forfeited in any of the
following cases:
(a) If a Bidder withdraws his Bid during the ‘Period of Bid Validity’
(b) If a Bidder has indulged in corrupt/fraudulent /collusive/coercive practice
(c) If the Bidder modifies Bid during the period of bid validity (after Due Date and
Time for Bid Submission).
(d) Violates any other condition, mentioned elsewhere in the Tender Document,
which may lead to forfeiture of EMD.
(e) In the case of a successful Bidder, if the Bidder fails to:
(i) to acknowledge receipt of the “Notification of Award” / Fax of
Acceptance[FOA]”,
(ii) to furnish “Contract Performance Security / Security Deposit”, in
accordance with “ITB: Clause-38”
(iii) to accept ‘arithmetical corrections’ as per provision of the clause 30 of
ITB.
Page - 32 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
16.7 In case EMD is in the form of ‘Bank Guarantee’, the same must indicate the Tender
Document No. and the name of Tender Document for which the Bidder is quoting. This
is essential to have proper correlation at a later date.
16.8 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in
accordance with the provisions of PPP-2012 and Clause 40 of ITB. However,
Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for exemption of
EMD.The Government Departments/PSUs are also exempted from the payment of EMD.
Further, Startups are also exempted from the payment of EMD.
16.9 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank
Guarantee) mentioned in tender documents for submission of EMD/Bid Bond, the bidder
can also submit the EMD through online banking transaction i.e. IMPS/NEFT/RTGS etc.
While remitting, the bidder must indicate EMD and tender/E-tender no. under remarks.
Bidders shall be required to submit/ upload the successful transaction details along-with
their bid/e-bid in addition to forwarding the details to dealing officer through email/letter
with tender reference number immediately after remittance of EMD.
In absence of submitting/ uploading the remittance details, the bids are likely to be
considered as bid not accompanied with EMD. Further, in case of the above online
transaction, submission of EMD in original is not applicable.
16.10 In case of forfeiture of EMD/ Bid Security, the forfeited amount will be considered
inclusive of tax and tax invoice will be issued by GAIL. The forfeiture amount will be
subject to final decision of GAIL based on other terms and conditions of order/ contract.”

17 PRE-BID MEETING (IF APPLICABLE)

17.1 The Bidder(s) or his designated representative are invited to attend a "Pre-Bid Meeting"
which will be held at address specified in IFB. It is expected that a bidder shall not
depute more than 02 representatives for the meeting.
17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage and give hands-on e-tendering.
17.3 Text of the questions raised and the responses given, together with any responses
prepared after the meeting, will be uploaded on GAIL e-tendering website against the
Tender. Any modification of the Contents of Bidding Documents listed in "ITB: Clause-
7.1", that may become necessary as a result of the Pre-Bid Meeting shall be made by the
Employer exclusively through the issue of an Corrigendum pursuant to "ITB: Clause-9",
and not through the minutes of the Pre-Bid Meeting.
17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the
case of copies, photocopies are also acceptable] and shall be signed by a person or
persons duly authorized to sign on behalf of the Bidder (as per POA). The name and
position held by each person signing, must be typed or printed below the signature. All
pages of the Bid except for unamended printed literature where entry(s) or amendment(s)
have been made shall be initialed by the person or persons signing the Bid.
18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections are
initialed by the person or persons signing the Bid.
18.3 In case of e-tendering, digitally signed documents to be uploaded as detailed in
addendum to ITB.

19 ZERO DEVIATION AND REJECTION CRITERIA

Page - 33 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
19.1 ZERO DEVIATION: Deviation to terms and conditions of "Bidding Documents" may
lead to rejection of bid. GAIL will accept bids based on terms & conditions of "Bidding
Documents" only. Bidder may note GAIL will determine the substantial responsiveness
of each bid to the Bidding Documents pursuant to provision contained in clause 29 of
ITB. For purpose of this, a substantially responsive bid is one which conforms to all
terms and conditions of the Bidding Documents without deviations or reservations.
GAIL's determination of a bid's responsiveness is based on the content of the bid itself
without recourse to extrinsic evidence. GAIL reserves the right to raise technical and/or
commercial query(s), if required, may be raised on the bidder(s). The response(s) to the
same shall be in writing, and no change in the price(s) or substance of the bids shall be
sought, offered or permitted. The substance of the bid includes but not limited to prices,
completion, scope, technical specifications, etc. Bidders are requested to not to take any
deviation/exception to the terms and conditions laid down in this "Tender Documents",
and submit all requisite documents as mentioned in this "Tender Documents", failing
which their offer will be liable for rejection. If a bidder does not reply to the queries in
the permitted time frame then its bid shall be evaluated based on the documents
available in the bid.
19.2 REJECTION CRITERIA: Notwithstanding the above, deviation to the following
clauses of Tender document shall lead to summarily rejection of Bid:
(a) Firm Price
(b) Earnest Money Deposit / Bid Security
(c) Specifications & Scope of Work
(d) Schedule of Rates / Price Schedule / Price Basis
(e) Duration / Period of Contract/ Completion schedule
(f) Period of Validity of Bid
(g) Price Reduction Schedule
(h) Contract Performance Security
(i) Guarantee / Defect Liability Period
(j) Arbitration / Resolution of Dispute/Jurisdiction of Court
(k) Force Majeure & Applicable Laws
(l) Integrity Pact, if Applicable
(m) Any other condition specifically mentioned in the tender document elsewhere that
non-compliance of the clause lead to rejection of bid
Note: Further, it is once again reminded not to mention any condition in the Bid which is
contradictory to the terms and conditions of Tender document.

20 E-PAYMENT

GAIL (India) Limited has initiated payments to Suppliers and Contractors electronically,
and to facilitate the payments electronically through 'e-banking'. The successful bidder
should give the details of his bank account as per the bank mandate form.
[D] – SUBMISSION OF BIDS

21 SUBMISSION, SEALING AND MARKING OF BIDS

21.1 In case of e-tendering, bids shall be submitted through e-tender mode in the manner
specified elsewhere in tender document. No Manual/ Hard Copy (Original) offer shall be
acceptable.
21.2 In case of manual tendering bid must be submitted in sealed envelope. If the envelope is
not sealed & marked as per Clause No. 11 of ITB, the employer will assume no
responsibility for misplacement or pre-mature opening of the bid.
21.3 All the bids shall be addressed to the owner at address specified in IFB.

Page - 34 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
21.4 Bids submitted under the name of AGENT/ CONSULTANT/ REPRESENTATIVE
/RETAINER/ ASSOCIATE etc. on behalf of a bidder/affiliate shall not be accepted.

22 DEADLINE FOR SUBMISSION OF BIDS

22.1 In case of e-bidding, the bids must be submitted through e-tender mode not later than the
date and time specified in the tender documents/BDS.
22.2 In case of manual tendering EMD along with bid must be submitted within the due date
& time.
22.3 GAIL may, in exceptional circumstances and at its discretion, extend the deadline for
submission of Bids (clause 9 of ITB refers). In which case all rights and obligations of
GAIL and the Bidders, previously subject to the original deadline will thereafter be
subject to the deadline as extended. Notice for extension of due date of submission of bid
will be uploaded on GAIL’s website/ communicated to the bidders.

23 LATE BIDS

23.1 Any bids received after the notified date and time of closing of tenders will be treated as
late bids.
23.2 In case of e-tendering, e-tendering system of GAIL shall close immediately after the due
date for submission of bid and no bids can be submitted thereafter.
In case of manual tendering, bids received by GAIL after the due date for submission of
bids shall not be considered. Such late bids shall be returned to the bidder within “10
days” in ‘unopened conditions’. The EMD of such bidders shall be returned along with
the un-opened bid. In case of e-tendering, where the bid bond/physical documents has
been received but the bid is not submitted by the bidder in the e-tendering portal, such
bid bond/ physical documents shall be returned immediately.
23.3 Unsolicited Bids or Bids received to address other than one specifically stipulated in the
tender document will not be considered for evaluation/opening/award if not received to
the specified destination within stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BIDS

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

24.1.1 IN CASE OF E- TENDERING

The bidder may withdraw or modify its bid after bid submission but before the due date
and time for submission as per tender document.

24.1.2 IN CASE OF MANUAL BIDDING

The bidder may withdraw or modify its bid after bid submission but before the due date
for submission as per tender document provided that the written notice of the
modification/ substitution/ withdrawal in received by GAIL prior to the deadline for
submission of bid.
24.2 The modification shall also be prepared, sealed, marked and dispatched in accordance
with the provisions of the clause 11 & 22 of ITB with relevant ‘Cut-Out Slip’ duly pasted
and mentioning on top of the envelope as “MODIFICATION”. In case of withdrawal of
bid, the Envelope containing withdrawal letter duly superscribing the envelope as
“WITHDRAWAL” and “Tender Document number :….”/ communication regarding
withdrawal of bid with “Tender Document number :….”/ must reach concerned dealing

Page - 35 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
official of GAIL within Due date & Time of submission of Bid. No bid shall be
modified/ withdrawn after the Due Date & Time for Bid submission.
24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Due Date &
Time for Bid submission and the expiration of the period of bid validity specified by the
Bidder in their Bid shall result in the Bidder’s forfeiture of EMD pursuant to clause 16 of
ITB and rejection of Bid.
24.4 The latest Bid submitted by the Bidder shall be considered for evaluation and all other
Bid(s) shall be considered to be unconditionally withdrawn.
24.5 In case after price bid opening the lowest evaluated bidder (L1) is not awarded the job for
any mistake committed by him in bidding or withdrawal of bid or modification of bid or
varying any term in regard thereof leading to re-tendering, GAIL shall forfeit EMD paid
by the bidder and such bidders shall be debarred from participation in re-tendering of the
same job(s)/item(s). Further, such bidder will be put on holiday for a period of six
months after following the due procedure.

25 EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL


BIDS

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

[E] – BID OPENING AND EVALUATION

26 BID OPENING

26.1 Unpriced Bid Opening :


GAIL will open bids, in the presence of bidders’ designated representatives who choose
to attend, at date, time and location stipulated in the BDS. The bidders’ representatives,
who are present shall sign a bid opening register evidencing their attendance.
26.2 Priced Bid Opening:
26.2.1 GAIL will open the price bids of those bidders who meet the qualification requirement
and whose bids is determined to be technically and commercially responsive. Bidders
selected for opening of their price bids shall be informed about the date of price bid
opening. Bidders may depute their authorized representative to attend the bid opening.
The bidders’ representatives, who are present shall sign a register evidencing their
attendance and may be required to be present on a short notice.
26.2.2 The price bids of those Bidders who were not found to be techno-commercially
responsive shall not be opened in both manual tendering and e-tendering. In case of
Manual Tender, the envelope containing Price Bid shall be returned unopened after
opening of the price bids of techno-commercially responsive Bidders.
26.3 In case of bids invited under the single bid system, bid shall be opened on the specified
due date & time.

27 CONFIDENTIALITY

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


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

28 CONTACTING THE EMPLOYER


Page - 36 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

28.1 From the time of Bid opening to the time of award of Contract, if any Bidder wishes to
contact the Employer on any matter related to the Bid, it should do so in writing.
Information relating to the examination, clarification, evaluation & recommendation for
award shall not be disclosed.
28.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation',
'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the
Bidder's Bid and action shall be initiated as per procedure in this regard.

29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1 The owner’s determination of a bid’s responsiveness is based on the content of the bid
only. Prior to the detailed evaluation of Bids, the Employer will determine whether each
Bid:-
(a) Meets the "Bid Evaluation Criteria" of the Bidding Documents;
(b) Has been properly signed;
(c) Is accompanied by the required 'Earnest Money / Bid Security';
(d) Is substantially responsive to the requirements of the Bidding Documents; and
(e) Provides any clarification and/or substantiation that the Employer may require to
determine responsiveness pursuant to "ITB: Clause-29.2"
29.2 A substantially responsive Bid is one which conforms to all the terms, conditions and
specifications of the Bidding Documents without material deviations or reservations or
omissions for this purpose employer defines the foregoing terms below:-
a) “Deviation” is departure from the requirement specified in the tender documents.
b) “Reservation” is the setting of limiting conditions or withholding from complete
acceptance of the requirement in the tender documents.
c) “Omission” is the failure to submit part or all of the information or
documentation required in the tender document.
29.3 A material deviation, reservation or omission is one that,
a) If accepted would,
i) Affect in any substantial way the scope, quality, or performance of the job
as specified in tender documents.
ii) Limit, in any substantial way, inconsistent with the Tender Document, the
Employer’s rights or the tenderer’s obligations under the proposed
Contract.
b) If rectified, would unfairly affect the competitive position of other bidders
presenting substantially responsive bids.
29.4 The employer shall examine all aspects of the bid to confirm that all requirements have
been met without any material deviation, reservation or omission.
29.5 If a Bid is not substantially responsive, it may be rejected by the Employer and may not
subsequently be made responsive by correction or withdrawal of the of material
deviation, reservation or omission.

30 CORRECTION OF ERRORS

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

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

Page - 37 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
(ii) When the rate quoted by the Bidder in figures and words tallies but the amount is
incorrect, the rate quoted by the contractor shall be taken as correct and not the
amount and the amount shall be re-calculated/ corrected accordingly.
(iii) When it is not possible to ascertain the correct rate, in the manner prescribed
above, the rate as quoted in words shall be adopted and the amount worked out,
for comparison purposes
30.2 The amount stated in the bid will be adjusted by the Employer in accordance with the
above procedure for the correction of errors. If the bidder does not accept the corrected
amount of bid, its bid will be rejected, and the bid security shall be forfeited.

31 CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS

Not Applicable. All bids submitted must be in the currency specified at clause 14 of ITB.

32 EVALUATION AND COMPARISON OF BIDS

Bid shall be evaluated as per evaluation criteria mentioned in Section-II of bidding


documents.
In case of a tie at the lowest bid (L1) position between two or more startup/non-startup
bidders, the order/LoA will be placed on the bidder who has higher/ highest turnover in
last audited financial year.
In case there is a tie at the lowest bid (L1) position between only startup bidders and none
of them has past turnover, the order/LoA will be placed on the startup who is registered
earlier with Department of Industrial Promotion and Policy.

33 COMPENSATION FOR EXTENDED STAY – NOT APPLICABLE

34 PURCHASE PREFERENCE

Purchase preference to Central government public sector Undertaking and Micro and
Small Enterprises (MSEs) shall be allowed as per Government instructions in vogue.

[F] – AWARD OF CONTRACT

35 AWARD

Subject to "ITB: Clause-29", GAIL will award the Contract to the successful Bidder
whose Bid has been determined to be substantially responsive and has been determined
as the lowest provided that bidder, is determined to be qualified to satisfactorily perform
the Contract.
“GAIL intent to place the order/contract directly on the address from where Goods are
produced/dispatched are Services are rendered. In case, bidder wants order/ contract at
some other address or supply of Goods/ Services from multiple locations, bidder is
required to provide in their bid address on which order is to be placed”.

36 NOTIFICATION OF AWARD / FAX OF ACCEPTANCE

36.1 Prior to the expiry of ‘Period of Bid Validity’, Notification of Award for acceptance of
the Bid will be intimated to the successful Bidder by GAIL either by Fax / E - mail
/Letter or like means defined as the “Fax of Acceptance (FOA)”. The Contract shall enter
into force on the date of FOA and the same shall be binding on GAIL and successful
Bidder (i.e. Contractor/Service Provider). The Notification of Award/FOA will
constitute the formation of a Contract. The detailed Letter of Acceptance shall be issued
Page - 38 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
thereafter incorporating terms & conditions of Tender Document, Corrigendum,
Clarification(s), Bid and agreed variation(s)/acceptable deviation(s), if any. GAIL may
choose to issue Notification of Award in form of detailed Letter of Acceptance without
issuing FOA and in such case the Contract shall enter into force on the date of detailed
Letter of Acceptance only.
36.2 Contract period shall commence from the date of "Notification of Award" or as
mentioned in the Notification of Award. The "Notification of Award" will constitute the
formation of a Contract, until the Contract has been effected pursuant to signing of
Contract as per "ITB: Clause-37".
Upon the successful Bidder's / Contractor's furnishing of 'Contract Performance Security
/ Security Deposit', pursuant to "ITB: Clause-38", GAIL will promptly discharge his
'Earnest Money / Bid Security', pursuant to "ITB: Clause-16".
36.3 The Order/ contract value mentioned above is subject to Price Reduction Schedule clause

37 SIGNING OF AGREEMENT

37.1 GAIL will award the Contract to the successful Bidder, who, within 'fifteen [15] days' of
receipt of the same, shall sign and return the acknowledged copy to GAIL.
37.2 The successful Bidder/Contractor shall be required to execute an 'Agreement' in the
proforma given in this Bidding Document on a 'non-judicial stamp paper' of appropriate
value [cost of the 'stamp-paper' shall be borne by the successful Bidder/Contractor] and
of ' state' specified in Bidding Data Sheet (BDS) only, within 'fifteen [15] days' of receipt
of the "Fax of Acceptance [FOA]" of the Tender by the successful Bidder/Contractor
failure on the part of the successful Bidder/Contractor to sign the 'Agreement' within the
above stipulated period, shall constitute sufficient grounds for forfeiture of
EMD/Security Deposit.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

38.1 Within 30 days of the receipt of the notification of award/ Fax of Acceptance from
GAIL, the successful bidder shall furnish the Contract Performance Security (CPS) in
accordance with of General Conditions of the Contract. The CPS shall be in the form of
either Banker’s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall
be in the currency of the Contract. However, CPS shall not be applicable in cases
wherein the individual order/contract value as specified in Notification of Award is less
than INR 5 Lakh (exclusive of GST).
38.2 The contract performance security shall be for an amount equal to specified in Bidding
Data Sheet (BDS) towards faithful performance of the contractual obligations and
performance of equipment. For the purpose of CPS, Contract/order value shall be
exclusive of GST (CGST & SGST/UTGST or IGST) to be reimbursed by the Owner.
Bank Guarantee towards CPS shall be from any Indian scheduled bank or a branch of an
International bank situated in India and registered with Reserve bank of India as
scheduled foreign bank in case of Indian bidder as well as foreign bidder. However, in
case of bank guarantees from banks other than the Nationalized Indian banks, the bank
must be a commercial bank having net worth in excess of Rs 100 crores and a declaration
to this effect should be made by such commercial bank either in the Bank Guarantee
itself or separately on its letterhead. This bank guarantee shall be valid for a period as
three months beyond the DLP specified in Bid Data Sheet.
38.3 Failure of the successful bidder to comply with the requirements of this article shall
constitute sufficient grounds for the annulment of the award and forfeiture of the EMD.
38.4 The CPS has to cover the entire contract value including extra works/services also. As
long as the CPS submitted at the time of award take cares the extra works/ services
executed and total executed value are within the awarded contract price, there is no need
Page - 39 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
for additional CPS. As soon as the total executed value is likely to burst the ceiling of
awarded contract price, the contractor should furnish additional CPS.
38.5 Further, the bidder can submit CPBG on line through issuing bank to GAIL directly as
per Ministry of Finance (MOF) Department of financial service direction vide letter ref
number F.No.7/112/2011-BOA dated 17th July 2012. In such cases confirmation will not
be sought from issuing banker by GAIL.
38.6 In addition to existing specified form (i.e. Demand Draft (DD)/ Banker’s Cheque/ Bank
Guarantee/Letter of Credit) mentioned in tender documents for submission of Security
Deposit/ Contract Performance Guarantee, the successful bidder can also submit the
Security Deposit/ Contract Performance Guarantee through online banking transaction
i.e. IMPS/NEFT/RTGS etc. For this purpose, the details of GAIL’s Bank Account is
mentioned in BDS.
While remitting, the bidder must indicate “Security Deposit/ Contract Performance
Guarantee against FOA/DLOA/PO no. _______ (contractor/ vendor to specify the
FOA/DLOA/PO No.)” under remarks column of respective bank portal. The
contractor/vendor shall be required to submit the successful transaction details to the
dealing officer immediately through email/letter and necessarily within 30 days from the
date of Fax of Acceptance.”
38.7 In case of forfeiture of Contract Performance Security/ Security Deposit, the forfeited
amount will be considered inclusive of tax and tax invoice will be issued by GAIL. The
forfeiture amount will be subject to final decision of GAIL based on other terms and
conditions of order/ contract.

39 PROCEDURE FOR ACTION IN CASE CORRUPT/


FRAUDULENT/COLLUSIVE/ COERCIVE PRACTICES

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


at Appendix-1 of General Conditions of Contract- Services.

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


(www.gailonline.com)

39.3 NON-APPLICABILITY OF ARBITRATION CLAUSE IN CASE OF BANNING


OF VENDORS/ SUPPLIERS / CONTRACTORS/BIDDERS/ CONSULTANTS
INDULGED IN FRAUDULENT/ COERCIVE PRACTICES
Notwithstanding anything contained contrary in GCC and other "CONTRACT
DOCUMENTS", in case it is found that the Vendors/ Suppliers / Contractors/Bidders/
Consultants indulged in fraudulent/ coercive practices at the time of bidding, during
execution of the contract etc., and/or on other grounds as mentioned in GAIL’s
“Procedure for action in case Corrupt/Fraudulent/Collusive/Coercive Practices”
(Annexure-I), the contractor/bidder shall be banned (in terms of aforesaid procedure)
from the date of issuance of such order by GAIL (India) Ltd., to such Vendors/ Suppliers
/ Contractors/Bidders/ Consultants.
The Vendor/ Supplier / Contractor/ Bidder/Consultant understands and agrees that in
such cases where Vendor/ Supplier / Contractor/ Bidder/Consultant has been banned (in
terms of aforesaid procedure) from the date of issuance of such order by GAIL (India)
Limited, such decision of GAIL (India) Limited shall be final and binding on such
Vendor/ Supplier / Contractor/ Bidder/Consultant and the ‘Arbitration clause’ in the GCC
and other "CONTRACT DOCUMENTS" shall not be applicable for any consequential
issue /dispute arising in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES

Page - 40 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
40.1 Following provision has been incorporated in tender for MSEs, in line with notification
of Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaiming the
Public Procurement Policy on procurement of goods and services from Micro and Small
Enterprises (MSEs)
i) Issue of tender document to MSEs free of cost.
ii) Exemption to MSEs from payment of EMD/Bid Security.
iii) In Tender, participating Micro and Small Enterprises quoting price within price
band of L1+15% shall also be allowed to supply a portion of requirement by
bringing down their prices to L1 price in a situation where L1 price is from
someone other than a micro and small enterprises and such micro and small
enterprises shall be allowed to supply upto 25% of the total tendered value. In
case of more than one such Micro and Small Enterprises, the supply shall be
shared proportionately (to tendered quantity). Further, out of above 25%, 5%
(20% of 25%) shall be reserved for MSEs owned by SC/ST entrepreneurs.
Further, 3% shall be reserved for MSEs owned by women within above 25%
reservation. The respective quota(s) shall be transferred to other MSEs in case of
non-availability of MSEs owned by SC/ST entrepreneurs/ MSEs owned by
Women.
The quoted prices against various items shall remain valid in case of splitting of
quantities of the items above.
In case tendered item is non-splitable or non- dividable (specified in Bid Data
Sheet), MSE quoting price within price band L1 (other than MSE) + 15% , may
be awarded for full/ complete supply of total tendered value subject to matching
of L1 price.
40.2 The MSE(s) owned by SC/ST Entrepreneurs shall mean:-
a) In case of proprietary MSE, Proprietor(s) shall be SC/ST.
b) In case of partnership MSE, the SC/ST partners shall be holding at least 51%
share in the unit
c) In case of private Limited Companies, at least 51% share is held by SC/ST. If the
MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate
documentary evidence in this regard.

The MSE(s) owned by Women shall mean:-


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

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

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


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

Page - 41 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
The above documents submitted by the bidder shall be duly certified by the Chartered
Accountant (not being an employee or a Director or not having any interest in the
bidder’s company/firm) and notary public with legible stamp.
If the bidder does not provide the above confirmation or appropriate document or any
evidence, then it will be presumed that they do not qualify for any preference admissible
in the Public Procurement Policy (PPP) 2012.
Further, MSEs who are availing the benfits of the Public Procurement Policy (PPP) 2012
get themselves registered with MSME Data Bank being operated by NSIC, under SME
Division, M/o MSME, in order to create proper data base of MSEs which are making
supplies to CPSUs.
40.4 If against an order placed by GAIL, successful bidder(s) (other than Micro/Small
Enterprise) is procuring material/services from their sub-vendor who is a Micro or Small
Enterprise registered with District Industries Centers or Khadi and Village Industries
Commission or Khadi and Village Industries Board or Coir Board or National Small
Industries Corporation or Directorate of Handicrafts and Handloom or any other body
specified by Ministry of Micro, Small and Medium Enterprises with prior consent in
writing of the purchasing authority/Engineer-in-charge, the details like Name,
Registration No., Address, Contact No. details of material & value of procurement made,
etc. of such Enterprises shall be furnished by the successful bidder at the time of
submission of invoice/Bill.
40.5 The benefit of policy are not extended to the traders/dealers/ Distributors
/Stockiest/Wholesalers.
40.6 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under which
they are assisting the Micro & Small enterprises to market their products and services
through tender participation on behalf of the individual unit or through consortia.
Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by NSIC,
is meeting the BEC and other terms and conditions of tender their bid will be considered
for further evaluation. Further, in such cases a declaration is to be submitted by MSE/
consortia on their letter head (s) that all the terms and conditions of tender document shall
be acceptable to them.
40.7 It may be noted that Government of India has implemented Trade Receivable
Discounting System (TReDS) to address challenges faced by MSMEs in delayed
payments (after receipt/acceptance of Material/Services) from Government buyers
leading to shortfall of Working Capital. TReDS is an online electronic institutional
mechanism for facilitating the financing of trade receivables of MSMEs through multiple
financiers. GAIL is already registered on the following TReDS platform:
 M/s Receivable Exchange of India (RXIL), Mumbai
 M/s Mynd Solutions Private Limited (Mynd), New Delhi
 M/s A. TREDS (Invoicemart), Mumbai
MSME Bidders are requested to kindly register on the TReDS platform. The MSME
vendors can avail the TReDS facility, if they want to.

41 AHR ITEMS

In item rate contract where the quoted rates for the items exceed 50% of the estimate
rates, such items will be considered as Abnormally High Rates (AHR) items and payment
of AHR items beyond the SOR stipulated quantities shall be made at the lowest amongst
the following rates:
I) Rates as per SOR, quoted by the Contractor/Bidder.
II) Rate of the item, which shall be derived as follows:

Page - 42 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
a. Based on rates of Machine and labour as available from the contract
(which includes contractor’s supervision, profit, overheads and other
expenses).
b. In case rates are not available in the contract, rates will be calculated based
on prevailing market rates of machine, material and labour plus 15% to
cover contractor’s supervision profit, overhead & other expenses.

42 VENDOR PERFORMANCE EVALUATION

Shall be as stipulated Appendix-2 of General Conditions of Contract- Services with


following modifications:

(i) Clause no. 3.0 i)


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

(ii) Clause no. 4.0 “EXCLUSIONS”

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


Vendors/ Suppliers/Contractors/ Consultants :

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/


Supplier/Contractor/ Consultant is not on watch list/ holiday list/ banning
list.
ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO
with material code ending with 9).

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


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

(iii) Clause no. 5.1 v) and 5.3 v)

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


actions need to be taken:

A) Where performance rating is “POOR” (as per Performance Rating carried


out after execution of Order/ Contract and where no reply/ unsatisfactory
reply is received from party against the letter seeking the explanation from
Vendor/Supplier/Contractor/ Consultant along with sharing the
performance rating)

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for


the following action:

Page - 43 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
(a) First such instance: Advisory notice (Yellow Card) shall be
issued and Vendor/Supplier/Contractor/ Consultant shall be put on
watch list for a period of Three (3) Years.
Such vendor will be allowed to participate in all other tenders and
to execute other ongoing order/ contract (s) or new contract/ order
(s).

The Yellow card will be automatically revoked after a period of


three years unless the same is converted into Red Card due to
subsequence instances of poor/ non-performance in other ongoing
order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/
Supplier/ Contractor/ Consultant.

(b) Second such instance in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant
(i) Poor Performance due to reasons other than Quality:
Putting on Holiday for a period of One Year
(ii) Poor Performance on account of Quality (if any mark
obtained against Quality parameter is less than 30):
Putting on Holiday for a period of Two Years

(c) Subsequent instances (more than two) in other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/
Contractor/ Consultant: Putting on Holiday for a period of Three
Years

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


Offloading of contract due to poor performance attributable to
Vendor/Supplier/ Contractor/Consultant (under second para of Clause no.
2.17.3 of GCC-Services)
(a) First instance: Advisory notice (Yellow Card) shall be issued
and Vendor/Supplier/Contractor /Consultant shall be put on watch
list for a period of Three (3) Years.
Further such vendor will not be allowed to participate in the re-
tender of the same supply/work/services of that location which has
terminated / offloaded. Moreover, it will be ensured that all other
action as per provision of contract including forfeiture of Contract
Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other
tenders and to execute other ongoing order/ contract (s) or new
contract/ order (s).
The Yellow card will be automatically revoked after a period of
three years unless the same is converted into Red Card due to
subsequence instances of poor/ non-performance in other ongoing
order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/
Supplier/ Contractor/ Consultant.
(b) Second instances in other ongoing order (s)/ contract (s) or new
order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Consultant: Holiday (Red Card) for period of One Year and they
shall also to be considered for Suspension.
(c) Subsequent instances (more than two) in other ongoing order
(s)/ contract (s) or new order (s) /contact (s) on such Vendor/
Page - 44 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
Supplier/ Contractor/ Consultant: Holiday (Red Card) for period
of Three Years and they shall also to be considered for
Suspension.

(C) Where Performance rating is “FAIR”:


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

43 INCOME TAX & CORPORATE TAX

43.1 Income tax deduction shall be made from all payments made to the contractor as per the
rules and regulations in force and in accordance with the Income Tax Act prevailing from
time to time.
43.2 Corporate Tax liability, if any, shall be to the contractor’s account.
43.3 TDS, wherever applicable, shall be deducted as per applicable act/law/rule.

43.4 MENTIONING OF PAN NO. IN INVOICE/BILL


As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is
mandatory for procurement of goods / services/works/consultancy services exceeding Rs.
2 Lacs per transaction.
Accordingly, supplier/ contractor/ service provider/ consultant should mention their PAN
no. in their invoice/ bill for any transaction exceeding Rs. 2 lakhs. As provided in the
notification, in case supplier/ contractor/ service provider/ consultant do not have PAN
no., they have to submit declaration in Form 60 along with invoice/ bill for each
transaction.
Payment of supplier/ contractor / service provider/ consultant shall be processed only
after fulfilment of above requirement
44 SETTLEMENT OF COMMERCIAL DISPUTES BETWEEN PUBLIC SECTOR
ENTERPRISE(S) INTER SE AND PUBLIC SECTOR ENTERPRISE(S) AND
GOVERNMENT DEPARTMENT (S) THROUGH ADMINISTRATIVE
MECHANISM FOR RESOLUTION OF CPSES DISPUTES (AMRCD) IN THE
DEPARTMENT OF PUBLIC ENTERPRISES

In the event of any dispute or difference relating to the interpretation and application of
the provisions of commercial contract(s)between Central Public Sector Enterprises
(CPSEs) inter se and also between CPSEs and Government Departments / Organizations
(excluding disputes concerning Railways, Income Tax, Customs & Excise Departments),
such dispute or difference shall be taken up by either party for resolution through
AMRCD as mentioned in DPE OM No. 4(1)/2013-DPE (GM) / FTS-1835 dated
22.05.2018.

45.0 INAM-PRO (PLATFORM FOR INFRASTRUCTURE AND MATERIALS


PROVIDERS)

INAM-Pro (Platform for infrastructure and materials providers) is a web based platform
for infrastructure provides and materials suppliers and was developed by Ministry of
Road Transport and Highways (MoRT&H) with a view to reduce project execution
delays on account of supply shortages and inspire greater confidence in contractors to
procure cement to start with directly from the manufacturers. Presently, numerous cement
companies are registered in the portal and offering cement for sale on the portal with a
commitment period of 3 years. These companies have bound themselves by ceiling rates
for the entire commitment period, wherein they are allowed to reduce or increase their

Page - 45 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
cement rates any number of times within the ceiling rate, but are not permitted to exceed
the said ceiling rate.
MoRT&H is expanding the reach of this web-portal by increasing both the product width
as well as the product depth. They are working on incorporating 60 plus product
categories. The product range will span from large machineries like Earth Movers and
Concrete Mixers, to even the smallest items like road studs. MoRT&H intend to turn it
into a portal which services every infrastructure development related need of a modern
contractor.
GAIL’s contractors may use this innovative platform, wherever applicable. The usage of
web – Portal is a completely voluntary exercise. The platform, however, can serve as a
benchmark for comparison of offered prices and products.

46 PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS

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


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

47 CONTRACTOR TO ENGAGE CONTRACT MANPOWER BELONGING TO


SCHEDULED CASTES AND WEAKER SECTIONS OF THE SOCIETY

While engaging the contractual manpower, Contractors are required to make efforts to
provide opportunity of employment to the people belonging to Scheduled Castes and
weaker sections of the society also in order to have a fair representation of these
sections.

48. QUARTERLY CLOSURE OF THE CONTRACT [FOR APPLICABILITY OF


THIS CLAUSE REFER BDS]:-

During execution of contracts/orders, various issues may arise. In order to timely detect
and to address the contractual issue (s) during the execution of contracts, GAIL has
introduced a mechanism of quarterly closure of the contract, under which all the issues
related to the contract execution will be monitored on quarterly basis for resolution.
Vendors/Contractors are required to co-operate with EIC for proper implementation of
this mechanism for smooth execution of the contract.”

49. PROVISIONS FOR STARTPUS (AS DEFINED IN GAZETTE NOTIFICATION


NO. D.L-33004/99 DATED 18.02.2016 AND 23.05.2017 OF MINISTRY OF
COMMERCE AND INDUSTRY AND AS AMENDED FROM TIME TO TIME)
[FOR APPLICABLITY REFER BDS]

As mentioned in Section-II, Prior turnover and prior experience shall not be required for
all Startups [whether Micro & Small Enterprises (MSEs) or otherwise] subject to their
meeting the quality and technical specifications specified in tender document.
Further, the Startups are also exempted from submission of EMDs.
For availing the relaxation, bidder is required to submit requisite certificate towards
Startup enterprise registration issued by Department of Industrial Policy and Promotion,
Ministry of Commerce and the certificate should be certified by the Chartered
Accountant (not being an employee or a Director or not having any interest in the
bidder’s company/firm) and notary public with legible stamp.
If a Startup [whether Micro & Small Enterprises (MSEs) or otherwise] gets qualified
without turnover and experience criteria specified in tender and emerges lowest bidder,

Page - 46 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
the order on such Startup shall be placed for entire tendered quantity/group/item/part wise
as stated in tender.
If a Startup emerge lowest bidder, the LoA on such Startup shall be placed for entire
tendered quantity/group/item/part (as the case may be). However, during the Kick of
Meeting monthly milestones/ check points would be drawn. Further, the performance of
such contractor/ service provider will be reviewed more carefully and action to be taken
as per provision of contract in case of failure/ poor performance.

50. PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT


NOTE TOWARDS PRS

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

Annexure-I

ADDENDUM TO INSTRUCTIONS TO BIDDERS


(INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

Available on GAIL’s e-tender website (https://etender.gail.co.in)

Page - 47 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

Page - 48 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

ANNEXURE-II
BIDDING DATA SHEET (BDS)
ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING:

A. GENERAL

ITB clause Description

1.2 The Invitation for Bids/ Tender no is : E-TENDER NO.: 8000015630

1.1 The Employer/Owner is: GAIL (India) Limited , Pata Petrochemical


Complex , Pata, Dist. Auraiya -UP 206241 India

2.1 The name of the Works/Services to be performed is:


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF UPSTREAM, IOP&S &
DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS PERIOD

3 BIDS FROM CONSORTIUM/ JOINT VENTURE – NOT


APPLICABLE

B. BIDDING DOCUMENT

ITB clause Description

8.1 For clarification purposes only, the communication address is:


 Attention: Mr. Ashish Dadel, DGM(C&P)
Phone # +91-5683230381
Email: ad02490@gail.co.in
Polymer Bhawan
Pata Petrochemical Complex ,
Pata, Auraiya (U.P.) – 206241 India

 Attention: Mr. Arun Sharma, CM(C&P)


Phone # +91-5683230384
Email: aksharma@gail.co.in
Polymer Bhawan
Pata Petrochemical Complex ,
Pata, Auraiya (U.P.) – 206241 India

Page - 49 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
C. PREPARATION OF BIDS

ITB clause Description

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

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

14 The currency of the Bid shall be INR

15 The bid validity period shall be 03 Months from final 'Bid Due
Date'.

D. SUBMISSION AND OPENING OF BIDS

ITB clause Description

18 In addition to the original of the Bid, the number of copies required is


one. Not applicable in case of e-tendering.

22 The E-tender no. of this bidding process is: 8000015630

22.3 For bid submission purposes only(Tender Fee, EMD , POA & IP
etc), the Owner’s address is :
 Attention: Mr. Ashish Dadel, DGM(C&P)
Phone # +91-5683230381
Email: ad02490@gail.co.in
Polymer Bhawan
Pata Petrochemical Complex ,
Pata, Auraiya (U.P.) – 206241 India

26 The bid opening shall take place at:


C&P Dept.
Polymer Bhawan
GAIL(I) Ltd.,Pata Petrochemical Complex ,
Pata, Auraiya (U.P.) – 206241 India
Page - 50 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

E. EVALUATION, AND COMPARISON OF BIDS

ITB clause Description

32 Evaluation Methodology is mentioned in Annexure-II.


33 Compensation for Extended Stay: Not applicable

F. AWARD OF CONTRACT

ITB clause Description

37 State of which stamp paper (Non- Judicial of appropriate value )is


required for Contract Agreement: Uttar Pradesh
38 Contract Performance Security/ Security Deposit : Applicable

40 Public Procurement policy for MSEs :Applicable


Whether tendered item is non-split able or not-divisible : Non
Divisible as stated at Section-II of bid document Group wise

41 Provision of AHR Item : Applicable

Clause no. Bonus for Early Completion: Not Applicable


27.3 of GCC

Page - 51 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

FORMS & FORMAT

F-1 TO F-29

Page - 52 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

LIST OF FORMS & FORMAT


Form : Description
No.
F-1 : BIDDER’S GENERAL INFORMATION

F-2 : BID FORM

F-3 : LIST OF ENCLOSURES

F-4 : PROFORMA OF "BANK GUARANTEE" FOR "EARNEST


MONEY / BID SECURITY"
F-4A : PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST
MONEY / BID SECURITY"(Not Applicable for the instant
tender )
F-5 : LETTER OF AUTHORITY

F-6 : NO DEVIATION CONFIRMATION

F-7 : DECLARATION REGARDING HOLIDAY/BANNING AND


LIQUIDATION, COURT RECEIVERSHIP ETC.
F-8 : CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF
INDIA
F-9 : PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT
PERFORMANCE SECURITY / SECURITY DEPOSIT"
F-10 : AGREED TERMS & CONDITIONS

F-11 : ACKNOWLEDGEMENT CUM CONSENT LETTER

F-12 : UNDERTAKING ON LETTERHEAD

F-13 : BIDDER’S EXPERIENCE

F-14 : CHECK LIST

F-15 : FORMAT FOR CERTIFICATE FROM BANK


IF BIDDER’S WORKING CAPITAL IS INADEQUATE
F-16 : FORMAT FOR CHARTERED ACCOUNTANT
CERTIFICATE FOR FINANCIAL CAPABILITY OF THE
BIDDER
F-17 : FORMAT FOR CONSORTIUM/JV AGREEMENT

F-18 : BIDDER'S QUERIES FOR PRE BID MEETING

Page - 53 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-19 : E-BANKING FORMAT

F-20 : INTEGRITY PACT

F-21 : REFERENCE DOCUMENT SUBMITTED TO MEET THE


ELIGIBILITY CRITERIA
F-22 : DISCLAIMER

F-23 : FORMAT FOR INDEMNITY

F-24 : FORMAT FOR ISSUANCE OF COMPLETION/EXECITION


CERTIFICATE
F-25 : FORMAT FOR CONTRACT AGREEMENT

F-26 : FORMAT FOR POA

F-27 : FORMAT FOR NO DUES / NO CLAIM CERTIFICATE

F-28 : FORMAT FOR BIDDER UNDERTAKING ON LETTER


HEAD REGARDING QUOTED PRICES
F-29 : FORMAT FOR BIDDER UNDERTAKING ON LETTER
HEAD REGARDING STATUTORY PAYMENT TO THE
DEPLOYED CONTRACT WORKER

Page - 54 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-1
BIDDER'S GENERAL INFORMATION

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata,

1.1 Bidder Name

1.2 Bidders Offer No. & Date

1.3 Bidders Contact Person Name, Email id


& Mobile No etc for addressing tender
queries if any

2 Status of Firm Proprietorship Firm/Partnership firm/


Limited/Others

If Others Specify:_________________

[Enclose certificate of Registration]

3 Name of Proprietor/Partners/Directors
of the firm/company

4 Number of Years in Operation

5 Address of Registered Office: City:

*In case of Partnership firm, enclose District:


letter mentioning current address of the State:
firm and the full names and current PIN/ZIP:
addresses of all the partners of the firm.

Operation Address City:

District:
6 (if different from above)
State:

PIN/ZIP:

8 Telephone Number _____________________


(Country Code) (Area Code) (Telephone
No.)
9 E-mail address

10 Website

11 Fax Number: ___________________________________

(Country Code) (Area Code) (Telephone


Page - 55 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
No.)

12 ISO Certification, if any {If yes, please furnish details}

13 Bid Currency

14 Banker’s Name

15 Branch

17 Bank account number

18 PAN No.

[Enclose copy of PAN Card]

19 Service Tax No.

[Enclose copy of Service tax Registration Certificate]

20.1 We (Bidder) are registered under GST Yes / No


act (If the response to the above is ‘Yes”, Bidder to
provide GST certificate.)

20.2 GST No.

[Enclose copy of GST Registration Certificate]

21 EPF Registration No.

[Enclose copy of EPF Registration Certificate]

22 ESI code No.

[Enclose copy of relevant document]

23 We (Bidder) are cover under the Yes / No


definition of section 2 (n) of the (If the response to the above is ‘Yes”, Bidder to
MSMED Act provide Purchaser a copy of the Entrepreneur’s
Memorandum (EM) filled with the authority
specified by the respective State Government.)

24 Whether Micro/Small/Medium (Bidder to submit documents as specified it ITB)


Enterprise

25 Type of Entity Corporate/ Non-Corporate (As per Service tax Act).


(In case of Non-Corporate Entity, bidder will
submit documentary evidence for same).
Place: [Signature of Authorized Signatory of Bidder]
Date: Name:
Designation:
Seal:

Page - 56 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-2
BID FORM

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir,
After examining / reviewing the Bidding Documents for the tender of
“_________________________________________________________________ including "Specifications &
Scope of Work", "General Conditions of Contract [GCC]", "Special Conditions of Contract [SCC]" and "Schedule
of Rates [SOR]", etc. the receipt of which is hereby duly acknowledged, we, the undersigned, are pleased to offer to
execute the whole part of the job and in conformity with the said Bid Documents, including Addenda / Corrigenda
Nos. ____________.

We confirm that this Bid is valid for a period of "three [03] months" from the date of opening of "Techno-
Commercial / Un-priced Bid", and it shall remain binding upon us and may be accepted by any time before the
expiry of that period.

If our Bid is accepted, we will provide the "Contract Performance Security / Security Deposit" equal to
"___________ of the Contract Price" or as mentioned in Tender Document for the due performance within "thirty
[30] days" of such Award.

Until a final Agreement/Letter of Award is prepared and executed, the tender document (including addenda/
corrigenda) together with the "Notification of Award" shall constitute a binding Agreement 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 fulfillment
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.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:
Duly authorized to sign Bid for and on behalf of ____________________________________

[Signature of Witness]
Name of Witness:
Address:

Page - 57 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-3
LIST OF ENCLOSURES
To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir

We are enclosing the following documents as part of the bid:


1. Power of Attorney of the signatory to the Bidding Document.
2. Document showing annual turnover for the last three years such as annual reports,
profit and loss account, net worth etc. along with information as sought in enclosed
format F-16
3. Document showing Financial Situation Information as sought in enclosed format
F-16
4. Copy of Bidding Documents along with addendum/corrigendum duly signed and
sealed on each page, in token of confirmation that Bid Documents are considered
in full while preparing the bid and in case of award, work will be executed in
accordance with the provisions detailed in Bid Documents.
5. Documentary Evidences showing the Bidder’s claim of meeting Technical Criteria
as mentioned in Clause 4 of ITB.
6. Bid Security/EMD*
7. Tender Fee*
8. Integrity Pact*
9. Power of Attorney*
10. Duly certified document from chartered engineer and or chartered accountant.

Note:
* In case of e-bidding the bidder has the option to submit specified documents in physical
form on/before the bid due date or within seven days from the bid opening date. However,
scanned copy of these (same) documents must be submitted on-line as part of e-bid before
the bid due date/time.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page - 58 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
FORMAT F-4

PROFORMA FOR BANK GUARANTEE FOR EARNEST MONEY DEPOSIT/ BID


SECURITY
(To be stamped in accordance with the Stamp Act)
Ref............... Bank Guarantee No.........
Date......................
To,
GAIL (India) Limited,
Pata Petrochemical complex , Pata, Auraiya-UP-206241

Dear Sir(s),
In accordance with Letter Inviting Tender under your reference No___________
M/s.______________________________ having their Registered / Head Office at
_________________________ (hereinafter called the Tenderer) wish to participate in the
said tender for _____________________________________. As an irrevocable Bank
Guarantee against Earnest Money for the amount of ______________ is required to be
submitted by the Tenderer as a condition precedent for participation in the said tender which
amount is liable to be forfeited on the happening of any contingencies mentioned in the
Tender Document.

We, the _______________________________Bank at _____________________________


having our Head Office _______________________________________ (Local Address)
guarantee and undertake to pay immediately on demand without any recourse to the
tenderers by GAIL (India) Ltd., the amount________________________________ without
any reservation, protest, demur and recourse. Any such demand made by GAIL, shall be
conclusive and binding on us irrespective of any dispute or difference raised by the
Tenderer.

This guarantee shall be irrevocable and shall remain valid up to ____________ [this date
should be 5 months after the date finally set out for closing of tender]. If any further
extension of this guarantee is required, the same shall be extended to such required period
on receiving instructions from M/s._________________________________________
whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorised officer, has set its hand and stamp on
this ___________day of ____________200 __at____________.

Witness:
(Signature) (Signature)
(Name) (Name)
(Official Address) Designation with Bank Stamp
Attorney as per Power of Attorney No.________
Date:________________________

Page - 59 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

INSTRUCTIONS FOR FURNISHING "BID SECURITY / EARNEST MONEY"


BY "BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per
"Stamp Duty" applicable. The non-judicial stamp paper should be in the name of
the issuing Bank. In case of foreign Bank, the said Bank's Guarantee to be issued
by its correspondent Bank in India on requisite non-judicial stamp paper
2. The expiry date should be arrived at in accordance with "ITB: Clause-15.1".
3. The Bank Guarantee by bidders will be given from Bank as specified in "ITB".
4. A letter from the issuing Bank of the requisite Bank Guarantee confirming that
said Bank Guarantee / all future communication relating to the Bank Guarantee
shall be forwarded to the Employer at its address as mentioned at "ITB".
5. Bidders must indicate the full postal address of the Bank along with the Bank's E-
mail / Fax / Phone from where the Earnest Money Bond has been issued.
6. If a Bank Guarantee is issued by a commercial Bank, then a letter to Employer
confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees One
Hundred Crores] or equivalent alongwith documentary evidence.

Bank Details of GAIL (India) Limited PATA

Bank Account No. :

Type of Account :

Name of the Bank : State Bank of India

Complete Branch Address : GAIL (India) Limited,

P.O.: Pata, Distt.: Auraiya – 206 241 (U.P.) – India

RTGS IFSC Code : SBIN0001937

NEFT IFSC Code : SBIN0001937

SWIFT Code : SBININBB352

MICR Code :

Whether Bank is Having SFMS :


facility? (Yes/No)

Page - 60 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-4A (Not Applicable for this tender)
PROFORMA OF "LETTER OF CREDIT" FOR "EARNEST MONEY / BID
SECURITY"
To
M/s Gail (India) Limited, Pata Petrochemical complex, P ata-Auraiya –UP
Dear Sir,
Irrevocable and confirmed Letter of Credit No. ……………………
Amount: Rs. _________________
Validity of this Irrevocable: …………………………………… (in India)
Letter of Credit (2 months beyond validity of Offer)
Dear Sir,
1. You are here by authorized to draw on ………………….. (Name of Applicant with full
address) for a sum not exceeding …………………… available by your demand letter
(draft) on them at sight drawn for Rs. ………… accompanied by a certificate by GAIL
(India) Limited, with the Tender No. duly incorporated therein, that one or more of the
following conditions has/have occurred, specifying the occurred condition(s):

(i) The Bidder withdraws its Bid during the period of Bid validity or any extension thereof
duly agreed by the Bidder.
(ii) The Bidder varies or modifies its Bid in a manner not acceptable to GAIL (India) Limited
during the period of bid validity or any extension thereof duly agreed by the Bidder.
(iii) The Bidder, having been notified of the acceptance of its Bids,
(a) Fails or refuses to execute the Supply Order/Contract
(b) Fails or refuses to furnish the Contract Performance Security within 30 days before
expiry of Bid Security.
(c) Fails to accept arithmetic corrections as per tender conditions.

2. This Irrevocable Letter of Credit has been established towards Bid Security Tender No
……………… for ……………….. (Item)
3. We hereby guarantee to protect the Drawers, Endorsers and bonafide holders from any
consequences, which may arise in the event of the non-acceptance or non-payment of
Demand Letter (draft) in accordance with the terms of this credit.
4. This Credit is issued subject to the Uniform Customs and Practices for Documentary
Credits (1993 Revised) International Chamber of Commerce brochure No. 500.
5. Please obtain reimbursement as under: ………………………………………….
6. All foreign as well as Indian bank charges will be on the account of M/s.
…………………………… (Applicant)

FOR ………………………..
Authorized Signature
(Original Bank)
Counter Signature

Page - 61 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-5
LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-Bid
Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date:
To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD
Dear Sir,
I/We, _____________________________________ hereby authorize the following
representative(s) for attending any 'Negotiations' / 'Meetings [Pre-Bid Meeting]', 'Un-
priced Bid Opening', 'Price Bid Opening' and for any subsequent correspondence /
communication against the above Bidding Documents:

[1] Name & Designation ____________________ Signature ___________________


Phone/Cell:
Fax:
E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ____________________ Signature ___________________


Phone/Cell:
Fax:
E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned


authorised representative(s).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Note: This "Letter of Authority" should be on the "letterhead" of the Firm / Bidder and
should be signed by a person competent and having the 'Power of Attorney' to
bind the Bidder. Not more than 'two [02] persons per Bidder' are permitted to
attend "Techno-commercial / Un-priced" & "Price Bid" Openings. Bidders
authorized representative is required to carry a copy of this authority letter while
attending the un-priced and priced bid opening, the same shall be submitted to
GAIL.

Page - 62 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-6
"NO DEVIATION" CONFIRMATION

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir,

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

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page - 63 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-7
DECLARATION REGARDING HOLIDAY/BANNING AND LIQUIDATION, COURT
RECEIVERSHIP

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir,

We hereby confirm that we are not on ‘Holiday’ by GAIL or Public Sector Project Management
Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and fraudulent practices”) or
banned by Government department/ Public Sector on due date of submission of bid.

Further, we confirm that neither we nor our allied agency/(ies) (as defined in the Procedure for Action in
case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of GAIL or the Ministry
of Petroleum and Natural Gas.

We also confirm that we are not under any liquidation, court receivership or similar proceedings or
'bankruptcy'.

In case it comes to the notice of GAIL that the bidder has given wrong declaration in this regard, the
same shall be dealt as ‘fraudulent practices’ and action shall be initiated as per the Procedure for action in
case of Corrupt/Fraudulent/Collusive/Coercive Practices.

Further, we also confirm that in case there is any change in status of the declaration prior to award of
contract, the same will be promptly informed to GAIL by us.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page - 64 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-8
CERTIFICATE FOR NON-INVOLVMENT OF GOVT. OF INDIA

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir,

If we become a successful Bidder and pursuant to the provisions of the Bidding


Documents, award is given to us for the tender for“
_____________________________________________________”,the following
Certificate shall be automatically enforceable:

"We agree and acknowledge that the Employer is entering into the Agreement solely on
its own behalf and not on behalf of any other person or entity. In particular, it is expressly
understood & agreed that the Government of India is not a party to the Agreement and
has no liabilities, obligations or rights thereunder. It is expressly understood and agreed
that the Employer is authorized to enter into Agreement, solely on its own behalf under
the applicable laws of India. We expressly agree, acknowledge and understand that the
Employer is not an agent, representative or delegate of the Government of India. It is
further understood and agreed that the Government of India is not and shall not be liable
for any acts, omissions, commissions, breaches or other wrongs arising out of the
Agreement. Accordingly, we hereby expressly waive, release and forego any and all
actions or claims, including cross claims, VIP claims or counter claims against the
Government of India arising out of the Agreement and covenants not to sue to
Government of India as to any manner, claim, cause of action or things whatsoever
arising of or under the Agreement."

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page - 65 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-9
PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE
SECURITY / SECURITY DEPOSIT"
(ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

PERFORMANCE GUARANTEE No.

Dear Sir(s),

M/s. __________________________________________________________________
having registered office at _______________________ (herein after called the “contractor”
which expression shall wherever the context so require include its successors and assignees)
have been awarded the work of
____________________________________________________ vide LOA /FOA No.
_______________________________dated______ for GAIL (India) Limited, 16, Bhikaiji
Cama Place, R.K. Puram, New Delhi.

The Contract conditions provide that the CONTRACTOR shall pay a sum of Rs.
____________________ (Rupees _________________________________________) as
full Contract Performance Guarantee in the form therein mentioned. The form of payment
of Contract Performance Guarantee includes guarantee executed by Nationalized Bank,
undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, 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 to give the irrevocable & unconditional guarantee to you that if
default shall be made by M/s. __________________________________ in
performing any of the terms and conditions of the tender or in payment of any money
payable to GAIL (INDIA) LIMITED we shall on first demand pay without demur,
contest, protest and/ or without any recourse to the contractor to you in such manner
as you may direct the said amount of Rupees _____________________________
only or such portion thereof not exceeding the said sum as you may require from
time to time.

2. You will have the full liberty without reference to us and without affecting this
guarantee, postpone for any time or from time to time the exercise of any of the
powers and rights conferred on you under the contract with the said
_____________________________________ and to enforce or to forbear from
Page - 66 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
endorsing any powers or rights or by reason of time being given to the said
__________________________ and such postponement forbearance would not have
the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs.


______________________________________ (Rupees
_______________________________________) from us in manner aforesaid 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 and any demand
made by you in the bank shall be conclusive and binding. The bank shall not be
released of its obligations under these presents by any exercise by you of its liberty
with reference to matter aforesaid or any of their or by reason or any other act of
omission our commission on your part or any other indulgence shown by you or by
any other matter or changed what so ever which under law would, but for this
provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation
or winding up dissolution or changes of constitution or insolvency of the said
contractor but shall in all respects and for all purposes be binding and operative until
payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto


___________________ (this date should be 90 days after the expiry of defect
liability period) _______________. The bank undertakes not to revoke this guarantee
during its currency without your previous consent and further agrees that the
guarantee. However, if for any reason, the contractor is unable to complete the work
within the period stipulated in the contract and in case of extension of the date of
completion resulting extension of defect liability period of the contractor fails to
perform the work fully, the bank hereby agrees to further extend this guarantee at the
instance of the contractor till such time as may be determined by the owner. If any
further extension of this guarantee is required, the same shall be extended to such
required period on receiving instruction from M/s.
___________________________________________________ (contractor) on
whose behalf this guarantee is issued.

6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against
the bank (as principal debtor) in the first instant, without proceeding against the
supplier/contractor and notwithstanding any security or other guarantee that GAIL may
have in relation to the supplier’s/contractor’s liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank
upon the written demand raised by GAIL. Any dispute arising out of or in relation to the
said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.

8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the
Supplier/Contractor up to a total amount of __________________ (amount of
guarantees in words and figures) and we undertake to pay you, upon your first written
demand declaring the Supplier/Contractor to be in default under the order/contract and

Page - 67 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
without caveat or argument, any sum or sums within the limits of (amounts of guarantee)
as aforesaid, without your needing to prove or show grounds or reasons for your demand or
the sum specified therein.

9. We have power to issue this guarantee in your favor under Memorandum and Articles of
Association and the undersigned has full power to do under the Power of Attorney, dated
_____________ granted to him by the Bank.

Yours faithfully,

_________________
Bank by its Constituted Attorney

Signature of a person duly


Authorized to sign on behalf of the Bank

INSTRUCTIONS FOR FURNISHING


"CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK
GUARANTEE"

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


paper as per 'stamp duty' applicable. The non-judicial stamp paper should be in
name of the issuing bank. In case of foreign bank, the said Bank Guarantee to be
issued by its correspondent bank in India on requisite non-judicial stamp paper and
place of Bid to be considered as Delhi.
2. The Bank Guarantee by Bidders will be given from bank as specified in Tender.
3. A letter from the issuing bank of the requisite Bank Guarantee confirming that
said Bank Guarantee and all future communication relating to the Bank Guarantee
shall be forwarded to Employer.
4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and
copy to Consultant (if applicable) confirming its net worth is more than Rs.
100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign
currency alongwith documentary evidence.

Page - 68 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-10
AGREED TERMS & CONDITIONS
This Questionnaire duly filled in, signed & stamped must form part of Bidder’s Bid and should
be returned along with Un-priced Bid. Clauses confirmed hereunder need not be repeated in the
Bid.

S DESCRIPTION BIDDER'S
No. CONFIRMATION
1.1 Bidder's name and address
1.2 Bidder Offer No. & date
1.3 Bidder Contact Person Name , Email id & Mobile No. for
addressing Queries if any w.r.t bid submitted

2. Please confirm the currency of quoted prices is in Indian Rupees.

3. Confirm quoted prices will remain firm and fixed till complete
execution of the order.

4 Rate of applicable GST thereon if any .


Any error in quoting GST to bidders account CGST: ……………..%
SGST: ………..%
Cess if any: ………..%
thereon
5. i) Confirm acceptance of relevant Terms of Payment specified
in the Bid Document.
ii) In case of delay, the bills shall be submitted after deducting
the price reduction due to delay.
6. Confirm that Contract Performance Bank Guarantee will be
furnished as per Bid Document.
7. Confirm that Contract Performance Bank Guarantee shall be from
any Indian scheduled bank or a branch of an International bank
situated in India and registered with Reserve bank of India as
scheduled foreign bank. However, in case of bank guarantees
from banks other than the Nationalised Indian banks, the bank
must be a commercial bank having net worth in excess of Rs 100
crores and a declaration to this effect shall be made by such
commercial bank either in the Bank Guarantee itself or separately
on its letterhead.
8. Confirm compliance to Mobilization Period & Contract Period as
specified in Bid document (Refer IFB Section Section-I of bid
document ).
9. Confirm acceptance of Price Reduction Schedule for delay in
Mobilization as per bid document (Refer IFB Section Section-I
of bid document ).
10. a) Confirm acceptance of all terms and conditions of Bid
Document (all sections).
b) Confirm that printed terms and conditions of bidder are not
applicable.
11. Confirm your offer is valid for 3 months from Final/Extended due
date of opening of Techno-commercial Bids.
12. Please furnish EMD/Bid Security details :
Page - 69 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
S DESCRIPTION BIDDER'S
No. CONFIRMATION
a) EMD/ Bid Security No. & date
b) Value
c) Validity
13. Confirm acceptance to all provisions of ITB read in conjunction
with Bid Data Sheet (BDS).
13. Confirm that Annual Reports for the last three financial years are
furnished alongwith the Un-priced Bid.
14. Confirm that, in case of contradiction between the confirmations
provided in this format and terms & conditions mentioned
elsewhere in the offer, the confirmations given in this format shall
prevail.
15. Confirm the none of Directors of bidder is a relative of any
Director of Owner or the bidder is a firm in which any Director of
Owner/ GAIL or his relative is a partner.
17. All correspondence must be in ENGLISH language only.

18 Owner reserves the right to make any change in the terms &
conditions of the TENDER/BIDDING DOCUMENT and to
reject any or all bids.
19 Confirm that all Bank charges associated with Bidder’s Bank
shall be borne by Bidder.
20. Kindly provide the Name & Contact details of Sales Head /
Marketing Head of your Company.
Name:-………………….
E-mail id:-……………. Mobile No:-……………….

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page - 70 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-11
ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall acknowledge the
receipt and confirm his intention to bid or reason for non-participation against the enquiry /tender
through e-mail/fax to concerned executive in GAIL issued the tender, by filling up the Format)

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir,

We hereby acknowledge receipt of a complete set of bidding document along with enclosures for
subject item/job and/or the information regarding the subject tender.

 We intend to bid as requested for the subject item/job and furnish following details with
respect to our quoting office:

Postal Address with Pin Code : ....................


Telephone Number : ....................
Fax Number : ....................
Contact Person : ....................
E-mail Address : ....................
Mobile No. : ....................
Date : ....................
Seal/Stamp : ....................

 We are unable to bid for the reason given below:

Reasons for non-submission of bid:


_____________________________________________________________________

Agency’s Name : ....................


Signature : ....................
Name : ....................
Designation : ....................
Date : ....................
Seal/Stamp : ....................

Page - 71 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD
F-12
UNDERTAKING ON LETTERHEAD

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir

We hereby confirm that “The contents of this Tender Document No.


_____________________ have not been modified or altered by M/s. …………….( Name
of the bidder with complete address). In case, it is found that the tender document has
been modified / altered by the bidder, the bid submitted by M/s……………(Name of the
bidder) shall be liable for rejection”.

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page - 72 - of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S , UPSTREAM, & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-13
BIDDER’S EXPERIENCE
To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD
Sl. Descripti LOA Full Postal Value of Date of Scheduled Date of Reasons
No on of /WO Address & Contract/ Commence Completion Actual for delay
the No. and phone nos. of Order ment of Time Complet in
Services date Client. Name, (Specify Services (Months) ion execution
designation and Currency , if any
address of Amount)
Engineer/
Officer-in-
Charge (for
cases other than
purchase)
(1) (2) (3) (5) (6) (7) (8) (9) (10)

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page 73 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-14
CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain
important items to facilitate the bidder to make sure that the necessary data/information as
called for in the bid document has been submitted by them along with their offer. This,
however, does not relieve the bidder of his responsibilities to make sure that his offer is
otherwise complete in all respects.

Please ensure compliance and tick (√) against following points:

S. No. DESCRIPTION CHECK REFERENCE PAGE


BOX NO. OF THE BID
SUBMITTED
1.0 Digitally Signing (in case of e-bidding)/
Signing and Stamping (in case of manual
bidding) on each sheet of offer, original
bidding document including SCC, ITB, GCC
,SOR drawings, addendum (if any)
2.0 Confirm that the following details have been
submitted in the Un-priced part of the bid
i Covering Letter, Letter of Submission
ii Bid Security
iii Signed and stamped original copy of bidding
document along with drawings and
addendum (if any)
iv Power of Attorney in the name of person
signing the bid.
v Copies of documents defining constitution or
legal status, place of registration and
principal place of business of the company
vi Bidders declaration that regarding, Holiday/
Banning, liquidation court receivership or
similar proceedings
vii Details and documentary proof required
against qualification criteria along with
complete documents establishing ownership
of equipment as per SCC are enclosed
Page 74 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

viii Confirm submission of document along with


techno-commercial bid as per bid
requirement.
3.0 Confirm that all forms duly filled in are
enclosed with the bid duly signed by
authorised person(s)
4.0 Confirm that the price part as per Price
Schedule format submitted with Bidding
Document/ uploaded in case of e-bid.
7.0 Confirm that annual reports for last three
financial years & duly filled in Form 16 are
enclosed in the offer for financial assessment
(where financial criteria of BEC is applicable).

Place: [Signature of Authorized Signatory of Bidder]


Date: Name:
Designation:
Seal:

Page 75 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-15
FORMAT FOR CERTIFICATE FROM BANK
IF BIDDER’S WORKING CAPITAL IS NEGATIVE OR INADEQUATE
(To be provided on Bank’s letter head)
Date:

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

Dear Sir,

This is to certify that M/s ………………………………….. (name of the bidder with


address) (hereinafter referred to as Customer) is an existing customer of our Bank.
The Customer has informed that they wish to bid for GAIL’s RFQ/Tender no.
.................................................. dated …………… for
……………………………………..(Name of the supply/work/services/consultancy) and
as per the terms of the said RFQ/Tender they have to furnish a certificate from their Bank
confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms


availability of line of credit to M/s …………………….. (name of the bidder) for at least
an amount of Rs. _________

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or
Equivalent USD) and the undersigned is authorized to issue this certificate.

Yours truly
for …………………………… (Name & address of Bank)

(Authorized signatory)
Name of the signatory :
Designation :
Stamp

Note : “If the bidder’s working capital is negative or inadequate, the bidder shall submit a
letter from their bank having net worth not less than Rs.100 Crores (or equivalent
in USD), confirming the availability of line of credit for 10% of the annualized
estimated contract value.

Page 76 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-16 (REVISED)

FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE/ CERTIFIED PUBLIC ACCOUNTANT


(CPA) FOR FINANCIAL CAPABILITY OF THE BIDDER

We have verified the Audited Financial Statements and other relevant records of M/s………………………………
(Name of the bidder) and certify the following:

A. AUDITED ANNUAL TURNOVER* OF LAST 3 YEARS:


Year Amount (Currency)

Year 1:FY-16-17

Year 2:FY-17-18

Year 3:FY-18-19

B. NETWORTH* AS PER LAST AUDITED ( FY 18-19) FINANCIAL STATEMENT :


Description Year _____

Amount (Currency)

1. Net Worth

C. WORKING CAPITAL*( FY 18-19) AS PER LAST AUDITED FINANCIAL STATEMENT :


Description Year _____

Amount (Currency)

1. Current Assets

2. Current Liabilities

3. Working Capital (Current Assets-


Current liabilities)

*Refer Instructions Note: It is further certified that the above mentioned applicable figures are matching with the returns filed with Registrar of Companies
(ROC) [Applicable only in case of Indian Companies]

Name of Audit Firm: [Signature of Authorized Signatory]

Chartered Accountant/CPA Name:

Date: Designation:

Seal:

Membership No.:
Page 77 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

Instructions:

1. The Separate Pro-forma shall be used for each member in case of JV/ Consortium.

2. The financial year would be the same as one normally followed by the bidder for its Annual Report.

3. The bidder shall provide the audited annual financial statements as required for this Tender document.
Failure to do so would result in the Proposal being considered as non- responsive.

4. For the purpose of this Tender document:

(i) Annual Turnover shall be “Sale Value/ Operating Income”


(ii) Working Capital shall be “Current Assets less Current liabilities” and
(iii) Net Worth shall be Paid up share capital plus Free Reserves & Surplus less accumulated losses,
deferred expenditure and miscellaneous expenditure not written off, if any.

5. Above figures shall be calculated after considering the qualification, if any, made by the statutory
auditor on the audited financial statements of the bidder including quantified financial implication.

6. This certificate is to be submitted on the letter head of Chartered Accountant/CPA.

Page 78 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-17
FORMAT FOR CONSORTIUM/JV AGREEMENT
(ON NON- JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)
(NOT APPLICABLE FOR THIS TENDER )
CONSORTIUM/JV AGREEMENT

This Consortium/JV Agreement executed on this ….. Day of ……. Between M/s …………, a
company incorporated under the law of …… and having its registered/principal office
at……………………….. (herein after called the ‘”Member-I’/ ‘Lead Member’ which expression
shall include its successors, executors and permitted assigns) and M/s ……………….,
a company incorporated under the laws of …….., and having its registered/principal office at
……………………………………….. (herein after called the ‘Member – II’/ ‘Second Member’
which expression shall include its successors, executors and permitted assigns)
……………………………. ‘and M/s ………………., a company incorporated under the laws
of …….., and having its registered/principal office at ………………………………………..
(herein after called the ‘Member – III’/ ‘Third Member’ which expression shall include its
successors, executors and permitted assigns), for the purpose of making a bid and entering into a
contract (in case of award) in response to bid document
no………………………………………… for the work of …………………………
(Name of Project) of M/s ………………………. (herein after called the ‘Owner’).

WHEREAS, the Owner invited bids vide its bid document no. …………… for the work of
………………………….

AND WHEREAS as per tender documents, Consortium/JV entities will also be considered by the
Owner provided they meet the specific requirements in that regard. As a pre-condition of bidding
documents, the Consortium/JV bidder shall provide in its bid a Consortium/JV Agreement in an
acceptable format in which the Members to the Consortium/JV are jointly and severally liable to
the Owner to bind themselves to the bid conditions accept the contract award, if selected and
perform all the contractual obligations thereto.

AND WHEREAS the bid is being submitted to the Owner vide our proposal dated …….. based
on the Consortium/JV Agreement being these presents and the bid with its bid forms and
submission documents, in accordance with the requirement of tender conditions and requirements
have been signed by both the Members and submitted to the Owner.

NOW THIS INDENTURE WITNESSETH AS UNDER:

In consideration of the above premises and agreements both the Members to this Consortium/JV
do hereby now agree as follows:

1. We the Members in the Consortium/JV hereby confirm that the name and style of the
Consortium/JV shall be …………… Consortium/JV.

Page 79 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

2. In consideration of the bid submission by us to the Owner and the award of Contract by
the Owner to the Consortium/JV (if selected by the Owner),we the Members to the
Consortium/JV, hereby agree that the Member-I (M/s………) shall act as the lead
Member for self, and for and on behalf of Member-II/ Member-III and further declare and
confirm that we shall jointly and severally be bound unto the Owner for execution of the
contract in accordance with the contract terms and shall jointly and severally be liable to
the Owner to perform all contractual obligations including technical guarantees. Further,
the lead Member is authorized to incur liabilities and receive instructions for and on behalf
of any or both Members of the Consortium/JV and the entire execution of the Contract.

3. In case of any breach of the said Contract by any of the Members of the
CONSORTIUM/JV, we hereby agree to be fully responsible for the successful
execution/performance of the Contract in accordance with the terms of the Contract.

4. Further, if the Owner suffered any loss or damage on account of any breach of the
Contract or any shortfall in the completed equipment/plant, meeting the guaranteed
performance parameters as per the technical specifications/ contract documents, the
Second & Third Member of these presents undertakes to promptly make good such loss or
damage caused to the Owner, on the Owner’s demand without any demure. It shall neither
be necessary nor obligatory on the part of the Owner to proceed against the Lead Member
to these presents before proceeding against the Second & Third Member.

5. The financial liability of the Member (s) to this Consortium/JV Agreement, to the Owner
with respect to the any or all claims arising out of the performance or non-performance of
the Contract shall, however be not limited in any way so as to restrict or limit the
liabilities of either of the Member.

6. Division of responsibilities of Scope of work among different Consortium/JV members is


as per APPENDIX I (Responsibility Matrix) to this Consortium/JV Agreement.
7. It is expressly understood and agreed between the Members to this agreement that the
responsibilities and obligations of each of the Members shall be as delineated in
‘APPENDIX I’ to this agreement. It is further agreed by the Members that the above
sharing of responsibilities and obligations shall not in any way be a limitation of the joint
and several responsibilities of the Members under the Contract.

8. This Consortium/JV Agreement shall be governed, construed and interpreted in


accordance with Laws of India courts of Delhi shall have exclusive jurisdiction in all
matters arising thereunder.

9. In case of award of contract, we the Member s to this Consortium/JV Agreement do


hereby agree that we shall furnish the contract performance guarantee in favour of the
Owner from a bank acceptable / approved by the Owner for a value as stipulated in the
Contract Award and such guarantee shall be in the names of Consortium/JV.

Page 80 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

10. It is further agreed that this CONSORTIUM/JV Agreement shall be irrevocable and shall
form an integral part of the Contract and shall continue to be enforceable till the Owner
discharges the same. It shall be effective date first above mentioned for all purposes and
intents.

11. In case bid submitted by Joint Venture, the details of equity partnership and assets of the
JV shall be attached as a separate annexure to this agreement.

12. This agreement remains in force till the end of Defects Liability Period.

IN WITNESS WHEREOF, the Members to this Consortium/JV agreement have, through their
respective authorized representatives, have executed these presents and affixed their hands and
common seal of their respective companies on the day, month and year first abovementioned.

For M/s. (………….. Member


1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation
For M/s. (………….. Member-II
1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..
Signature ………………………….. Designation:
Designation

For M/s. (………….. Member-III


1. Seal of ……………………………………
M/s. (Signature of authorised Representative)
has been affixed in my/our presence
pursuant to Board Resolution dated Name:
………………………………………..

Page 81 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT GAIL
PATA FOR TWO YEARS PERIOD

F-18
BIDDER'S QUERIES FOR PRE BID MEETING
To,

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD
Dear Sir,

SL. REFERENCE OF BIDDING DOCUMENT BIDDER'S GAIL'S REPLY


NO. Subject QUERY
SEC. NO. Page No. Clause No.

NOTE: The Pre-Bid Queries may be sent by fax and also by e-mail before due date for receipt of
Bidder's queries.

SIGNATURE OF BIDDER: ___________________________


NAME OF BIDDER : ___________________________

Page 82 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S , UPSTREAM, & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-19
E-Banking 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 officer of bank)

Page 83 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-20

INTEGRITY PACT

Page 84 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

INTEGRITY PACT

INTRODUCTION:

GAIL as one of its endeavour to maintain and foster most ethical and corruption free
business environment, have decided to adopt the Integrity Pact, a tool developed by the
Transparency International, to ensure that all activities and transactions between the
Company (GAIL) and its Counterparties (Bidders, Contractors, Vendors, Suppliers,
Service Providers/Consultants etc.) are handled in a fair and transparent manner,
completely free of corruption. Accordingly, an MOU on Integrity Pact has been signed
on 23.07.2007 by GAIL with Transparency International India.

Considering the above, the details mentioned at attached Annexure-1 are applicable as
stated in Instruction to Bidders of Bid Document in addition to the existing stipulation
regarding Corrupt and Fraudulent Practices.

The attached copy of the Integrity Pact at Annexure- 2 shall be included in the Bid
submitted by the bidder (to be executed by the bidder). In case a bidder does not sign the
Integrity Pact, his bid shall be liable for rejection.

Page 85 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

ANNEXURE-1

Bidder is required to sign the Integrity Pact with GAIL as per format & terms and
conditions enclosed with tender. In case a bidder does not sign the Integrity Pact, his
bid shall be liable for rejection.

I COMMITMENTS AND OBLIGATIONS OF THE “COUNTERPARTY”

a) The Counterparty, directly or indirectly (through agent, consultant, advisor,


etc.), shall not pay any bribe/ influence or give undue/ unlawful benefit to
anyone to gain undue advantage in dealing with GAIL.
b) The Counterparty will not engage in collusion of any kind including price
fixation etc. with other Counterparts.
c) The counterparty will not pass GAIL’s confidential information to any third
party unless specifically authorized by GAIL in writing.
d) The Counterparties shall promote and observe best ethical practices within
their respective organizations.
e) The Counterparty shall inform the Independent External Monitor.
i) If it received any demand, directly or indirectly, for a bribe/ favour or any
illegal gratification/ payment / benefit;
ii) If it comes to know of any unethical or illegal payment / benefit;
iii) If it makes any payment to any GAIL associate.
f) The Counterparty shall not make any false or misleading allegations against
GAIL or its associates.

II VIOLATIONS & CONSEQUENCES:

a) If a Counterparty commits a violation of its Commitments and Obligations


under the Integrity Pact Programme during bidding process, their entire
Earnest Money Deposit/ Bid Security, would be forfeited and in addition, they
may be blacklisted from the GAIL business in future.
b) In case of violation of the Integrity pact by Counterparty after award of the
Contract, GAIL shall be entitled to terminate the Contract. GAIL would forfeit
the security deposits, encash the bank guarantee (s) and other payments
payable to Counterparty in such cases,
c) Subject to satisfaction of the Independent External Monitor, GAIL may ban/
blacklist/ put on holiday and exclude the Counterparty from future dealings
until GAIL is satisfied that the Counterparty shall not commit any such
violation in future.
d) In addition to above, GAIL reserves its right to initiate criminal proceedings
against the violating Counterparty, if the allegations by Counterparty are found

Page 86 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

frivolous, untrue and misleading and may also impose exemplary cost for the
same.
e) The Counterparty will be entitled to claim as determined by the Independent
External Monitor, if the above (d) is found incorrect.

INDEPENDENT EXTRNAL MONITORS (IEMS)

Presently the panel consisting of the following Independent External Monitors (IEMs) have
been appointed by GAIL, in terms of Integrity Pact(IP) which forms part of GAIL Tenders /
Contracts.
i) Shri K.S. Ramasubban (email id: ramamma@hotmail.com)
ii) Shri Sunil Krishna (email id: iem.gail.sunil@gmail.com)
This panel is authorised to examine / consider all references made to it under this tender. The
bidder(s) , in case of any dispute(s) / complaint(s) pertaining to this tender may raise the issue
either with the designated tender issuing officer or Nodal Officer (presently K R M Rao, CGM
(C&P)- Email krmrao@gail.co.in) in GAIL or directly with the IEMs on the panel or IEM c/o
Chief Vigilance Officer, GAIL ( India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R.K.
Puram, New Delhi – 110066

Page 87 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

ANNEXURE-2
INTEGRITY PACT

(To be executed on plain paper)

Between GAIL (India) Limited, a Government of India Public Sector, (here-in-after


referred to as “Principal ”).
AND

_________________________(here-in-after referred to as “The Bidder/ Contractor”).

(Principal and the Bidder / Contractor are here-in-after are referred to individually as
“Party” or collectively as “Parties”).

PREAMBLE

The Principal intends to award under laid down organizational procedures, contract/s
for_____________________________________________________________________
_

The Principal values full compliance with all relevant laws and regulations, and the
principles of economic use of resources, and of fairness and transparency in its relations
with its Bidder/s and Contractor/s.

In order to achieve these goals, the Principal co-operates with the renowned International
Non-Governmental Organisation ‘Transparency International’ (TI). Following TI’s
national and international experience, the Principal will appoint an Independent External
Monitor who will monitor the tender process, the execution of the contract etc. for
compliance with the principles mentioned above.

Section 1 – Commitments of the Principal

1. The Principal commits itself to take all measures necessary to prevent corruption
and to observe the following Principles in this regard:-

i) No employee of the Principal, either in person or through family members,


including relatives, will in connection with the tender for or the execution
of a contract, demand or accept a promise for or accept for him/herself or

Page 88 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

for a third person, any material or immaterial benefit to which he/she is not
legally entitled.
ii) The Principal shall, during the tender process treat all Bidders with equity.
The Principal undertakes and ensures that before and during the tender
process shall provide and share the same information to all Bidders and will
not provide to any Bidder confidential / additional information through
which one particular Bidder could take an advantage in relation to the
tender process or the contract execution.

iii) The Principal will exclude from the process all known prejudiced persons.

2. If the Principal obtains information on the conduct of any of its employees which
is a criminal offence under the Anti-Corruption Laws of India, or if there be a
substantive suspicion in this regard, the Principal will inform its Vigilance Office
and in addition can initiate disciplinary actions.

Section 2 – Commitments and Undertakings by the Bidder/Contractor

1. The Bidder / Contractor commits and undertakes to take all measures necessary to
prevent malpractices & corruption. He commits himself to observe the following
principles during his participation in the tender process and during the contract
execution:

i) The Bidder / Contractor undertakes not to, directly or through any other
person or firm offer, promise or give or influence to any employee of the
Principal associated with the tender process or the execution of the contract
or to any other person on their behalf any material or immaterial benefit to
which he / she is not legally entitled in order to obtain in exchange any
advantage of any kind whatsoever during the tender process or during the
execution of the contract.

ii) The Bidder / Contractor undertakes not to enter into any undisclosed
agreement or understanding, whether formal or informal with other
Bidders. This applies in particular to prices, specifications, certifications,
subsidiary contracts, submission or non-submission of bids or any other
action to restrict competitiveness or to introduce cartelization in the bidding
process.

iii) The Bidder / Contractor undertakes not to commit any offence under the
relevant Anti-corruption Laws of India. Further, the Bidder / Contractor
will not use improperly any information or document provided by the
Principal as part of the business relationship regarding plans, technical
proposals and business details, including information contained or
Page 89 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

transmitted electronically for the purposes of competition or personal gain


and will not pass the information so acquired on to others.

iv) The Bidder / Contractor will, when presenting his bid undertakes to
disclose any and all payments made, is committed to or intends to make to
agents, brokers or any other intermediaries in connection with the award of
the contract.

2. The Bidder / Contractor will not instigate and allure third persons / parties to
commit offences outlined above or be an accessory to such offences.

Section 3 – Disqualification from tender process and exclusion


from future contracts

If the Bidder, before the award of contract, has committed a transgression through
a violation of any provisions of Section 2 or in any other form so as to put his
reliability or credibility as Bidder into question, the Principal shall be entitled to
disqualify, put on holiday or blacklist the Bidder including from the future tender
process or to terminate the contract, if already signed, on that ground.

1. If the Bidder / Contractor has committed a transgression through a violation of any


provisions of Section 2 so as to put his reliability or credibility into question, the
Principal shall be entitled to exclude including blacklist and put on holiday the
Bidder / Contractor from entering into any GAIL future contract tender processes.
The imposition and duration of the exclusion will be determined by the severity of
the transgression. The severity will be determined by the Principal taking into
consideration the full facts and circumstances of each case particularly taking into
account the number of transgressions, the position of the transgressors within the
company hierarchy of the Bidder and the amount of the damage. The exclusion
may be imposed for a minimum period of 6 months and maximum of three years.

2. A transgression is considered to have occurred if the Principal after due


consideration of the available evidence, concludes that no reasonable doubt is
possible.

3. The Bidder with its free consent and without any influence agrees and undertakes
to respect and uphold the Principal’s absolute rights to resort to and impose such
exclusion and further accepts and undertakes not to challenge or question such
exclusion on any ground, including the lack of any hearing before the decision to
resort to such exclusion is taken. This undertaking is given freely and after
obtaining independent legal advice.
4. Subject to the full satisfaction of the Principal, the exclusion of the Bidder /
Contractor could be revoked by Principal prematurely if the bidder / contractor can
Page 90 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

prove that he has restored / recouped the damage caused by him and has installed a
suitable corruption prevention system in his organization.

Section 4 – Forfeiture of EMD / Security Deposits

1. If the Principal has disqualified the Bidder from the tender process prior to the
award in terms of Section 3, and during the execution of the contract, the Principal
shall forfeit earnest money deposit / bid security money, encash the bank
guarantee including due payments in addition to blacklisting or putting on holiday
the bidder and terminating the contract.

2. If the Principal has terminated the contract according to Section 3, or if the


Principal is entitled to terminate the contract according to Section 3, the Principal
shall be entitled to demand and recover from the Contractor liquidated damages
equivalent to Earnest Money Deposit / Security Deposit / Performance Bank
Guarantee.

3. The bidder agrees and undertakes to pay the said amounts without protest or
demur subject only to condition that if the Bidder / Contractor can prove and
establish that the exclusion of the Bidder from the tender process or the
termination of the contract after the contract award has caused no damage or less
damage than the amount of the liquidated damages, the Bidder / Contractor shall
compensate the Principal only to the extent of the damage in the amount proved.

Section 5 – Previous transgression

1. The Bidder swears on oath that no previous transgression has occurred during the
last three years with any other Company in any country conforming to the TI
approach or including with any other Public Sector Enterprise / Undertaking in
India that could justify his exclusion from the tender process.

2. If the Bidder makes incorrect statement on this subject, he shall be disqualified


from the tender process or the contract, if already awarded, could be liable to be
terminated on this ground.

Section 6 – Equal treatment to all Bidders / Contractors / Subcontractors

1. The Bidder / Contractor undertakes to demand from all its sub-contractors, if any,
an undertaking and commitment in conformity with this Integrity Pact, and to
submit it to the Principal before signing of the contract.

Page 91 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2. The Principal will enter into agreements with similar conditions, as stipulated
herein, with all Bidders, Contractors and Subcontractors.

3. The Principal shall disqualify from the tender process all Bidders who do not sign
this Pact or violate any of its provisions.

Section 7 – Criminal charges against violating Bidders /


Contractors / Sub-contractors

If the Principal obtains knowledge of conduct of a Bidder, Contractor or Subcontractor,


or of an employee or a representative or an associate of a Bidder, Contractor or
Subcontractor which constitutes corruption, or if the Principal has substantive suspicion
in this regard, the Principal will inform the Vigilance Office / Department for initiating
appropriate action for above.

Section 8 –Independent External Monitor / Monitors

1. The Principal appoints competent and credible external independent Monitor


for this Pact. The task of the Monitor is to review independently and
objectively, whether and to what extent the parties comply with the
obligations under this agreement.

2. The Monitor is not subject to any instructions by the representatives of the


parties and performs his functions neutrally and independently. He reports to
the Chairperson of the Board of the Principal.

3. The Contractor accepts that the Monitor has the right to access without
restriction to all Project documentation of the Principal including that
provided by the Contractor. The Contractor will also grant the Monitor, upon
his request and demonstration of a valid interest, unrestricted and
unconditional access to his project documentation. The same is applicable to
Sub-contractors. The Monitor is under contractual obligationto treat the
information and documents of the Bidder / Contractor / Sub-contractor with
confidentiality.

4. The Principal will provide to the Monitor sufficient information about all
meetings among the parties related to the Project provided such meetings
could have an impact on the contractual relations between the Principal and
the Contractor. The parties offer to the Monitor the option to participate in
such meetings.

Page 92 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

5. As soon as the Monitor notices, or believes to notice, a violation of this


agreement he will so inform the Management of the Principal and request
the Management to discontinue or heal the violation or to take other relevant
action. The monitor can in this regard submit non-binding recommendations.
Beyond this, the Monitor has no right to demand from the parties that they
act in a specific manner, refrain from action or tolerate action. However, the
Independent External Monitor shall give an opportunity to the bidder /
contractor to present its case before making its recommendations to the
Principal.

6. The Monitor will submit a written report to the Chairperson of the Board of
the Principal within 8 to 10 weeks from the date of reference or intimation to
him by the ‘Principal’ and should the occasion arise, submit proposals for
taking corrective measures.

7. Monitor shall be entitled to compensation by the Principal.

8. If the Monitor has reported to the Chairperson of the Board a substantiated


suspicion of an offence under relevant Anti-Corruption laws of India, and
the Chairperson has not, within reasonable time, taken visible action to
proceed against such offence or reported it to the Vigilance Office, the
Monitor may also transmit this information directly to the Central Vigilance
Commissioner, Government of India.

9. The word ‘Monitor’ would include both singular and plural.

10. Independent External Monitor shall be required to maintain confidentiality


of the information acquired and gathered during their tenure / role as
Independent Monitor. Any breach in this regard would be subject to the legal
judicial system of India.

11. The Independent External Monitors shall be responsible to oversee the


implementation of Integrity Pact Program to prevent corruption, bribes or
any other unethical practices in the GAIL. However, Monitor(s) shall be
personally and severally be liable for any action or suit brought by Bidder /
Contractor / against the Monitor, in case the findings of Independent
Monitor is / are found incorrect or biased or prejudiced.
12. Independent External Monitor(s) shall be required to furnish an Undertaking
and shall disclose before taking any assignment that he / she has no interest
in the matter or connected with the party (bidder / contractor) in any manner.
Page 93 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Section 9 – Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both
parties. It expires for the Contractor 12 months after the last payment under the respective
contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is
discharged/determined by the Chairperson of the Principal.

Section 10 – Miscellaneous provisions

1. This agreement is subject to Indian Law. Place of performance and jurisdiction is the
Registered Office of the Principal, i.e. New Delhi. The Arbitration clause provided in
main tender document / contract shall not be applicable for any issue / dispute arising
under Integrity Pact.

2. Changes and supplements as well as termination notices, if any, need to be made in


writing. Side agreements have not been made.

3. If the Contractor / Bidder is a partnership concern or a consortium, this agreement must


be signed by all partners or consortium members.

4. In case any or several of the provisions of this agreement turn out to be void, the
remainder of this pact shall remain valid. The parties to this pact however, shall strive to
come to an agreement to their original intentions in such a case.

------------------------------------------- ----------------------------------------
(Name & Designation) (Name & Designation)
For the Principal For the Bidder/Contractor

Place ------------------------------------ Witness 1: ------------------------

Date ----------------------------------- Witness 2: ------------------------

Page 94 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-21
REFERENCE DOCUMENT SUBMITTED TO MEET THE BIDDERS ELIGIBILITY
CRITERIA

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India
SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF
IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD
Dear Sir,
We are enclosing the following reference document to meet the eligibility criteria and the same shall
only be considered for evaluation of bid:
Sl. No. BEC Criteria Document Reference Document
Required Submitted
1.0 Technical BEC Criteria

1.1 Reference document


1.
2.
3.
2.0 Financial BEC Criteria

2.1 Reference document


1.

2.2 Reference document


1.

Place: Signature of Authorized Signatory


Date: Name:
Designation:
Seal:

Page 95 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-22
DISCLAIMER

Bidders should ensure that bidding document is complete in all respects. In the event that the
bidding document or any part thereof is mutilated or missing, the bidder shall notify GAIL
immediately at the following address :

To ,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

Kind Attn.: Sh Ashish Dadel DGM(C&P)

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

In the event such written notice is not received at the aforementioned office within seven (7)
days from the date of issue of the bidding document to the bidder, the bidding documents
received by the bidder shall be deemed to be complete in all respects. No extension of time shall
be granted under any circumstances to any bidder for submission of its bid on the grounds that
the bidder did not obtain a complete set of the bidding document.
GAIL makes no representation or warranty, express or implied, as to the accuracy, correctness
and completeness of the information contained in the bidding documents.

Place: Signature of Authorized Signatory


Date: Name:
Designation:
Seal:

Page 96 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-23

FORMAT FOR INDEMINITY BOND


(To be furnished at the time of closure of contract )
If applicable , at the time of closure of contract, Contractor has to submit Indemnity Bond of Rs. 100/-
duly notarized from the Notary indemnifying GAIL from all the liabilities w.r.t the persons engaged by
the contractor regarding payment of wages, Provident fund, Insurance and other payments. Performa of
Indemnity Bond is here as under:

Proforma for indemnity bond

WHEREAS GAIL (India) Limited (hereinafter referred to as GAIL) which expression shall, unless
repugnant to the context include their legal representatives, successors and assigns, having their
Registered Office at 16, Bhikaiji, Cama Place, R.K, Puram, New Delhi has entered into a
CONTRACT with 'name of the contractor" Incorporated (hereinafter referred to as the
(‘CONTRACTOR’) which expression shall unless repugnant to the context include their Iegal
representatives, successors and assigns, having their Registered office ------------------ for Rs. --------------
---- for “NAME OF THE CONTRACT” ------------------ for a period of ------------------ and on the terms
and conditions as set out, inter- alia in the Work Order No. --------------and various documents
forming part thereof hereinafter collectively referred to as the 'CONTRACT' which expression shall
include all amendments, modifications and / or variations thereto.
GAIL has also advised the CONTRACTOR to execute an Indemnity Bond in favour of GAIL
Indemnifying it from all consequences which may arise out of any Case filed by any workers
/ Labourers / vendors/ sub- contractors /partner etc. who may have been engaged by the CONTRACTOR
directly or indirectly with or without consent of GAIL for above works , which may be pending before
any court of Law including Quasi-Judicial Authority, Competent Authority , Labour Court , Arbitrator ,
Tribunal etc.
NOW, THEREFORE, in consideration of the promises aforesaid; the CONTRACTOR hereby
irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL from any loss,
which may arise out of any such contract/Case. The CONTRACTOR undertake to compensate to GAIL
forthwith, on demand, without protest the loss suffered by GAIL together direct / indirect expenses.
AND THE CONTRACTOR hereby agrees with GAIL that :
(i) This Indemnity Bond shall remain valid and irrevocable for all claims of GAIL arising from any such
contract/case for which GAIL has been made party until now or here- in- after.
(ii) This Indemnity Bond shall not be discharged/revoked by any change / modification/amendment / deletion
in the constitution of the firm/contractor or any conditions thereof including insolvency etc. of the
CONTRACTOR but shall be in all respects and for all purposes binding and operative until any claims
for payment are settled by the contractor.
The under signed has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR and the same stands valid.

Signature Of Authorized Representative


Place :
Dated :

Page 97 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-24

FORMAT ISSUANCE OF COMPLETION/ EXECUTION CERTIFICATE :

(i) Contractors are entitled for Completion Certificate after completion of contract by EIC as per
format here under :
COMPLETION CERTIFICATE(On Letter head)
Sl# Description Remarks
(i) Name of Services/Work
(ii) Name of Contractor
(iii) LOA No. and date
(iv) Contractual Start Date
(v) Contractual Completion Date
(vi) Actual Completion Date
(vii) Awarded Value of Services/ consultancy/ Work
(viii) Executed Value of Services/ consultancy/ Work

Place: [Signature of authorized signatory]


Date: Name:
Designation:
Seal:
(ii) Contractor are entitled for Execution Certificate from EIC against written request for the same as
per format here under :

EXECUTION CERTIFICATE(On letter head)


Sl# Description Remarks
(i) Name of Services/Work
(ii) Name of Contractor
(iii) LOA No. and date
(iv) Contractual Start Date
(v) Contractual Completion Date
(vi) Actual Completion Date of asset or date of
completed services/work taken for execution

(vii) Awarded Value of Services/ Work


(viii) Executed Value of Services/ Work
(based on certified RA/ monthly bill)

Place: [Signature of authorized signatory]


Date: Name:
Designation:
Seal:

Page 98 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-25

PROFORMA FOR CONTRACT AGREEMENT

LOA No. GAIL / dated ----------

GAIL’s PAN No. AAACG1209J

Contract Agreement for the work of ----------------- of GAIL (INDIA) Ltd. made on ----------
between (Name and Address)------------- , hereinafter called the “CONTRACTOR” (which term
shall unless excluded by or repugnant to the subject or context include its successors and
permitted assignees) of the one part and GAIL (INDIA) LIMITED hereinafter called the
“EMPLOYER” (which term shall, unless excluded by or repugnant to the subject or context
include its successors and assignees) of the other part.

WHEREAS

A. The EMPLOYER being desirous of having provided and executed certain work
mentioned, enumerated or referred to in the Tender Documents including Letter Inviting
Tender, General Tender Notice, General Conditions of Contract, Special Conditions of
Contract, Specifications, Drawings, Plans, Time Schedule of completion of jobs, Schedule
of Rates, Agreed Variations, other documents has called for Tender.

B. The CONTRACTOR has inspected the SITE and surroundings of WORK specified in the
Tender Documents and has satisfied himself by careful examination before submitting his
tender as to the nature of the surface, strata, soil, sub-soil and ground, the form and nature
of site and local conditions, the quantities, nature and magnitude of the work, the
availability of labour and materials necessary for the execution of work, the means of
access to SITE, the supply of power and water thereto and the accommodation he may
require and has made local and independent enquiries and obtained complete information
as to the matters and thing referred to, or implied in the tender documents or having any
connection therewith and has considered the nature and extent of all probable and possible
situations, delays, hindrances or interferences to or with the execution and completion of
the work to be carried out under the CONTRACT, and has examined and considered
all other matters, conditions and things and probable and possible contingencies, and
generally all matters incidental thereto and ancillary thereof affecting the execution
and completion of the WORK and which might have influenced him in making his
tender.

C. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of
Contract, Special Conditions of Contract, Schedule of Rates, General Obligations,
SPECIFICATIONS, DRAWINGS, PLANS, Time Schedule for completion of Jobs, Letter
of Acceptance of Tender and any statement of agreed variations with its enclosures copies
of which are hereto annexed form part of this CONTRACT though separately set out
Page 99 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

herein and are included in the expression “CONTRACT” wherever herein used.

AND WHEREAS

The EMPLOYER accepted the Tender of the CONTRACTOR for the provision and the execution
of the said WORK at the rates stated in the schedule of quantities of the work and finally approved
by EMPLOYER (hereinafter called the "Schedule of Rates") upon the terms and subject to the
conditions of CONTRACT.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED


AS FOLLOWS:-

1. In consideration of the payment to be made to the CONTRACTOR for the WORK to be


executed by him, the CONTRACTOR hereby covenants with EMPLOYER that the
CONTRACTOR shall and will duly provide, execute and complete the said work and
shall do and perform all other acts and things in the CONTRACT mentioned or described
or which are to be implied there from or may be reasonably necessary for the completion
of the said WORK and at the said times and in the manner and subject to the terms and
conditions or stipulations mentioned in the contract.

2. In consideration of the due provision execution and completion of the said WORK,
EMPLOYER does hereby agree with the CONTRACTOR that the EMPLOYER will pay
to the CONTRACTOR the respective amounts for the WORK actually done by him and
approved by the EMPLOYER at the Schedule of Rates and such other sum payable to
the CONTRACTOR under provision of CONTRACT, such payment to be made at such
time in such manner as provided for in the CONTRACT.
AND

3. In consideration of the due provision, execution and completion of the said WORK
the CONTRACTOR does hereby agree to pay such sums as may be due to the
EMPLOYER for the services rendered by the EMPLOYER to the CONTRACTOR,
such as power supply, water supply and others as set for in the said CONTRACT
and such other sums as may become payable to the EMPLOYER towards the controlled
items of consumable materials or towards loss, damage to the EMPLOYER'S equipment,
materials construction plant and machinery, such payments to be made at such time and
in such manner as is provided in the CONTRACT.

It is specifically and distinctly understood and agreed between the EMPLOYER and the
CONTRACTOR that the CONTRACTOR shall have no right, title or interest in the SITE
made available by the EMPLOYER for execution of the works or in the building,
structures or work executed on the said SITE by the CONTRACTOR or in the goods,
articles, materials etc., brought on the said SITE (unless the same specifically belongs
to the CONTRACTOR) and the CONTRACTOR shall not have or deemed to have any
lien whatsoever charge for unpaid bills will not be entitled to assume or retain
possession or control of the SITE or structures and the EMPLOYER shall have an
absolute and unfettered right to take full possession of SITE and to remove the
Page 100 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

CONTRACTOR, their servants, agents and materials belonging to the CONTRACTOR


and lying on the SITE.

The CONTRACTOR shall be allowed to enter upon the SITE for execution of the
WORK only as a licensee simpliciter and shall not have any claim, right, title or interest
in the SITE or the structures erected thereon and the EMPLOYER shall be entitled to
terminate such license at any time without assigning any reason.

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated
from the said SITE shall, unless otherwise expressly agreed under this CONTRACT,
exclusively belong to the EMPLOYER and the CONTRACTOR shall have no right to
claim over the same and such excavation and materials should be disposed off on
account of the EMPLOYER according to the instruction in writing issued from time to
time by the ENGINEER-IN-CHARGE.

In Witness whereof the parties have executed these presents in the day and the year first above
written.

Signed and Delivered for and on Signed and Delivered for and
on behalf of EMPLOYER. on behalf of the CONTRACTORs.

GAIL (INDIA) LIMITED


(NAME OF THE CONTRACTOR)
_______________________________ ____________________________
_______________________________ ____________________________

Date :___________ Date :____________

Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES


1.___________________________ 1. ________________________
___________________________ ________________________
___________________________ ________________________
___________________________ ________________________

2.___________________________ 2. ________________________
___________________________ ______________________
___________________________ ________________________
___________________________ ________________________

Page 101 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-26

POWER OF ATTORNEY
To,
DGM(C&P)
GAIL (India) Ltd.,Pata
Auraiya –UP-206241 Attn: Sh. Ashish Dadel

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

“The undersigned ____________________(Name of LEGAL PERSON with designation i.e.


CEO/C&MD/Director/Company Secretary/any other authorized person) is lawfully authorized to
represent and act on behalf of the company M/s _______________________ (Name of bidder) whose
registered address is _____________________ and does hereby appoint Ms./Ms __________________
(name of authorized person signing the bid document) _______________________ (Designation) of M/s
_______________________________ (Name of bidder) whose signature appears below to be the true
and lawful attorney/(s) and authorize him/her to sign the bid (both digitally and manually), conduct
negotiation, sign contracts and execute all the necessary matter related thereto, in the name and on behalf
of the company in connection with the tender no. __________________________________ for supply of
_______________________________.

The signature of the authorized person/(s) herein constitutes unconditional obligations of M/s
_______________________ (Name of bidder).

This Power of Attorney shall remain valid and in full force and effect before we withdrawal it in writing
(by fax, or mail or post). All the documents signed (within the period of validity of the Power of
Attorney) by the authorized person herein shall not be invalid because of such withdrawal.

SIGNATURE OF THE LEGAL PERSON

_____________________________
(Name of person with Company seal)

SIGNATURE OF THE AUTHORIZED PERSON/(S) WHO WILL SIGN BID


_____________________________
(Name of person)
E-mail id: …………………………
Digital token no. used for uploading the bid: …………………..
Page 102 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-27-A
FORMAT FOR NO CLAIM CERTIFICATE

(TO BE FURNISHED IN LETTER HEAD AT THE TIME OF CLOSURE OF CONTRACT )

NO CLAIM CERTIFICATE(F-27A)

[On the Letter-head of Contractor]

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


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

After completion of the above-said Work under the contract, we have scrutinized all our claims,
contentions, disputes, issues and we hereby confirm that after adjusting all payments received by
us against our R.A. Bills, our balance entitlement under the Contract is to a sum of Rs.
__________ (Rupees _________ only) as per our Final Bill dated ________ towards full and
final settlement of all our claims, dues, issues and contentions from GAIL (India) Ltd.

We confirm and declare that with the receipt of aforesaid monies, all our claims, dues, disputes,
differences between M/s. ___________ and GAIL (India) Ltd. under and with reference to said
Contract stands fully and finally settled.

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

We further confirm that the present settlement has been arrived at after mutual negotiations and
is freely and fairly entered into between the parties. There is no economic duress or any other
compulsion on us in entering into this settlement.

Signature with Seal of contractor

Dated :
Page 103 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-27B
FORMAT FOR NO DUES CERTIFICATE
[On the Letter-head of Contractor]

NAME OF WORK :

WORK OREDR NO. :

NAME & ADDRESS :

OF THE CONTRACTOR

CONTRACT VALUE(Rs.) :

SCHEDULE DATE :

OF COMPLETION

ACTUAL DATE OF :

COMPLETION OF WORK

We do hereby certify that we have paid and satisfied all dues and claims for the work , of
labourers, material supplied, equipments and all other entitlements what so ever touching or
affecting the contract. We undertake to indemnify and to keep indemnified the owner from and
against all claims, demands, liens, obligations and liabilities whatever arising from and relating
thereto.

(SIGNATURE OF CONTRACTOR WITH SEAL)

Page 104 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-28
DECLARATION REGARDING QUOTED BID PRICES IN LETTER HEAD

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD Dear Sir,

With reference to the subject tender, we hereby confirm the following for compliance :

(i) We have quoted our prices considering the various tender provisions including (A) the instructions
given in SCC V(II) Part-I, SCC V(II)-Part-II & SCC V(III) regarding bidder price basis, to be
considered by bidders while quoting their rates in SOR Provided (B)Responsibilities of contractor’s for
compliance under Labour/Industrial laws for the deployed service units i.e w.r.t payment of (a)
Minimum wage / GAIL prescribed rate(b) Employees’ Provident Fund contribution including Employee
Deposit Linked Insurance (EDLI) & Administrative charges (c ) Employees’ State Insurance(ESI)
contribution or Insurance policy coverage under Employee’s Compensation Act,1923 (d) Bonus (e ) Death
Gratuity (f) Leave with Wages, as per the Factories Act/ Rules or Shops and Establishment Act, as
applicable(g) Safety Kits & Liveries in terms of Safety Provisions under Factories Act, 1948
(h) Maternity Benefit to women Contract workers under Maternity Benefit Act, 1961 where ESI Act,
1948 is not applicable Maternity Benefit to women Contract workers under Maternity Benefit
Act, 1961 where ESI Act, 1948 is not applicable & (C) Contractor overheads , Profits Indian Withholding
Tax & WCT etc . as applicable (D) Wage escalation / de-escalation during contract period etc.
(ii) We further confirm that for the deployed service units , we will pay/ make monthly payment including
bonus etc as per statutory compliances in given time schedule thru e-payment as the responsibility of the
same is ours and submit the necessary documentary evidence to GAIL.
(iii) We will not sublet the Job to any other party or any other person.

(iv) In the event of any breach of the terms and conditions of the contract by us or if we are found to be
indulging in any activity subversive to the GAIL interest or activity prejudicial to the interests of the
GAIL including non payment of the applicable wages, bonus , safety kits & allowances to the
deployed service units as stated above as per various labour laws and statutory provisions ,then GAIL
at its sole discretion without any prejudice to any rights or remedies under any of the provisions of this
contract or otherwise, by giving notice in writing terminate the contract with immediate effect
including putting us in holiday/blacklisting / banning list of GAIL.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 105 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F-29
DECLARATION REGARDING HEAD REGARDING STATUTORY PAYMENT TO THE
DEPLOYED CONTRACT WORKERS IN LETTER HEAD

To,
M/s Gail (India) Limited
Pata Petrochemical Complex , Pata, Auraiya (U.P.) – 206241 India

SUB : E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF


IOP&S,UPSTREAM & DOWN STREAM PLANT AT GAIL PATA FOR TWO YEARS
PERIOD

Dear Sir,

With reference to the subject tender, we hereby declare /confirm the following towards payment of
wages and to extend coverage under Social Security Legislation to Contract Workers deployed as per the
following Table:
(i)
Sl. Components Description Bidder Submission of
No. Confirmation requisite documents
as proof
(Yes/No)

(a) Payment of Monthly e-Payment of Minimum Yes Copy of Monthly Wage


rates of wages to the deployed Register & Wage Slip
Minimum wage/ Contract workers as notified by along with copy of bank
GAIL prescribed Central Government or State DEPOSIT statement
rate Government or GAIL prescribed duly certified by bank
rate, whichever is higher, on the within 7th day of every
date of floating the tender and
month.
subsequently, any escalation/ de-
escalation by the Govt.
Notification.

(b) Deposit of Monthly deposit of Employees’ Yes The contractor should


Employees’ Provident Fund contribution submit copies of separate
Provident Fund including Employee Deposit e-Challan’ s/ ECR, in
contribution Linked Insurance (EDLI) & respect of contract
including Administrative charges for the workers engaged through
this contract only, with
Employee deployed Contract workers as per
acknowledgement from
Deposit Linked the rates notified by Appropriate PF office, on a monthly
Insurance Government under the EPF Act, basis. Common Challan
(EDLI) & 1952 for contribution and would not be acceptable
Administrative administration of the EPF, EPS in GAIL.
charges and EDLI Schemes prevailing on
the day (presently @13.15% of
wages) and subsequent
Page 106 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

amendment, if any.

(c ) Compliance w.r.t The rates of contribution as Yes Valid Workmen


prescribed by the Government with Compensation Policy to
Employees’ specific notification on the date of be submitted by
State floating of tender and subsequent contractor before starting
Insurance(ESI) changes, if any, as per Government of jobs under the W.O..
contribution or Notification. Policy should have
Insurance policy specific mention of The
coverage under In case the work center is situated, W.O. & number of
Employee’s in an ESI non-implemented area/ persons engaged
Compensation contract workers are drawing
Act,1923 salary beyond the prescribed
ceiling under ESI, it must be
ensured that the
contractor/contracting firm should
extend coverage to the contract
workers through Employee
Compensation Policy to meet the
Compensation Liability along
with Medical Liability under
Employee’s Compensation Act,
1923. The liability of
compensation and medical should
be made with the insurance
premium @4.75% of Minimum
wages.

(d) Payment of Contractor to ensure the minimum Yes Copy of Monthly Wage
Bonus bonus within the prescribed time Register & Wage Slip
frame i.e. 8 months from the along with Form – C and
closure of accounting year under Form –D and copy of
the Payment of Bonus Act, 1965 bank statement duly
and submit proof of payment of certified by bank of
bonus in Form – C and Form – D previous month.
to GAIL.

Present rate of payment of Bonus


as per provisions of Payment of
Bonus Act, 1965 is 8.33% of
minimum wages or 8.33% of
Rs.7000/-, whichever is higher per
month. Contractor is required to
make payment of Bonus for
relevant part of financial year with
reference to actual number of days
for which contract workers
performed duties. Payment of
Bonus shall be made preferably

Page 107 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

before Deepawali festival falling


after the end of relevant financial
year; and for the balance period, at
the time of closure of contract.

(e) Death Gratuity In case of Death or disablement of Yes -


a Contract worker during execution
of work under the CONTRACT,
Contractor has to pay the
GATUITY as per provision under
the Payment of Gratuity Act 1972
and claim for the same along with
proof of disbursement.

(f) Payment of Casual Leave/Earned Yes Copy of Monthly Wage


Leave with leave/Gazetted Holiday be Register & Wage Slip
Wages Monthly, regulated in terms of Shops and along with copy of bank
as per the Establishment Act/ Factories Act/ statement duly certified
Factories Act/ Model Standing Order, as by bank of previous
Rules or Shops applicable. Contractor to ensure 15 month.
and days Earned/Annual Leave, along
Establishment with 8 days paid leave as CL
Act, as during the contract period along
applicable with 3 NH and applicable Festival
Holidays. Contractor to maintain
proper record and Register as
prescribed under Statutory
provisions. During execution of the
contract, if any person(s) is found
to be absent on any day beyond the
limit of paid leaves as specified
above, wages for that day shall not
be payable. For part of the calendar
year, paid leaves will be pro-rated
and same shall lapse at the end of
calendar year. In case of non-
availment of casual leaves during
the calendar year, no encashment
for the same would be permissible.

(g) Issuance of Cost of Safety Kits & Liveries in Yes -


Safety Kits & terms of Safety provisions under
Liveries in terms Factories Act, 1948 (for workers
of Safety working in factories only). The
Provisions under contractor to provide safety kits
Factories Act, and liveries (i.e. shirts, helmet,
1948 (For trousers, socks and safety shoes as
workers working per safety norms of GAIL) and
in Factories and submit proof of purchase &
Page 108 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Construction distribution with GAIL.


activities)

(i) Overtime(If Overtime for working extra hours/ Yes -


applicable) Compensatory off, to be
provisioned in the Contract value
as per requirement under Factories
Act, 1948 or Shops &
Establishment Act of the respective
State. Payment of overtime in the
event of emergencies of work,
should be made and maintained in
Overtime Register prescribed in
Contract Labour (R&A) Central
Rules, 1971.

(ii) We further confirm that for the deployed service units , we will pay/ make monthly payment including
bonus etc as per statutory compliances in given time schedule thru e-payment as the responsibility of the
same is ours and submit the necessary documentary evidence to GAIL.

(ii) In the event of any breach of the terms and conditions of the contract by us or if we are found to be
indulging in any activity subversive to the GAIL interest or activity prejudicial to the interests of the
GAIL including non payment of the applicable wages, bonus , safety kits & allowances to the
deployed service units as stated above as per various labour laws and statutory provisions, then GAIL
at its sole discretion without any prejudice to any rights or remedies under any of the provisions of this
contract or otherwise, by giving notice in writing terminate the contract with immediate effect
including putting us in holiday/blacklisting / banning list of GAIL.

Place: [Signature of Authorized Signatory of Bidder]

Date: Name:

Designation:

Seal:

Page 109 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Page 110 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION-IV

GENERAL CONDITIONS
OF CONTRACT (GCC)

“GCC का ह द
िं ी सिंस्करण गेल की निविदा िेबसाइट
(http://www.gailtenders.in/) पर उपलब्ध ै | ालािंकक, अिंग्रेजी और
उसके ह द
िं ी अिि
ु ाद में ककसी भी विसिंगनि के मामले में , व्याख्या और
कािूिी प लुओिं के ललए, अिंग्रेजी सिंस्करण प्रबल ोगा |”

Page 111 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

“The Hindi version of GCC’s are available on GAIL’s tender website


(http://www.gailtenders.in/) for reference. However, in case of any
discrepancy in English & its Hindi translation, for interpretation and legal
aspects, the English version shall prevail.”

TABLE OF CONTENTS

Sl. No. Description

SECTION – I DEFINITIONS & INTERPRETATIONS

1.1 Definition of Terms

1.2 Interpretations & Priority of Contract Documents

1.3 Special Conditions of Contract

SECTION – II GENERAL INSTRUCTIONS & OBLIGATIONS

2.1 Formation of Contract

2.2 Signing of Agreement

2.3 Addenda/Corrigenda

2.4 Liability of Government of India

2.5 Site Visit

2.6 Action in case of Corrupt/Fraudulent /Collusive /Coercive Practices and


Poor Performance

2.7 Retired Government or Employer’s Officers

2.8 Conflict of Interest

2.9 Abnormal Rates

2.10 General obligations of Service Provider

2.11 Service Provider’s Representative & Personnel

2.12 Service Provider’s Employees / Personnel

Page 112 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2.13 Contract Performance Security

2.14 Failure by the Service Provider to comply with the provisions of the
Contract

2.15 Service Provider remains liable to pay compensation if action not taken
under clause 2.13

2.16 Change in constitution

2.17 Termination of Contract

2.18 Amount Payable in case of Termination

2.19 Members of the Employer Not Individually Liable

2.20 Employer not Bound by Personal Representations

2.21 Force Majeure

2.22 Price Reduction Schedule

2.23 Assignment/Sublet

2.24 Liens

2.25 Delays by Employer or his Authorised Representative

2.26 No waiver of rights

2.27 Certificate not to affect right of employer and liability of Service Provider

2.28 Language and Measures

2.29 Release of Information

2.30 Completion Period, Contract Period and Completion of Contract

2.31 Independent Capacity

2.32 Notice

2.33 Confidentiality

2.34 Intellectual Property Right

SECTION – III PERFORMANCE OF SERVICE

Page 113 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

3.1 Execution of services

3.2 Changes In Services

3.3 Action and compensation in case of poor service

3.4 Suspension of services

3.5 Defects Liability Period

3.6 Completion Certificate

3.7 Final Decision & Final Certificate

3.8 Limitation of Liability

3.9 Indemnity

SECTION – IV PAYMENT, INSURANCE AND TAXES

4.1 Deduction from the Contract price

4.2 Schedule of rates and payments

4.3 Procedure for Billing of Services

4.4 Notice of claims for additional payments

4.5 Insurance

4.6 Taxes and Duties

4.7 Income tax

4.8 Statutory variations

4.9 Damages to Property of any person and third party

SECTION – V LAWS, HEALTH, SAFETY & ENVIRONMENT

5.1 Labour Laws

5.2 Safety regulations

5.3 First aid and industrial injuries

5.4 General rules

Page 114 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

5.5 Care in handling inflammable gas

5.6 Preservation of place

5.7 Environment

SECTION – VI DISPUTE RESOLUTION AND ARBITRATION

6.1 Dispute resolution

6.2 Arbitration

6.3 Jurisdiction

6.4 Continuance of The Contract

Appendix 1 Procedure for action in case of Corrupt /Fraudulent/ Collusive/ Coercive


practices

Appendix 2 Procedure for Evaluation of Performance of Vendors/ Suppliers/


Contractors / Consultants

Page 115 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION – I DEFINITIONS & INTERPRETATIONS

1.1 Definition of Terms:

In this Contract (as defined here-in-after), save where the context otherwise requires, the
following words and expressions shall have the meanings respectively assigned to them:

"Approved" means approval in writing including subsequent written confirmation of


previous verbal approval(s).

The "Bid /Tender/Offer" means the proposal along with required supporting documents
submitted by the Bidder/Service Provider for consideration by the Employer.

The ‘Bidder/Tenderer” means the person(s) / Firm / company /Corporation


/Organization/entity, who participated in the Tender.

“Completion Certificate” means the certificate to be issued by the Engineer In-charge


(EIC) when the Services have been completed entirely in accordance with Contract.

“Completion Date” means the date of actual completion of the services by the Service
Provider as certified by the Employer.

“Contract” means an agreement between Employer and the Service Provider/Supplier for
execution of the Service(s) as per Contract Documents and its subsequent amendment(s),
if any in writing thereto.

"Contract Documents" means collectively the Tender Documents, Designs, Drawings,


Scope of Services, Specifications, Schedule of Rates (SOR), Letter of Acceptance and
agreed variations if any, and such other documents constituting the tender and acceptance
thereof.

"Day" means a calendar day of 24 hours from midnight to midnight irrespective of the
number of hours serviced in that day.

“Demobilization” means removal of all equipment, machinery, manpower from the site
after completion of the services with the due permission of EIC.

“Drawings” means and include all Engineering sketches, general arrangements/ layout
drawings, sectional plans, all elevations, etc. related to the Contract together with
modification and revision thereto.

The “Employer/Service Receiver/ Company/Owner” means GAIL (India) Limited


(GAIL), a public limited company, incorporated under the Company’s Act 1956 and

Page 116 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

having its Registered office at 16, Bhikaiji Cama Place, New Delhi - 110066 and includes
its successors, assigns and Site(s)/work center(s).

The “Engineer-In-Charge" (EIC) means the person designated from time to time by
Employer and shall include those who are expressly authorized by him to act for and on
his behalf for operation/execution of this Contract for Services.

“Equipment/Materials/Goods” means and include all equipment, machinery, stores,


goods which are required under the Contract for satisfactory performance of Services by
the Service Provider.

"Fax of Acceptance” means intimation regarding notification of award by the Employer


to the successful Bidder/Service Provider through a Fax/ Letter conveying that the
Tender/Bid/Offer has been accepted in accordance with the provisions contained therein.

“Guarantee/Warranty/ Defect Liability Period (DLP)” means the period and other
conditions governing the warranty/guarantee/defect liability period of the services as
provided in the Contract.

"Metric System": All technical documents are given in the metric system and all service
should be carried out according to the metric system. All documents concerning the
service shall also be maintained in the metric system.

“Mobilization” means stabilizing adequate infrastructure at designated Site comprising of


Equipment, aids, tools, tackles, instruments, Goods & Materials, experienced manpower,
supported with supervising personal in order to provide services as per the provision of
Contract document.

“Negligence” means any act or failure to act (whether sole, joint or concurrent) by a
person or an entity which was intended to cause, or which was reckless disregard of or
wanton indifference to, avoidable and harmful consequences such person or entity knew,
or should have known, would result from such act or failure to act. Notwithstanding the
foregoing, negligence shall not include any action taken in good faith for the safeguard of
life or property.

The "Service(s)" means and include all services and activities/jobs to be performed by the
Service Provider in pursuant to and in accordance with Contract or part thereof as the
case may be and shall include all extra, additional, altered or substituted services and
approvals from any agency/third party & license(s)/permissions from statutory authorities
(if any), as required for purpose of the Contract.

The "Service Provider" means Bidder/Tenderer whose tender has been accepted by the
Employer and includes the Service Provider's legal representative(s), his successor(s) and
permitted assign(s).

Page 117 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

“Service Provider’s/ Bidder’s Representative” means such person(s) duly authorized by


the Bidder/Service Provider in writing to the Employer as having authority to act for and
on behalf the Bidder /Service Provider in matters affecting the Services and to provide
the requisite services to Employer.

“Site” means the place(s) provided by the Employer where the Services are to be carried
out/executed and any other place(s) as may be specifically designated in the Contract as
forming part of the site.

“Specifications” means and include detailed description, statements to technical data,


performance characteristics, and standards (Indian as well as International) as applicable
and as specified in the Contract.

The "Sub-Service Provider" means any person / firm / Organization / company /entity
(other than the Service Provider) and it’s legal representatives, successors and permitted
assigns named in the Contract as a Sub-Service Provider for a part of the Services or to
whom a part of the Services has been sub-Contracted with the written prior consent of the
Employer.

"Value of Contract” or “Total Contract Price” means the sum accepted or the sum
calculated in accordance with the prices accepted in the Contract as payable to the
Service Provider for the entire execution and full completion of the service, including
Amendment(s) to Contract, if any.

"Week" means a period of any consecutive seven Days.

“Willful Misconduct” means intentional disregard of good and prudent standards of


performance or proper conduct under the Contract with knowledge that it is likely to
result in any injury to any person or loss or damage of property.

“Working Day” means any Day which is not declared by the Employer to be holiday or
off-day.

1.2 INTERPRETATIONS & PRIORITY OF CONTRACT DOCUMENTS


1.2.1 The documents forming the Contract are to be read together and interpreted as mutually
explanatory of one another. If there is a direct inconsistency in specific obligation(s), then
for the purposes of interpretation, and unless otherwise provided in the Contract, the
priority of the Contract Documents shall be in accordance with following sequence:
i) The Contract Agreement
ii) Detailed Letter of Acceptance along with its enclosures
iii) Fax of Acceptance
iv) Scope of Works/ Job Specifications (specific to particular job only, wherever
provided)
v) Drawings
vi) Special Conditions of Contract (SCC)

Page 118 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

vii) Technical Specifications (wherever applicable)


viii) Instructions to Bidders (ITB)
ix) General Conditions of Contract (GCC)
x) Other Documents

Works shown in the Drawing but not mentioned in the Specifications or described in the
Specifications without being shown in the Drawings shall nevertheless be deemed to be
included in the same manner as if they had been specifically shown upon the Drawings
and described in the Specifications.

Any amendment/change order issued by Employer upon signing of formal Contract shall
take precedence over respective clauses of the formal Contract and its annexures.

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

1.2.2 Headings and Marginal Notes: All headings and marginal notes to the clauses of these
General Conditions of Contract or to the Specifications or to any other Tender Document
are solely for the purpose of giving a concise indication and not a summary of the
contents thereof, and they shall never be deemed to be part thereof or be used in the
interpretation thereof the Contract.

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

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

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

1.3 SPECIAL CONDITIONS OF CONTRACT:

1.3.1 Special Conditions of Contract consisting of scope of services, specification of Services &
items etc. shall be read in conjunction with the General Conditions of Contract, and any
other documents forming part of this Contract wherever the context so requires.

1.3.2 Notwithstanding the sub-division of the documents into these separate sections and
volumes every part of each section/volume shall be deemed to be supplementary to and
complementary of every other part and shall be read with and into the Contract so far as it
may be practicable to do so.

Page 119 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

1.3.3 Where any portion of the General Condition of Contract is repugnant to or at variance with
any provisions of the Special Conditions of Contract, unless a different intention appears
the provisions of the Special Conditions of Contract shall be deemed to over-ride the
provisions of the General Conditions of Contract and shall to the extent of such
repugnancy, or variations, prevail.

1.3.4 Wherever it is mentioned in the Specifications that the Service Provider shall perform
certain Service or provide certain facilities, it is understood that the Service Provider shall
do so at his cost and the Value of Contract shall be deemed to have included cost of such
performance and provisions, so mentioned.

1.3.5 The materials, design and services shall satisfy the relevant Standards, the Job
Specifications contained herein and Codes referred to. Where the job specification
stipulate requirements in addition to those contained in the standard codes and
specifications, these additional requirements shall also be satisfied.

Page 120 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION – II (GCC)

2.0 GENERAL INSTRUCTIONS & OBLIGATIONS

2.1 FORMATION OF CONTRACT:

2.1.1 Employer will be the sole judge in the matter of award of Contract and the decision of
Employer shall be final and binding.

2.1.2 The acceptance of tender will be intimated to the successful Bidder by the Employer
either by Fax / E - mail /Letter or like means defined as Fax of Acceptance (FOA).

2.1.3 The Contract shall come into force on the date of FOA and the same shall be binding on
Employer and Service Provider.

2.2 SIGNING OF AGREEMENT:

2.2.1 The successful Tenderer/Service Provider shall be required to execute an Agreement


within 15 days of the FOA in the format attached/enclosed with Tender Document. In the
event of failure on the part of the Service Provider to sign the Agreement within the
aforesaid stipulated period, the Earnest Money Deposit or initial Security
Deposit/Performance Security Deposit (as available, preferably the later) will be forfeited
and Employer may consider the Contract as terminated..

2.3 ADDENDA/CORRIGENDA:

2.3.1 Addenda/ Corrigenda to the Tender Documents incorporating modification(s) and


clarification(s) to the Tender Document issued prior to the due date of bid submission
shall become integral part of the Contract.

2.4 LIABILITY OF GOVERNMENT OF INDIA:

2.4.1 It is expressly understood and agreed by and between Bidder /Service Provider and
Employer that Employer is entering into this agreement solely on its own behalf and not
on behalf of any other person or entity. In particular, it is expressly understood and
agreed that the Government of India is not a party to this agreement and has no liabilities,
obligations or rights hereunder. It is expressly understood and agreed that Employer is an
independent legal entity with power and authority to enter into Contracts solely on its
own behalf under the applicable Laws of India and general principles of Contract Law.
The Bidder/Service Provider expressly agrees, acknowledges and understands that
Employer is not an agent, representative or delegate of the Government of India. It is
further understood and agreed that the Government of India is not and shall not be liable
for any acts, omissions, commissions, breaches or other wrongs arising out of the
Contract. Accordingly, Bidder/Service Provider hereby expressly waives, releases and

Page 121 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

foregoes any and all actions or claims, including cross claims, impleader claims or
counter claims against the Government of India arising out of this Contract and covenants
not to sue to Government of India as to any manner, claim, cause of action or thing
whatsoever arising of or under this agreement/Contract.

2.5 SITE VISIT:

2.5.1 The Bidder/Service Provider shall be deemed to have visited the Site(s)/work centre(s)
and familiarized itself while submitting the Tender. Non-familiarity with the Site
conditions by the Bidder/ Service Provider will not be considered a reason either for extra
claim(s) or for any delay in performance or any other claim in this regard.

2.6 ACTION IN CASE OF CORRUPT/ FRAUDULENT/ COLLUSIVE/ COERCIVE


PRACTICES AND POOR PERFORMANCE:

The Bidder(s)/Service Provider(s) are required to abide by the following documents:

(i) The procedure for action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices
containing provisions for putting a Bidder/Service Provider on suspension and/or banning
list (as the case may be) if such an agency has indulged in Corrupt/ Fraudulent/
Collusive/ Coercive Practices.

The Procedure is enclosed as Appendix 1 to this GCC.

Further, Bidder(s)/Service Provider(s) accepts and certifies that they would adhere to the
Fraud Prevention Policy of GAIL and shall not indulge themselves or allow others
(working in GAIL) to indulge in fraudulent activities and that they would immediately
apprise the Owner/GAIL/Organization(s) of the fraud/ suspected fraud as soon as it
comes to their notice. The Fraud Prevention Policy document is available on GAIL’s
website (www.gailonline.com).

(ii) The procedure for evaluation of performance of Service Provider containing provisions
for putting a Service Provider on suspension and/or holiday list (as the case may be).

The Procedure is enclosed as Appendix 2 to this GCC.

2.7 RETIRED GOVERNMENT OR EMPLOYER’s OFFICERS:

2.7.1 No Employee/Officer employed in Engineering or Administrative duties in an


Engineering Department of the States/ Central Government or of the Employer is allowed
to service as a Service Provider for a period of one year after his retirement /resignation
/severance from Government Service or from the employment of the Employer without
the previous permission of the Employer. The Contract, if awarded, is liable to be
terminated if either the Service Provider or any of his employees is found at any time to
be such a person, who has not obtained the permission of the State/Central Government

Page 122 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

or of the Employer as aforesaid before submission of tender, or engagement in the


Service Provider's service as the case may be.

2.8 CONFLICT OF INTEREST:

2.8.1 During the currency of Contract and after its termination, the Service Provider and its
affiliates, shall be disqualified from providing any goods, works or services for any
project resulting from or closely related to the Services.

2.9 ABNORMAL RATES:

2.9.1 The Tenderer is expected to quote rate for each item after careful analysis of cost
involved for the performance of the completed item considering all specifications and
Conditions of Contract. In case, it is noticed that the rates quoted by the Tenderer for any
item are unusually higher or unusually lower, it will be sufficient cause for the rejection
of the tender/bid unless the Employer is convinced about the reasonableness after
scrutiny of the analysis for such rate(s) to be furnished by the Tenderer (on demand).

2.9.2 In case of Abnormally High Rated (AHR) item(s), the same shall be dealt as per AHR
clause in the SCC (as applicable).

2.10 GENERAL OBLIGATIONS OF SERVICE PROVIDER:

Service Provider shall, in accordance with and subject to the terms and conditions of this
Contract:

2.10.1 perform the services in accordance with the Scope of Services /Specifications and
Activity Schedule of the Tender Document and carry out its obligations with all due
diligence and efficiency, in accordance with generally accepted professional techniques
and practices and shall observe sound management practices and employ appropriate
advance technology and safe methods. When completed, the job/services shall be fit for
the purpose for which the services are intended as specifically defined in the Contract.

2.10.2 provide all labour as required to provide the Service unless otherwise provided in the
Scope of Services or Special Conditions of the Contract.

2.10.3 perform all other obligations, jobs / services which are required by the terms of this
Contract or which reasonably can be implied from such terms as being necessary for
providing necessary service as per the Contract.

2.10.4 be deemed to have satisfied himself before submitting his bid as to the correctness and
sufficiency of its bid for the services required and of the rates and prices quoted, which
rates and prices shall, except insofar as otherwise provided, cover all its obligations under
the Contract.

Page 123 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2.10.5 give or provide all necessary supervision during the performance of the services and as
long thereafter within the warranty period/DLP as Employer may consider necessary for
the proper fulfilling of Service Provider's obligations under the Contract.

2.10.6 not disrupt the Services of the Employer being carried out by the Service Provider / and
shall provide access for carrying out job/services to:

- Employer’s personnel(s), and /or


- any other Contractor(s) / Service Provider(s) employed by Employer, and /or
- personnel of public authority(ies)/third party(ies)

Further, the Service Provider shall execute the job carefully without causing damage to
the existing facility(ies) and facility(ies) of third party(ies) and in case of such happening
shall immediately bring to the notice of EIC..

Further, the coordination and inspection of the day-to-day job under the Contract shall be
the responsibility of the Engineer-in-Charge (EIC). The EIC or his authroised
representative including any statutory authority shall at all reasonable times, have full
power and authority to access and inspect the Services wherever in progress either on the
Site or at the Service Provider’s premises/workshops and the Service Provider shall
afford or procure every facility and assistance to carry out such inspection. Such
Inspection shall not release the Service Provider from any obligation under the Contract.

2.11 SERVICE PROVIDER’s REPRESENTATIVE & PERSONNEL:

2.11.1 Service Provider shall appoint a person (“Service Provider’s Representative”) who shall
be responsible for and authorized to represent it at all times during the progress of the
Service and to receive and to act on any request made by Employer in the performance of
the Service pursuant to the terms of this Contract.

2.11.2 Service Provider's Representative shall have full authority to represent and bind the
Service Provider in relation to any matter concerning the Service Provider’s performance
of the services under the Contract and Employer shall be entitled to rely on all the
decisions of the Service Provider’s Representative as if they were the decisions of the
Service Provider.

2.11.3 Service Provider's Representative shall supervise, coordinate and ensure the quality of all
aspects of his obligations under this Contract. Service Provider shall not change its
Representative without the prior approval of Employer.

2.11.4 Service Provider's Representative shall liaise with Employer for the proper coordination
and timely completion of the Services and on any matter pertaining to the same.

2.11.5 Service Provider's Representative shall extend full cooperation to Employer’s


representatives/inspector in the manner required by them for supervision /inspection/
Page 124 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

observation of equipment, material, procedures, performance, reports and records


pertaining to Services.
2.11.6 Service Provider's Representative shall have complete charge of his personnel engaged in
the performance of the Service and to ensure compliance of rules and regulations and
safety practice.
2.11.7 If the Service Provider’s Representative is found not acceptable to the EIC, the Service
Provider shall, as soon as practicable, having regard to the requirement of replacing him,
after receiving notice of such withdrawal, remove the representative and shall not
thereafter employ him again on the Services in any capacity and shall replace him by
another representative acceptable to the EIC.
2.12 SERVICE PROVIDER’S EMPLOYEES / PERSONNEL:
The Service Provider in connection with performing the Services and remedying of any
defects, shall provide:
(a) only such skilled and experienced personnel(s) in their respective areas; and
(b) such skilled, semi-skilled and un-skilled labour as is necessary for the proper and
timely fulfilling of the Service Provider’s obligations under the Contract.
The Service Provider shall provide skilled / qualified /experienced personnel, if specified
in the SCC /Scope of Work.
While engaging the contractual manpower, Service Provider is required to make effort to
provide opportunity of employment to the people belonging to Scheduled Castes and
weaker sections of society also in order to have a fair representation of these sections.

2.13 CONTRACT PERFORMANCE SECURITY (CPS):


2.13.1 The Service Provider shall provide Contract Performance Security (CPS) to the Employer,
within 30 days from the date of notification of award (i.e. FOA/Letter of Acceptance) or
the date specified in the notification of award whichever is earlier, for an amount
mentioned therein. The CPS shall be returned/refunded three months after Contract
completion period and Defects Liability Period (DLP), if any. All costs associated with
CPS shall be borne by the Service Provider. No charges or interest shall be payable by
the Employer even if the CPS is in the form of a Demand Draft.
2.13.2 The Service Provider shall furnish the CPS in the form of a Demand Draft or a Bank
Guarantee or an irrevocable Letter of Credit from any Indian scheduled bank or a branch
of an International bank situated in India and registered with Reserve Bank of India as
scheduled foreign bank. However, for other than the Nationalized Indian Banks, the
banks whose BGs are furnished, must be commercial banks 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 a letter head. The bank guarantee or
the Letter of Credit shall be submitted in the prescribed format.

2.13.3 If the Service Provider or their employees /agents / representatives or Sub-Service


Provider (if authorized by Employer) shall damage, break, deface or destroy any property
Page 125 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

/equipment belonging to the Employer or third party(ies) during the execution of this
Contract, the same shall be made good by the Service Provider at his own expenses and
in default thereof, the EIC may cause the same to be made good by other agencies and
recover expenses plus 15% overhead from the Service Provider. The decision of EIC in
this matter shall be final and binding on the Service Provider.

2.13.4 All compensation, claim or other sums of money payable by the Service Provider to the
Employer under terms of this Contract may be deducted from or paid by the encashment
of a sufficient part of his Contract Performance Security or from any sums which may be
due or may become due to the Service Provider by the Employer on any account
whatsoever and in the event of his CPS being reduced by reasons of any such deductions
or sale of aforesaid, the Service Provider shall within ten days thereafter make good in
form of bank draft(s)/BG/LC (as the case may be) as aforesaid any sum or sums which
may have been deducted from or realised by encashment of his CPS, or any part thereof.
The Service Provider shall pay to the Employer on demand without protest any balance
remaining due. In this regard no interest shall be payable by the Employer to Service
Provider for such sum deposited as CPS.

2.13.5 The CPS deposit shall cover the entire Contract value including extra jobs/ services. As
long as the CPS submitted at the time of award take cares the extra jobs/ services
executed and total executed value are within the awarded Contract price, there is no need
for additional CPS . As soon as the total executed value is likely to exceed the ceiling of
awarded Contract Value, the Service Provider should furnish additional CPS through DD
or submit amendment to existing BG/LC to effect the enhancement of CPS.

2.13.6 Failure of the successful bidder to comply with the requirements of Clause 2.13 shall
constitute sufficient grounds for the annulment of the award, the forfeiture of CPS and
any other actions or remedies available to the Employer.

2.14 FAILURE BY THE SERVICE PROVIDER TO COMPLY WITH THE


PROVISIONS OF THE CONTRACT:

2.14.1 If the Service Provider refuses or fails to provide the Service or any part thereof with such
diligence as will ensure its performance within the time specified in the Contract or
extension thereof or fails to perform any of his obligation under the Contract or in any
manner commits a breach of any of the provisions of the Contract it shall be open to the
Employer at its option by written notice to the Service Provider:

a) TO DETERMINE THE CONTRACT in which event the Contract shall stand


terminated and shall cease to be in force and effect on and from the date
appointed by the Employer on that behalf, whereupon the Service Provider shall
stop forthwith any of the Service then in progress, except such Service as the
Employer may, in writing, require to be done to safeguard any property or work
or installations from damage, and the Employer, for its part, may take over the
Service remaining unfinished by the Service Provider and complete the same
through another service provider or by other means, at the risk and cost of the
Page 126 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Service Provider, and any of his sureties if any, shall be liable to the Employer for
any excess cost occasioned by such service having to be so taken over and
obtained by the Employer over and above the cost at the rates specified in the
schedule of quantities and rate/prices.

b) WITHOUT DETERMINING THE Contract to take over the Service of the


Service Provider or any part thereof and complete the same through other service
provider or by other means at the risk and cost of the Service Provider. The
Service Provider and any of his sureties are liable to the Employer for any excess
cost over and above the cost at the rates specified in the Schedule of Quantities/
rates, occasioned by such services having been taken over and completed by the
Employer.

2.14.2 In such events of Clause 2.14.1(a) or (b) above, the following shall be applicable:-

a) The whole or part of the Contract Performance Security furnished by the Service
Provider is liable to be forfeited without prejudice to the right of the Employer to
recover from the Service Provider the excess cost referred to in the sub-clause
aforesaid. The Employer shall also have the right of taking possession and
utilising in completing the services or any part thereof, such as materials,
equipment and plants available at service site belonging to the Service Provider as
may be necessary and the Service Provider shall not be entitled for any
compensation for use or damage to such materials, equipment and plant.

b) The amount that may have become due to the Service Provider on account of
service already executed by him shall not be payable to him until after the expiry
of Six (6) calendar months reckoned from the date of termination of Contract or
from the taking over of the Service or part thereof by the Employer as the case
may be, during which period the responsibility for faulty material or workmanship
in respect of such service shall, under the Contract, rest exclusively with the
Service Provider. This amount shall be subject to deduction of any amounts due
from the Contract to the Employer under the terms of the Contract authorised or
required to be reserved or retained by the Employer.

2.14.3 Before taking any action as per Clause 2.14.1(a) or (b) if in the judgment of the Employer,
the default or defaults committed by the Service Provider is/are curable and can be cured
by the Service Provider if an opportunity given to him, then the Employer may issue
Notice in writing calling the Service Provider to cure the default within such time
specified in the Notice.

2.14.4 The Employer shall also have the right to proceed or take action as per 2.14.1(a) or (b)
above, in the event that the Service Provider becomes bankrupt, insolvent, compounds
with his creditors, assigns the Contract in favour of his creditors or any other person(s) or
being a company or a corporation goes into voluntary liquidation, provided that in the
said events it shall not be necessary for the Employer to give any prior notice to the
Service Provider.
Page 127 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2.14.5 Termination of the Contract as provided for in sub- clause 2.14.1(a) above shall not
prejudice or affect their rights of the Employer which may have accrued upto the date of
such termination.

2.15 SERVICE PROVIDER REMAINS LIABLE TO PAY COMPENSATION IF


ACTION NOT TAKEN UNDER CLAUSE 2.14

2.15.1 If in any case in which any of the powers conferred upon the Employer by clause 2.14
thereof shall have become exercisable and the same had not been exercised, the non-
exercise thereof shall not constitute a waiver of any of the conditions hereof and such
powers shall notwithstanding be exercisable in the event of any further case of default by
the Service Provider for which by any clause or clauses hereof he is declared liable to pay
compensation amounting to the whole of his Contract Performance Security, and the
liability of the Service Provider for past and future compensation shall remain unaffected.
In the event of the Employer putting in force the power under above sub-clause 2.14 (a)
or 2.14 (b) vested in him under the preceding clause he may, if he so desired, take
possession of all or any tools and plants, materials and stores at the site thereof belonging
to the Service Provider or procured by him and intended to be used for the execution of
the Service or any part thereof paying or allowing for the same in account at the Contract
rates or in case of these not being applicable, at current market rates to be certified by the
EIC whose certificate thereof shall be final, otherwise the EIC may give notice in writing
to the Service Provider or Service Provider’s Representatives requiring him to remove
such tools, plant, materials or stores from the premises (within a time to be specified in
such notice).

Failure of any action by the Service Provider for removal of material/tools/plant/store etc.
within the period mentioned in notice of EIC, the Employer shall also be entitled to
recover handling and storage charges @5% of the estimated value of material
tools/plant/store for each month or part of a month without relieving the Servicer
Provider from any other related liability. In the event of the Service Provider’s failure to
remove the same within a period of 6 months or as decided by the EIC, the EIC may
take action for removal through auction or private sale on behalf of the Service Provider
and at his risk in all respects. The Service Provider shall be liable to pay the Employer the
handling & storage charges per month or a part of the month from the date of serving the
notice by the EIC to the date of removal of the materials by the Employer plus overhead
charges @ 15% of sale value of such materials. In case of negative or zero sale value, the
overhead charges shall be applicable on the handling & storage charges. The decision of
EIC w.r.t. such removal and the amount of the proceeds shall be final and binding on the
Service Provider.
2.16 CHANGE IN CONSTITUTION:

2.16.1 Where the Service Provider is a partnership firm, the prior approval of the Employer shall
be obtained in writing, before any change is made in the constitution of the firm. Where
the Service Provider is an individual or a Hindu undivided family business concern, such
approval as aforesaid shall, likewise be obtained before such Service Provider enters into
any agreement with other parties, where under, the reconstituted firm would have the
Page 128 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

right to carry out the service hereby undertaken by the Service Provider. In either case if
prior approval as aforesaid is not obtained, the Contract shall be deemed to have been
allotted in contravention of clause 2.23 hereof.

2.17 TERMINATION OF CONTRACT:

2.17.1 TERMINATION OF CONTRACT FOR DEATH

If the Service Provider is an individual or a proprietary concern and the individual or the
proprietor dies or if the Service Provider is a partnership concern and one of the partner
dies then unless, the Employer is satisfied that the legal representative of the individual or
the proprietary concern or the surviving partners are capable of carrying out and
completing Contract, the Employer is entitled to cancel the Contract for the uncompleted
part without being in any way liable for any compensation payment to the estate of the
deceased Service Provider and/or to the surviving partners of the Service Provider's firm
on account of the cancellation of Contract. The decision of the Employer/EIC in such
assessment shall be final & binding on the parties. In the event of such cancellation, the
Employer shall not hold the estate of the deceased Service Provider and/or the surviving
partners of Service Provider's firm liable for any damages for non-completion of the
Contract.

2.17.2 TERMINATION OF CONTRACT IN CASE OF LIQUIDATION / BANKRUPTCY,


ETC.

If the Service Provider shall dissolve or become bankrupt or insolvent or cause or suffer
any receiver to be appointed of his business of any assets thereof compound with his
Creditors, or being a corporation commence to be wound up, not being a member's
voluntary winding up for the purpose of amalgamation or reconstruction, or carry on its
business under a Receiver for the benefits of its Creditors any of them, Employer shall be
at liberty to terminate the Contract forthwith upon coming to know of the happening of
any such event as aforesaid by notice in writing to the Service Provider or to give the
Receiver or Liquidator or other person, the option of carrying out the Contract subject to
his providing a guarantee up to an amount to be agreed upon by the Employer for due and
faithful performance of the Contract.

2.17.3 TERMINATION OF CONTRACT FOR CORRUPT / FRADULENT /


COLLUSIVE / COERCIVE PRACTICES AND NON-PERFORMANCE

If the Bidder/Service Provider is found to have indulged in Corrupt/ Fraudulent


/Collusive/Coercive practices, the Contract shall be terminated and the Bidder/ Service
Provider shall be banned for future business with GAIL. The detailed procedure for
banning including suspension in this regard may be referred as enclosed as Appendix 1.

Page 129 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Due to non-performance of the Service Provider leading to termination of the Contract,


the Service Provider initially shall be put on suspension list and thereafter on holiday list
of Employer for a period mentioned in the detailed procedure, to be reckoned from the
date of communication by Owner/Employer. The detailed procedure for evaluation of
performance in this regard may be referred as enclosed as Appendix 2.

2.17.4 TERMINATION FOR CONVENIENCE

Notwithstanding anything contained in the Contract, the Employer may, by 30 (Thirty)


days written notice, terminate the Contract in whole or in part. In addition to the payment
mentioned at clause 2.18, the Service Provider shall be compensated for de-mobilization
and other costs incurred at mutually negotiated terms.

In case of such termination, the obligation of the Employer to pay, shall be limited to the
extent of work/job completed by the Service Provider as per provision of the Contract
upto the date of termination, subject to the Service Provider complying with other terms
of the Contract.

Notwithstanding the termination of the Contract, the parties shall continue to be bound by
the provisions of this Contract that reasonably require some action or forbearance after
such termination.

2.18 AMOUNT PAYABLE IN CASE OF TERMINATION:

2.18.1 In all cases of termination herein set forth, the obligation of the Employer to pay, shall be
limited to the extent of service rendered by Service Provider as per provision of the
Contract upto the date of termination, subject to the Service Provider complying with
other terms of the Contract. Notwithstanding the termination of the Contract, the parties
shall continue to be bound by the provisions of this Contract that reasonably require some
action or forbearance after such termination.

2.19 MEMBERS OF THE EMPLOYER NOT INDIVIDUALLY LIABLE:

2.19.1 No Director, or official or employee of the Employer shall in any way be personally
bound or liable for the acts or obligations of the Employer under the Contract or
answerable for any default or omission in the observance or performance of any of the
acts, matters or things which are herein contained.

2.20 EMPLOYER NOT BOUND BY PERSONAL REPRESENTATIONS:

2.20.1 The Service Provider shall not be entitled to any increase on the scheduled rates or any
other right or claim whatsoever by reason of any representation, explanation statement or
alleged representation, promise or guarantees given or alleged to have been given to him
by any person.

Page 130 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2.21 FORCE MAJEURE:

2.21.1 In the event of either party being rendered unable by Force Majeure to perform any
obligations required to be performed by them under the Contract the relative obligation of
the party affected by such Force Majeure shall upon notification to the other party be
suspended for the period during which Force Majeures event lasts. The cost and loss
sustained by the either party shall be borne by the respective parties.

The term "Force Majeures" as employed herein shall include:

(a) act of terrorism;


(b) riot, war, invasion, act of foreign enemies, hostilities (whether war be declared or
not), civil war, rebellion, revolution, insurrection of military or usurped power;
(c) ionising radiation or contamination, radio activity from any nuclear fuel or from
any nuclear waste from the combustion of nuclear fuel, radioactive toxic
explosive or other hazardous properties of any explosive assembly or nuclear
component;
(d) epidemics, earthquakes, flood, fire, hurricanes, typhoons or other physical natural
disaster, but excluding weather conditions regardless of severity; and
(e) freight embargoes, strikes at national or state-wide level or industrial disputes at a
national or state-wide level in any country where Works/Services are performed,
and which affect an essential portion of the Works/Services but excluding any
industrial dispute which is specific to the performance of the Works/Services or
the Contract.

For the avoidance of doubt, inclement weather, third party breach, delay in supply of
materials (other than due to a nationwide transporters’ strike) or commercial hardship
shall not constitute a Force Majeure event.

2.21.2 Notification of Force Majeure

The affected party shall notify within 10 (ten) days of becoming aware of or the date it
ought to have become aware of the occurrence of an event of Force Majeure giving full
particulars of the event of Force Majeure and the reasons for the event of Force Majeure
preventing the affected party from, or delaying the affected party in performing its
obligations under the Contract.

2.21.3 Right of either party to terminate

If an event of Force Majeure occurs and its effect continues for a period of 180 (one
hundred eighty) days or more in a continuous period of 365 (three hundred sixty five)
days after notice has been given under this clause, either party may terminate the
Contract by issuing a written notice of 30 (thirty) days to the other party.

Page 131 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Further, the Service Provider shall with all reasonable diligence remove from the Site all
the Service Provider's equipment and shall give similar facilities to his Sub Service
Provider to do so.

2.21.4 Payment in case of termination due to Force Majeure

The Contract Price attributable to the Works/Services performed till the date of the
commencement of the relevant event of Force Majeure with effective recovery/ retention
shall be payable to Service Provider.

The Service Provider has no entitlement and Employer has no liability for:

a) any costs, losses, expenses, damages or the payment of any part of the Total
Contract Price during an event of Force Majeure; and

b) any delay costs in any way incurred by the Service Provider due to an event of
Force Majeure.

2.21.5 Time for performance of the relative obligation suspended by the Force Majeureshall
then stand extended by the period for which such cause lasts.

2.21.6 Outbreak of War:

If during the currency of the Contract there shall be an out break of war whether declared
or not, in that part of the World which whether financially or otherwise materially affect
the execution of the Work, the Service Provider shall unless and until the Contract is
terminated under the provisions in this clause continue to use his best endeavour to
complete the execution of the Work/Services, provided always that the Employer shall be
entitled, at any time after such out break of war to terminate or re-negotiate the Contract
by giving notice in writing to the Service Provider and upon such notice being given the
Contract shall, save as to the rights of the parties under this clause and to the operation of
the clauses entitled settlement of Disputes and Arbitration hereof, be terminated but
without prejudice to the right of either party in respect of any antecedent breach thereof.

2.22 PRICE REDUCTION SCHEDULE:

2.22.1 Time is the essence of the Contract. In case the Service Provider fails to mobilize / deploy
the required manpower and the complete equipments so as to commence the Services
within Mobilisation Period and complete the Services within the stipulated period, then,
unless such failure is due to Force Majeure as defined in Clause 2.21 herein above or due
to Employer's defaults, the total Value of Contract shall be reduced by ½ (half) % of the
total Value of Contract per complete week of delay or part thereof subject to a maximum
of 5 (five) % of the total Value of Contract, by way of reduction in price for delay and not
as penalty.

Page 132 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

The Employer shall be at liberty to adjust or deduct the said amount from amount due to
the Service Provider / it’s Contract Performance Security payable on demand.

The decision of the EIC with respect to applicability of Price Reduction Schedule shall be
final and binding on the Service Provider.

2.22.2 The parties agree that this is a genuine pre-estimate of the loss/damage which will be
suffered by the Employer on account of delay on the part of the Service Provider and the
said amount will be adjusted for the amount payable to the Service Provider, without
there being any proof of the actual loss or damages having been caused by such
delay/breach.

2.22.3 The Price Reduction will be calculated on the basis of total Value of Contract / executed
Value of Contract (as the case may be) excluding taxes and duties where such taxes and
duties have been shown separately in the Contract.

2.22.4 As mentioned above, in case of delay in execution of Contract, Service Provider will
raise invoice for reduced value as per Price Reduction Clause. If Service Provider has
raised the invoice for full value, then Service Provider will issue Credit Note towards the
applicable Price Reduction Schedule amount.
In case Service Provider fails to submit the invoice for reduced value or does not issue
credit note as mentioned above, GAIL will release the payment to Service Provider after
effecting the Price Reduction Schedule clause.
In the event any financial implication arises on GAIL due to issuance of invoice without
reduction in price or non-issuance of Credit Note, the same shall be to the account of
Service Provider.

2.23 ASSIGNMENT/SUBLET:

2.23.1 The Service Provider shall not, save with previous written consent of the Engineer-in-
charge, 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 Service Provider from any obligation, duty or
responsibility under the Contract.

2.23.2 The basic scope of Services cannot be sublet. However, on specific request of the Service
Provider and subject to written consent of Employer, the Service Provider may sublet
allied/incidental jobs related to the Services. Such consent shall not relieve the Service
Provider from any obligation, duty or responsibility under the Contract and Service
Provider shall be fully responsible for the Services hereunder and the execution and
performance of the Contract.

2.23.3 Sub-letting of whole Contract is prohibited. An undertaking to this effect will be given by
Service Provider along with each invoice/ bill.

Page 133 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2.24 LIENS:

2.24.1 If, at any time there should be evidence of any lien or claim for which the Employer might
have become liable and which is chargeable to the Service Provider, the Employer shall
have the right to retain out of any payment then due or thereafter to become due an
amount sufficient to completely indemnify the Employer against such lien or claim and if
such lien or claim be valid, the Employer may pay and discharge the same and deduct the
amount so paid from any money which may be or may become due and payable to the
Service Provider. If any lien or claim remain unsettled after all payments are made, the
Service Provider shall refund or pay to the Employer all money that the latter may be
compelled to pay in discharging such lien or claim including all costs and reasonable
expenses.

2.24.2 The Employer shall have lien on all materials, equipments including those brought by the
Service Provider for the purpose of providing service.

2.24.3 The final payment shall not become due until the Service Provider delivers to the EIC a
complete release or waiver of all liens arising or which may arise out of his agreement or
receipt in full or certification by the Service Provider in a form approved by EIC that all
invoices for labour, materials, services have been paid in lien thereof and if required by
the EIC in any case an affidavit that so far as the Service Provider has knowledge or
information the releases and receipts include all the labour and material for which a lien
could be filled.

2.24.4 Service Provider will indemnify and hold the Employer harmless, for a period of two
years after the issue of Completion/Execution Certificate, from all liens and other
encumbrances against the Employer on account of debts or claims alleged to be due from
the Service Provider or his Sub-Service Provider to any person and on behalf of
Employer, the Service Provider will defend at his own expense, any claim or litigation
brought against the Employer or the Service Provider including Sub-Service Provider in
connection therewith. Service Provider shall defend or contest at his own expense, any
fresh claim or litigation against the Employer by any person including his Sub-Service
Provider, till its satisfactory settlement even after the expiry of two years from the date of
issue of Completion/Execution Certificate.

2.25 DELAYS BY EMPLOYER OR HIS AUTHORISED REPRESENTATIVE:

2.25.1 In case the Service Provider's performance is delayed due to any act or omission on the
part of the Employer or his authorized Representative, then the Service Provider shall be
given due extension of time for the completion of the Service, to the extent such omission
on the part of the Employer has caused delay in the Service Provider's performance of his
Services.

2.25.2 No adjustment in Contract Price shall be allowed for reasons of such delays and
extensions granted except as provided in Tender Document, where the Employer reserves
the right to seek indulgence of Service Provider to maintain the agreed Time Schedule of
Page 134 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Completion. In such an event the Service Provider shall be obliged to provide Service for
additional time beyond stipulated time including Off-days / Holidays or by enhancing
resources to achieve the completion date/interim targets.

2.26 NO WAIVER OF RIGHTS:

2.26.1 None of the terms and conditions of this Contract shall be deemed waived by either party
unless such waiver is executed in writing by the duly authorized representative of both
the parties.

2.27 CERTIFICATE NOT TO AFFECT RIGHT OF EMPLOYER AND LIABILITY


OF SERVICE PROVIDER:

2.27.1 No interim payment certificate(s) issued by the EIC of the Employer, nor any sum paid
on account by the Employer, nor any extension of time for execution of the service
granted by Employer shall affect or prejudice the rights of the Employer against the
Service Provider or relieve the Service Provider of his obligations for the due
performance of the Contract, or be interpreted as approval of the Service done and no
certificate shall create liability for the Employer to pay for alterations, amendments,
variations or additional services not ordered, in writing, by Employer or discharge the
liability of the Service Provider for the payment of damages whether due, ascertained, or
certified or not or any sum against the payment of which he is bound to indemnify the
Employer.

2.28 LANGUAGE AND MEASURES:

2.28.1 All documents pertaining to the Contract including Specifications, Schedules, Notices,
Correspondence, operating and maintenance Instructions or any other writing shall be
written in English/Hindi language. The Metric System of measurement shall be used in
the Contract unless otherwise specified.

2.29 RELEASE OF INFORMATION:

2.29.1 The Service Provider shall not communicate or use in advertising, publicity, sales
releases or in any other medium, photographs, or other reproduction of the Service under
this Contract or description of the site dimensions, quantity, quality or other information
concerning the Service unless prior written permission has been obtained from the
Employer.

2.30 COMPLETION PERIOD, CONTRACT PERIOD AND COMPLETION OF


CONTRACT:

2.30.1 The Completion Period of Service and Contract Period shall be as mentioned in Special
Conditions of Contract.

Page 135 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

2.30.2 Unless terminated under the provisions of any other relevant clause, this Contract shall be
deemed to have been completed at the expiration of the Defect Liability Period as
provided for under the Contract.

2.31 INDEPENDENT CAPACITY

2.31.1 The parties intend that an independent Service Provider relationship will be created by
this Contract. The Service Provider and his/her employees or agents performing under
this Contract are not employees or agents of the Employer. The Service Provider will
neither hold himself/herself out as nor claim to be an officer or employee of the
Employer by reasons hereof, nor will the Service Provider make any claim of right,
privilege or benefit that would accrue to such employee under law. Conduct and control
of work will be solely with the Service Provider.

2.32 NOTICE

2.32.1 TO THE SERVICE PROVIDER: Any notice to be given to the Service Provider or his
duly authorised representative at the job Site under the terms of the Contract may be
served by the Employer by facsimile / e-mail or through registered post/Courier at the
address/contact information furnished by the Service Provider. Proof of issue of any such
notice could be conclusive of the Service Provider having been duly informed of all
contents therein.

2.32.2 TO THE EMPLOYER: Any notice to be given to the EIC of the Employer under the
terms of the Contract may be served by the Service Provider, by facsimile / e-mail or
delivering the same through registered post /Courier at the concerned site office.

2.32.3 Either party may change a nominated address to another address in the country where the
Services are being provided by prior notice to the other party, with a copy to EIC and the
EIC may do so by prior notice to both the parties. The decision of EIC in this regard shall
be final and binding on the parties.

2.33 CONFIDENTIALITY:

The Service Provider, it’s Sub-Service Provider and their personnel shall not, either
during the term or within two (2) years after the expiration of this Contract, disclose any
proprietary or confidential information related to Service/project, this Contract, or
Employer’s business or operations without the prior written consent of the Employer.

2.34 INTELLECTUAL PROPERTY RIGHT:

The Service Provider shall retain the copy right and other intellectual property rights in
the Service Provider’s document and other design documents made by (or on behalf of)
the Service Provider.

Page 136 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Subject to the confidentiality obligations, by signing the Contract, within the Contract
Price, the Service Provider shall be deemed to give to the Employer a non-terminable,
transferable, non-exclusive and royalty-free right to copy, use and communicate the
Service Provider’s documents for the operation, maintenance, repair of the Service and
Statutory purposes, but not for any other purpose. Such documents of the Service
Provider shall not be used, copied or communicated to a third party by or on behalf of the
Employer for the purposes other than those permitted, without the Service Provider’s
Consent.

Page 137 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION – III(GCC)
3.0 PERFORMANCE OF SERVICE

3.1 EXECUTION OF SERVICES:

3.1.1 All Services shall be provided in strict conformity with the provisions of the Contract
Documents and with such explanatory detailed specification and instruction as may be
furnished from time to time to the Service Provider by EIC. The Service Provider shall
undertake to perform all Services under this Contract with all reasonable skill, diligence
and care in accordance with sound industry practice or international / national standards,
wherever applicable (as the case may be) to the satisfaction of the Employer and accept
full responsibility for the satisfactory quality of such services as performed by them.

3.2 CHANGES IN SERVICES:

3.2.1 During the performance of the Services, EIC / Employer may make a change in the
Services within the general scope of this Contract including, but not limited to, changes
in methodology and minor additions to or deletions from the Services and Service
Provider shall render the service as changed. Changes of this nature will be affected by a
written order (i.e. Amendment) by the Employer. The time of completion of the said job
may be extended for the part of the particular job at the discretion of Engineer-In-Charge,
for only such alterations or substitutions of the Services, as he may consider just and
reasonable.

3.2.2 If any change result in an increase in compensation payable to Service Provider or in


terms of a credit to be passed on to Employer, Service Provider shall submit to EIC an
estimate of the amount of such compensation or credit in a form prescribed by Employer.
Such estimates shall be based on the rates shown in the Schedule of Rates. Upon review
of Service Provider's estimate, Employer shall establish and set forth in the written order
the amount of the compensation or credit for the change or a basis for determining a
reasonable compensation or credit for the change.

3.3 ACTION AND COMPENSATION IN CASE OF POOR SERVICE:

3.3.1 If it shall appear to the EIC that any service has been rendered with unsound, imperfect or
unskilled way, or with materials /manpower of any inferior description, or that any
materials / manpower provided by the Service Provider for the execution of the Service
are unsound, or of a quality inferior to that Contracted for, or otherwise not in accordance
with the Contract, the Service Provider shall on demand in writing from the EIC or his
authorized representative specifying the Service, materials or manpower complained of
notwithstanding that the same may have been inadvertently passed, certified and paid for,
forthwith rectify the service so specified and at his own cost and in the event of failure to
do so within the period specified by the EIC in his demand aforesaid, the Service
Provider shall be liable to pay compensation at the rate of 1 % (One percent) of the

Page 138 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

estimated cost of the whole Service, for every week limited to a maximum of 10% (ten
percent) of the value of the whole Service, in event of his failure to do so the EIC may on
expiry of notice period rectify/re-execute the Service as the case may be at the risk and
expense in all respects of the Service Provider or may terminate the contract due to non-
performance. The decision of the EIC as to any question arising under this clause shall be
final and conclusive.

3.4 SUSPENSION OF SERVICES:

3.4.1 Subject to the provisions of sub-para 3.4.2 of this clause, the Service Provider shall, if
ordered in writing by the EIC, temporarily suspend the Services or any part thereof for
such written order and not proceed with the Service therein ordered to be suspended until,
he shall have received a written order to proceed therewith. The Service Provider shall
not be entitled to claim compensation for any loss or damage sustained by him by reason
of temporary suspension of the Services aforesaid. An extension of time for completion,
corresponding with the delay caused by any such suspension of the Services as aforesaid
will be granted to the Service Provider should he apply for the same provided that the
suspension was not consequent to any default or failure on the part of the Service
Provider.

3.4.2 In case of suspensions of entire Service, ordered in writing by EIC, for a period of more
than two months, the Service Provider shall have the option to terminate the Contract.

3.5 DEFECTS LIABILITY PERIOD:

3.5.1 The Service Provider unless otherwise specified elsewhere in the tender document shall
guarantee the installation/Service for a period of 12 months from the date of completion
of Service mentioned in the Completion Certificate issued by the EIC. Any damage or
defect that may arise or lie undiscovered at the time of issue of Completion Certificate,
connected in any way with the equipment or materials supplied by him or in the
workmanship, shall be rectified or replaced by the Service Provider at his own expense as
deemed necessary by the EIC. In case of default, the EIC may carry out such services by
other service provider(s) and deduct actual cost incurred towards labour, supervision and
materials consumables or otherwise plus 15% towards overheads from any sums that may
then be or at any time thereafter, become due to the Service Provider or from his Contract
Performance Security, or the proceeds of sale thereof or a sufficient part on thereof. The
decision of EIC in this regard shall be final and binding.

3.5.2 If the Service Provider feels that any variation in Service or in quality of materials or
proportions would be beneficial or necessary to fulfill the guarantees called for, he shall
bring this to the notice of the EIC in writing. If during the period of liability any portion
of the Service/Equipment, is found defective and is rectified/ replaced, the period of
liability of 12 months for such equipment/ portion of Service shall be operative from the
date such rectification/ replacement are carried out and Contract Performance Guarantee
shall be furnished separately for the extended period of liability for that portion of
Service/ Equipment only. However, in no such case extension will exceed 24 months
Page 139 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

from the date of initial DLP. Notwithstanding the above provisions the supplier's,
guarantees/warrantees for the replaced/rectified Equipment/Service shall also be passed
on to the Employer.

3.6 COMPLETION CERTIFICATE:

3.6.1 APPLICATION FOR COMPLETION CERTIFICATE: When the Service Provider


fulfills his obligation under the Contract he shall be eligible to apply for Completion
Certificate. The EIC shall normally issue to the Service Provider the Completion
Certificate within one month after receiving any application thereof from the Service
Provider after verifying from the completion documents and satisfying himself that the
Service has been rendered in accordance with and as set out in the Contract Documents.
The Service Provider, after obtaining the Completion Certificate, is eligible to present the
final bill for the Service executed by him under the terms of Contract.

Completion of jobs/services for issuance of completion certificate shall constitute


completion of jobs/ services as per provisions of LOA/Contract duly accepted and
certified by EIC.

3.6.2 COMPLETION CERTIFICATE: Within one month from receipt of application from
Service Provider after the completion of the Service in all respects as specified above at
clause no. 3.6.1, the Service Provider shall be furnished with a certificate by the EIC of
such completion, but no certificate shall be given nor shall the Service be deemed to have
been rendered until all scaffolding, Equipment(s) & machine(s), surplus materials and
rubbish brought for/ generated during execution of service is cleared off the Site
completely. EIC’s certification about completion of service in all aspects shall be binding
and conclusive.

3.6.3 COMPLETION CERTIFICATE DOCUMENTS: For the purpose of Completion, the


following documents will be deemed to form the completion documents:

i) The technical documents according to which the Service was carried out.
ii) Material appropriation, Statement for the materials issued by the Employer for the
Service and list of surplus materials returned to the Employer's store duly
supported by necessary documents

3.6.4 EXECUTION CERTIFICATE:


Execution Certificate against Rate/ Maintenance contract shall be issued by EIC against
written request from Service Provider.

3.7 FINAL DECISION & FINAL CERTIFICATE:

3.7.1 Upon expiry of the period of liability and subject to the Engineer-in-Charge being
satisfied that the Service Provider has in all respect duly made-up any shortfall and
performed all his obligations under the Contract, the Engineer-in- Charge shall (without
prejudice to the rights of the Employer to retain the provisions of relevant Clause hereof)
Page 140 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

otherwise give a certificate herein referred to as the Final Certificate to that effect. The
Service Provider shall not be considered to have fulfilled the whole of his obligations
under Contract until Final Certificate shall have been given by the Engineer-In- Charge.

3.8 LIMITATION OF LIABILITY

3.8.1 Notwithstanding anything contrary contained herein, the aggregate total liability of
Service Provider to Employerunder the Contract shall not exceed the Total Contract
Value, except that this clause shall not limit the liability of the Service Provider for
following:
(a) In the event of breach of any Applicable Law;
(b) In the event of fraud, willful misconduct or illegal or unlawful acts, or gross
Negligence of the Service Provider or any person acting on behalf of the Service
Provider; or
(c) In the event of acts or omissions of the Service Provider which are contrary to the
most elementary rules of diligence which a conscientious Service Provider would have
followed in similar circumstances; or
(d) In the event of any claim or loss or damage arising out of infringement of Intellectual
Property; or
(e) For any damage to any third party, including death or injury of any third party caused
by the Service Provider or any person or firm acting on behalf of the Service Provider in
executing the Works/Services.

However, neither party shall be liable to the other Party for any indirect nor consequential
loss or damage like loss of use, loss of profit, loss of production or business interruption
which is connected with any claim arising under the Contract.

3.9 INDEMNITY:

3.9.1 If any action is brought before a Court, Tribunal or any other Authority against the
Employer or an officer or agent of the Employer, for the failure, omission or neglect on
the part of the Service Provider to perform any acts, matters, covenants or things under
the Contract, or damage or injury caused by the alleged omission or negligence on the
part of the Service Provider, his agents, representatives or his Sub- Service Provider's, or
in connection with any claim based on lawful demands of Sub-Service Provider's
servicemen suppliers or employees, the Service Provider, shall in such cases indemnify
and keep the Employer and/or their representatives harmless from all losses, damages,
expenses or decrees arising out of such action.

Page 141 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION – IV (GCC)

4.0 PAYMENT, INSURANCE AND TAXES

4.1 DEDUCTION FROM THE CONTRACT PRICE:

4.1.1 All costs, damages or expenses which Employer may have paid or incurred, which under
the provisions of the Contract, the Service Provider is liable to pay to the Employer. All
such claims shall be claimed by the Employer from the Service Provider regularly as and
when they fall due. Such claims shall be paid by the Service Provider within 15 (fifteen)
days of the receipt of the corresponding bills/ claims and if not paid by the Service
Provider within the said period, the Employer may, then, deduct the amount from any
immediate moneys due to the Service Provider like R.A Bills, Final Bills, Contract
Performance Security or any payment becoming due to the Service Provider under the
Contract or may be recovered by actions of law or otherwise, if the Service Provider fails
to satisfy the Employer of such claims.

4.2 SCHEDULE OF RATES AND PAYMENTS:

4.2.1 SERVICE PROVIDER'S REMUNERATION:

The price to be paid by the Employer to Service Provider for the whole of the Service to
be done and for the performance of all the obligations undertaken by the Service Provider
under the Contract Documents shall be ascertained by the application of the respective
Schedule of Rates (the inclusive nature of which is more particularly defined by way of
application but not of limitation, with the succeeding sub-clause of this clause) and
payment to be made accordingly for the Services actually executed and approved by the
Engineer-in-Charge. The sum so ascertained shall (except only as and to the extent
expressly provided herein) constitute the sole and inclusive remuneration of the Service
Provider under the Contract and no further or other payment whatsoever shall be or
become due or payable to the Service Provider under the Contract.

4.2.2 SCHEDULE OF RATES TO BE INCLUSIVE:

The prices/rates quoted by the Service Provider shall remain firm till the issue of Final
Certificate and shall not be subject to escalation. Schedule of Rates shall be deemed to
include and cover all costs, expenses and liabilities of every description and all risks of
every kind to be taken in rendering the services to the Employer by the Service Provider.
The Service Provider shall be deemed to have known the nature, scope, magnitude and
the extent of the service though the Contract Document may not fully and precisely
furnish/specify them. The Tenderer shall deemed to include the requisite services as may
be required to complete the Services properly including remedying of any defect therein.

4.2.3 SCHEDULE OF RATES TO COVER CONSTRUCTION EQUIPMENTS,


MATERIALS, LABOUR ETC.:

Page 142 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Without in any way limiting the provisions of the preceding sub-clause the Schedule of
Rates shall be deemed to include and cover the cost of all construction equipment,
temporary work (except as provided for herein), pumps, materials, labour, insurance,
fuel, consumables, stores & appliances and such other items / equipments / materials as
required for carrying out the services by the Service Provider and all other matters in
connection with each item in the Schedule of Rates and the execution of the Service or
any portion thereof finished, complete in every respect and maintained as shown or
described in the Contract Documents or as may be ordered in writing during the
continuance of the Contract.

4.2.4 SCHEDULE OF RATES TO COVER ROYALTIES, RENTS AND CLAIMS:

The Schedule of Rates (i.e., Value of Contract) shall be deemed to include and cover the
cost of all royalties and fees for the articles and processes, protected by letters, patent or
otherwise incorporated in or used in connection with the Service, also all royalties, rents
and other payments in connection with obtaining materials of whatsoever kind for the
Service and shall include an indemnity to the Employer which the Service Provider
hereby gives against all actions, proceedings, claims, damages, costs and expenses arising
from the incorporation in or use in the Service of any such articles, processes or
materials, octroi or other municipal or local Board Charges, if levied on materials,
equipment or machineries to be brought to site for use for Services shall be borne by the
Service Provider.

4.2.5 SCHEDULE OF RATES TO COVER TAXES AND DUTIES:

No exemption or reduction of Customs Duties, GST, Works Contract Tax or any port
dues, transport charges, stamp duties or Central or State Government or local Body or
Municipal Taxes or duties, taxes or charges (from or of any other body), entry tax,
whatsoever, will be granted or obtained, all of which expenses shall be deemed to be
included in and covered by the Schedule of Rates, unless mentioned specifically
elsewhere in the Tender Document. The Service Provider shall also obtain and pay for all
permits/licenses or other privileges necessary to complete the Service.

4.2.6 SCHEDULE OF RATES TO COVER RISKS OF DELAY:

The Schedule of Rates shall be deemed to include and cover the risk of all possibilities of
delay and interference with the Service Provider's conduct/peformance of Services which
occurs from any causes including orders of the Employer in the exercise of his power and
on account of extension of time granted due to various reasons and for all other possible
or probable causes of delay.

4.2.7 SCHEDULE OF RATES CANNOT BE ALTERED:

For Service under unit rate basis, no alteration will be allowed in the Schedule of Rates
by reason of services or any part of them being modified, altered, extended, diminished
or committed. The Schedule of Rates are fully inclusive of rates which have been fixed
Page 143 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

by the Service Provider and agreed to by the Employer and cannot be altered. For
lumpsum Contracts, the payment will be made according to the Service actually carried
out, for which purpose an item wise, or work wise Schedule of Rates shall be furnished,
suitable for evaluating the value of Service provided and preparing running account bill.
Payment for any additional Service which is not covered in the Schedule of Rates shall
only be released on issuance of Amendment to LOA/Contract by the Employer.

4.3 PROCEDURE FOR BILLING OF SERVICES:

4.3.1 BILLING PROCEDURE:

Following procedures shall be adopted for billing of services executed by the Service
Provider.

4.3.1.1 The Bill(s) complete in all respect with details and enclosure(s) is to be submitted by
Service Provider in line with terms of the Contract. Employer shall make all endeavour
to release payments of undisputed amount of the bills submitted within 15 (Fifteen)
days from the date of certification by the Engineer-in-Charge.

4.3.1.2 COMPUTERISED BILLING SYSTEM: GAIL (India) Limited has introduced


Computerised Billing System whereby whenever the Bill(s) are submitted in GAIL by a
Service Provider, a receipt number is usually generated. The Service Provider may also
know the status of the Bill through GAIL’s website.

4.3.2 MODE OF MEASUREMENT:

The payment shall be made based on the mode of measurement as specified in the
Contract. Otherwise, the mode of measurement shall be adopted as per latest Indian
Standard Specifications.

4.4 NOTICE OF CLAIMS FOR ADDITIONAL PAYMENTS:

4.4.1 Should the Service Provider consider that he is entitled to any extra payment for any
extra/additional Job(s)/Service(s) or material change in original Specifications carried out
by him in respect of job, he shall forthwith give notice in writing to the Engineer-in-
Charge that he claims extra payment. Such notice shall be given to the Engineer-in-
Charge upon which Service Provider bases such claims and such notice shall contain full
particulars of the nature of such claim with full details of amount claimed. Irrespective of
any provision in the Contract to the contrary, the Service Provider must intimate his
intention to lodge claim on the Employer within 10 (ten) days of the commencement of
happening of the event and quantify the claim within 30 (thirty) days, failing which the
Service Provider will lose his right to claim any compensation/reimbursement/damages
etc.. Failure on the part of Service Provider to put forward any claim without the
necessary particulars as above within the time above specified shall be an absolute waiver
thereof. No omission by Employer to reject any such claim and no delay in dealing
therewith shall be waiver by Employer of any of these rights in respect thereof.
Page 144 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

4.4.2 Engineer-in-Charge shall review such claims within a reasonable period of time and
cause to discharge these in a manner considered appropriate after due deliberations
thereon. However, Service Provider shall be obliged to carry on with the Jobs/services
during the period in which his claims are under consideration by the Employer,
irrespective of the outcome of such claims, where additional payments for Services
considered extra are justifiable in accordance with the Contract provisions, Employer
shall arrange to release the same in the same manner as for normal job payments. Such of
the extra services so admitted by Employer shall be governed by all the terms, conditions,
stipulations and specifications as are applicable for the Contract. The rates for extra
services shall generally be the unit rates provided for in the Contract. In the event unit
rates for extra services so executed are not available as per Contract, payments may either
be released on day work basis for which daily/hourly rates for workmen and hourly rates
for equipment rental shall apply, or on the unit rate for Services executed shall be derived
by interpolation/ extrapolation of unit rates already existing in the Contract. In all the
matters pertaining to applicability of rate and admittance of otherwise of an extra service
claim(s) of Service Provider, the decision of Engineer-in-Charge shall be final and
binding on the Service Provider.

4.5 INSURANCE:

4.5.1 Service Provider shall, at his own expense, arrange appropriate insurance to cover all
risks assumed by the Service Provider under this Contract in respect of its personnel
deputed under this Contract as well as Service Provider’s equipment, tools and any other
belongings of the Service Provider or their personnel during the entire period of their
engagement in connection with this Contract. Employer will have no liability on this
account. The Personnel covered must be covered to meet the liability under Employee
Compensation Act.

4.5.2 The provisions of this Clause shall in no way limit the liability of the Service Provider
under the Contract.

4.5.3 If the Service Provider neglects, fails, or refuses to obtain or maintain insurances required
to be effected, or fails to provide certification etc., the Employer has the right to procure
and maintain policies at Service Provider’s expense plus administrative cost of 10% of
the amount of Insurance premium.

4.5.4 INSURANCE TYPES:

Service Provider shall at all time during the currency of the Contract provide, pay for and
maintain the following insurance amongst others:

a. Employee Compensation and Employer’s common law liability insurance


covering liability to employees of the Service Provider under the laws of their
place or employment or place or injury, arising out of injury sustained in
connection with any of the services. This insurance will be extended where
Page 145 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

submitted by law, to indemnify the Employer against any statutory liability which
it may incur towards injured employees of the Service Provider. A proof of the
same should be submitted to EIC for liability in line with Employees
Compensation Act.

b. General Public Liability Insurance covering liabilities including contractual


liability for bodily injury, including death of persons, and liabilities for damage of
property. This insurance must cover all operations of Service Provider required to
fulfill the provisions under this Contract.

c. Service Provider's Equipment/Materials/Goods used for execution of the work


hereunder shall have an insurance cover with a suitable limit (as per international
standards).

d. Automobile Public Liability Insurance covering owned, non-owned and hired


automobiles used in the performance of the work hereunder, with bodily injury
limits and property damage limits as governed by Indian Insurance regulations.

e. Public Liability Insurance as required under Public Liability Insurance Act 1991.

4.5.5 Service Provider shall obtain additional insurance or revise the limits of existing
insurance as per Employer’s request in which case additional cost shall be to Service
Provider’s account.

Further, the Service Provider shall ensure the adequacy of Insurance at all time in
accordance with the nature of the Service(s), terms of the Contract and Statutory
requirements.

4.5.6 CERTIFICATE OF INSURANCE:

Before commencing performance of the services, Service Provider shall on request


furnish EIC/Employer with certificates of insurance indicating:

i) type and amounts of insurance as required herein;


ii) insurance company or companies carrying the aforesaid coverage;
iii) effective and expiry dates of policies;
iv) that the Employer may give advance notice for any material change in the policy.
waiver of subrogation endorsement has been attached to all policies; and
v) the territorial limits of all policies.

4.5.7 If any of the above policies expire or are cancelled during the terms of the service, and
Service Provider fails for any reason to renew such policies, the Employer may replace
same and recover the charges towards premium plus administrative charges from Service
Provider. Should there be a lapse in any insurance required to be carried out by the
Service Provider hereunder for any reason, losses & penalty, if any resulting there from
shall be to the sole account of the Service Provider.
Page 146 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

4.5.8 Service Provider shall require all its Sub-Service Providers to provide such foregoing
insurance cover as the Service Provider is obligated to provide under the Contract.

4.5.9 WAIVER OF SUBROGATION: All insurance policies of the Service Provider with
respect to the operations conducted hereunder, shall be endorsed by the underwriter in
accordance with the following policy wording:“ The insurers hereby waive their rights of
subrogation against any individual, Employer, affiliates or assignees for whom or with
whom the assured may be operating to the extent of the Contractual indemnities
undertaken by the Service Provider”.

4.5.10 Deductible: That portion of any loss not covered by insurance provided for in this article
solely by reason of deductible provision in such insurance policies shall be to the account
of the Service Provider.

4.6 TAXES AND DUTIES:

4.6.1 The Service Provider, unless specified otherwise elsewhere in the Contract agrees to and
does hereby accept full and exclusive liability for the payment of any and all Taxes,
Duties, including GST now or hereafter imposed, increased, modified from time to time
in respect of Services and materials and all contributions and taxes for unemployment
compensation, insurance and old age pensions or annuities now or hereafter imposed by
any Central or State Government authorities which are imposed with respect to or
covered by the wages, salaries, or other compensations paid to the persons employed by
the Service Provider and the Service Provider shall be responsible for the compliance of
all Sub-Service Providers, with all applicable Central, State, Municipal and local law and
regulation and requirement of any Central, State or local Government agency or
authority. Service Provider further agrees to defend, indemnify and hold Employer
harmless from any liability or penalty which may be imposed by the Central, State or
Local authorities by reason or any violation by Service Provider or Sub- Sub-Service
Provider of such laws, suits or proceedings that may be brought against the Employer
arising under, growing out of, or by reason of the service provided for by this Contract,
by third parties, or by Central or State Government authority or any administrative sub-
division thereof. Tax deductions will be made as per the rules and regulations in force in
accordance with acts prevailing from time to time.

4.6.2 Service Provider shall ensure timely submission of correct invoice(s) with all required
supporting document(s) as per Contract within a period specified in Contracts to enable
Employer to avail Input Tax Credit.

If Input Tax credit with respect to GST is not available to Employer for any reason which
is not attributable to Employer, then Employer shall not be obligated or liable to pay or
reimburse GST charged in the invoice(s) and shall be entitled to / deduct/ setoff /recover
the such GST together with all penalties and interest if any, against any amounts paid or
payable by Employer to Service Provider.

Page 147 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

4.6.3 Where Employer has the obligation to discharge tax liability under reverse charge
mechanism and Employer has paid or is /liable to pay GST to the Government on which
interest or penalties becomes payable as per rules (as amended from time to time) for any
reason which is not attributable to Employer or Input Tax credit with respect to such
payments is not available to Employer for any reason which is not attributable to
Employer, then Employer shall be entitled to deduct/ setoff / recover such amounts
against any amounts paid or payable by Employer to Service Provider.

4.7 INCOME TAX:

4.7.1 Income Tax deduction shall be made from all payments of the Service Provider as per
rules and regulation in force in accordance with the Income Tax Act prevailing from time
to time. As per the provisions of the income Tax Act, 1961, Permanent Account No.
(PAN) is compulsorily required to be mentioned in Tax Deduction at Source (TDS)
certificate issued to the payee. Therefore, the bidder must submit the details of PAN / the
copy of application filed for allotment of PAN (if PAN no. not available) to EIC
immediately on receipt of FOA/Contract Document, failing which, TDS will be applied
as per applicable law and TDS certificate will not be issued. Therefore, in case the
Service Provider does not furnish PAN, EMPLOYER shall deduct at source as provided
in the Income Tax Act 1961, or in the relevant Finance Act, or as directed in the orders
u/s 195(3) or 197 or 195(2), as the case may be, or at such higher rate as may be required
by Section 206AA of Income Tax Act 1961, from time to time.

4.7.2 In case of foreign bidder, the Service Provider must apply through the local embassy /
consulate of India for obtaining PAN card. In case, foreign Service Provider don’t have
the PAN, then amount will be deducted and deposited as per law and TDS certificate will
also not be provided. Further, such Service Provider shall comply all other provisions
mentioned elsewhere in the Tender Document related to making remittances to non-
residents including Permanent Establishment, Tax Residency Certificate (TRC) if non-
resident desire to avail benefits available under Double Tax Avoidance Agreement
(DTAA), Withholding Tax etc., as per Income Tax Act, 1961 (as amended from time to
time).

4.8 STATUTORY VARIATIONS:

4.8.1 All duties, taxes (except where otherwise expressly provided in the Contract) as may be
levied / imposed in consequences of execution of the Jobs/Services or in relation thereto
or in connection therewith as per the Acts, Laws, Rules, Regulations in force on the due
date of submission of Bid for this Contract shall be to Service Provider’s account. Any
increase / decrease in such duties, taxes after the due date of submission of bid but within
the Contractual completion date as stipulated in the Contract will be to the account of
Employer subject to submission of documentary proof to the satisfaction of Employer.

4.8.2 Any increase in the duties and taxes after the Contractual completion period will be to the
Service Provider’s account, where delay in completion /mobilization period is
attributable to the Service Provider and the taxes & duties are not cenvatable (i.e. Input
Page 148 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Tax Credit (ITC) not available). In case of applicability of ITC / cenvatable taxes &
duties, payment shall be made as per the prevailing rates during the currency of the
Contract. However, any benefit of decrease in duties and taxes after the Contractual
completion will be passed on to the Employer.

4.8.3 In the event of introduction of any new legislation or any change or amendment or
enforcement of any Act or Law, rules or regulations of Government of India or State
Government(s) or Public Body which becomes effective after the due date of submission
of Bid for this Contract but within the Contractual completion period (including extended
period allowed due to reasons attributed to Employer) and which results in increased cost
of the jobs/services under the Contract through increased liability of taxes, (other than
personnel and Corporate taxes), duties, the Service Provider shall be indemnified for any
such increased cost by the Employer subject to the production of documentary proof to
the satisfaction of the Employer to the extent which directly is attributable to such
introduction of new legislation or change or amendment as mentioned above and
adjudication by the competent authority & the courts wherever levy of such taxes / duties
are disputed by Employer.

4.8.4 Similarly, in the event of introduction of new legislation or any change or amendment or
enforcement of any Act or Law, rules or regulations of Government of India or State
Government(s) or Public Body which becomes effective after the due date of submission
of Bid for this Contract and which results in any decrease in the cost of the services/ jobs
through reduced liability of taxes, (other than personnel and Corporate taxes) duties, the
Service Provider shall pass on the benefits of such reduced cost, taxes or duties to the
Employer, to the extent which is directly attributable to such introduction of new
legislation or change or amendment as mentioned above.

4.9 DAMAGES TO PROPERTY, ANY PERSON AND THIRD PARTY

i) Service Provider shall be responsible for making good to the satisfaction of the
Employer any loss or any damage to structures and properties belonging to the
Employer or being executed or procured or being procured by the Employer or of
other agencies within in the premises of the Employer, if such loss or damage is
due to fault and/or the Negligence or Willful Misconduct or omission of the
Service Provider, his employees, agents, representatives or Sub-Service Providers.

ii) The Service Provider shall take sufficient care in moving his equipments and
materials from one place to another so that they do not cause any damage to any
person or to the property of the Employer or any third party including overhead
and underground cables and in the event of any damage resulting to the property
of the Employer or of a third party during the movement of the aforesaid
equipment or materials the cost of such damages including eventual loss of
production, operation or services in any plant or establishment as estimated by the
Employer or ascertained or demanded by the third party shall be borne by the
Service Provider. Third party liability risk shall be Rupees One lakh for single
accident and limited to Rupees Ten lakhs.
Page 149 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

iii) The Service Provider shall indemnify and keep the Employer harmless of all
claims for damages to property other than Employer's property arising under or by
reason of this agreement, if such claims result from the fault and/or Negligence or
Willful Misconduct or omission of the Service Provider, his employees, agents,
representative of Sub-Service Provider.

Page 150 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION – V (GCC)

5.0 LAWS, HEALTH, SAFETY & ENVIRONMENT

5.1 LABOUR LAWS:

i) No labour below the age of 18 (eighteen) years shall be employed on the Job.

ii) The Service Provider shall not pay less than what is provided under law to
labourers engaged by him on the Job.

iii) The Service Provider shall at his expense comply with all labour laws and keep
the Employer indemnified in respect thereof.

iv) The Service Provider shall pay equal wages for men and women in accordance
with applicable labour laws.

v) If the Service Provider is covered under the Contract labour (Regulation and
Abolition) Act, he shall obtain a license from licensing authority (i.e. office of the
labour commissioner) by payment of necessary prescribed fee and the deposit, if
any, before starting the Job under the Contract. Such fee/deposit shall be borne by
the Service Provider.

vi) The Service Provider shall employ labour in sufficient numbers either directly or
through Sub- Service Provider's to maintain the required rate of progress and of
quality to ensure workmanship of the degree specified in the Contract while also
ensuring that workman is not stressed due to long hour of working and to the
satisfaction of the EIC.

vii) The Service Provider shall furnish to the EIC the distribution return of the number
and description, by trades of the service people employed on the services. The
Service Provider shall also submit on the 4th and 19th of every month to the EIC
a true statement showing in respect of the second half of the preceding month and
the first half of the current month (1) the accidents that occurred during the said
fortnight showing the circumstances under which they happened and the extent of
damage and injury caused by them and (2) the number of female workers who
have been allowed Maternity Benefit as provided in the Maternity Benefit Act
1961 on Rules made thereunder and the amount paid to them.

viii) The Service Provider shall comply with the provisions of the payment of Wage
Act 1936, Employee Provident Fund Act 1952, Minimum Wages Act 1948.
Employers Liability Act 1938. Servicemen's Compensation Act 1923, Industrial
Disputes Act 1947, the Maternity Benefit Act 1961 and Contract Labour
Regulation and Abolition Act 1970, Employment of Children Act 1938 or any

Page 151 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

modifications thereof or any other law relating thereto and rules made thereunder
from time to time.

ix) The EIC shall on a report having been made by an Inspecting Officer as defined
in Contract Labour (Regulation and Abolition) Act 1970 have the power to deduct
from the money due to the Service Provider any sum required or estimated to be
required for making good the loss suffered by a worker or workers by reason of
non- fulfilment of the Conditions of the Contract for the benefit of workers, non-
payment of wages or of deductions made from his or their wages which are not
justified by the terms of the Contract or non-observance of the said regulations.

x) The Service Provider shall indemnify the Employer against any payments to be
made under and for the observance of the provisions of the aforesaid Acts without
prejudice to his right to obtain indemnity from his Sub-Service Provider's. In the
event of the Service Provider committing a default or breach of any of the
provisions of the aforesaid Acts as amended from time to time, of furnishing any
information or submitting or filling and Form/ Register/ Slip under the provisions
of these Acts which is materially incorrect then on the report of the inspecting
Officers, the Service Provider shall without prejudice to any other liability pay to
the Employer a sum not exceeding Rs.10000.00 as Liquidated Damages for every
default, breach or furnishing, making, submitting, filling materially incorrect
statement as may be fixed by the EIC and in the event of the Service Provider's
default continuing in this respect, the Liquidated Damages may be enhanced to
Rs.5000.00 per day for each day of default subject to a maximum of one percent
of the estimated cost of the Services put to the Contract. The EIC shall deduct
such amount from bills or Contract Performance Security of the Service Provider
and credit the same to the Welfare Fund constitute under these acts. The decision
of the EIC in this respect shall be final and binding.

5.2 SAFETY REGULATIONS:

i) In respect of all labour, directly employed in the Service for the performance of
Service Provider's part of this agreement, the Service Provider shall at his own
expense arrange for all the safety provisions as per safety codes of C.P.W.D.,
Indian Standards Institution. The Electricity Act, The Mines Act and such other
acts as applicable.

ii) The Service Provider shall observe and abide by all fire and safety regulations of
the Employer. Before starting service, Service Provider shall consult with
Employer's safety Engineers or EIC and must make good to the satisfaction of the
Employer any loss or damage due to fire to any portion of the service done or to
be done under this agreement or to any of the Employer's existing property.

5.3 FIRST AID AND INDUSTRIAL INJURIES:

Page 152 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

i) Service Provider shall maintain first aid facilities for its employees and those of
its Sub-Service Provider.

ii) Service Provider shall make outside arrangements for ambulance service and for
the treatment of industrial injuries. Names of those providing these services shall
be furnished to Employer prior to start and their telephone numbers shall be
prominently posted in Service Provider's field office.

iii) All critical industrial injuries shall be reported promptly to Employer, and a copy
of Service Provider's report covering each personal injury requiring the attention
of a physician shall be furnished to the Employer.

5.4 GENERAL RULES:

5.4.1 Smoking within the battery area, tank farm, dock limits or any such area identified by
EIC or mentioned in SCC or any guideline, is strictly prohibited. Violators of the no
smoking rules shall be discharged immediately after imposing the applicable penalty(ies).
Decision of EIC in the matter shall be final and binding on the Service Provider.

5.5 CARE IN HANDLING INFLAMMABLE GAS:

5.5.1 The Service Provider has to ensure all precautionary measures and exercise utmost care
in handling the inflammable gas cylinder/inflammable liquids/paints etc. as required
under the law and/or as advised by the fire Authorities of the Employer.

5.6 PRESERVATION OF PLACE:

5.6.1 The Service Provider shall take requisite precautions and use his best endeavors to
prevent any riotous or unlawful behavior by or amongst his worker / personnel employed
for the services and for the preservation of peace and protection of the inhabitants and
security of property in the neighborhood of the Site. In the event of the Employer
requiring the maintenance of a Special Police Force at or in the vicinity of the site during
the tenure of services, the expenses thereof shall be borne by the Service Provider and if
paid by the Employer shall be recoverable from the Service Provider.

5.7 ENVIRONMENT:

5.7.1 Employer acknowledges their commitment to conduct their respective operations in a


manner which not only complies with all relevant environmental protection and pollution
control legislation but also such operations do not cause environmental damage or
pollution and in a manner which acknowledges other cultural and associated
considerations. In recognition of this commitment, the Service Provider shall perform the
services in such a way as to avoid or minimize environmental damage or pollution and
fully recognize the special aspects of the environment as communicated by Employer or
as applicable. Service Provider shall comply with, and the Service Provider shall ensure

Page 153 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

compliance with all applicable environmental protection and pollution control legislation
as it relates to the services.

5.7.2 In the furtherance of any laws, regulations and rules promulgated by the Government of
India, Service Provider shall:

- Employ good international oil & gas industry practices, including as required,
advanced techniques, practices and methods of operation for the prevention of
environmental damage in conducting the job;

- Take necessary and adequate steps to prevent environmental damage and, where
some adverse impact on the environment is unavoidable, minimize such damage and
the consequential effects thereof of property and people; and

- Adhere to the guidelines, limitations or restrictions, if any, imposed by the


environmental clearance as applicable.

5.7.3 If during the Service Provider's performance of the services, the Employer is of the
opinion that the Service Provider is either not conducting the services in strict compliance
with this Contract or is conducting the services in such a way as to endanger the
environment or in such a way as to risk being in breach of any environmental protection
or pollution control legislation, then the Employer shall notify the Service Provider in
writing of the conduct involved and the Service Provider shall initiate corrective action to
the reasonable satisfaction of the Employer within twenty four (24) hours of the conduct
so notified or as decided by EIC. Employer may, require Service Provider to discontinue
the Service in whole or in part until Service Provider has taken such action.

5.7.4 The Service Provider shall notify the Employer as soon as reasonably practicable of any
spillage or potential spillage of petroleum or any act of pollution or potentially polluting
event. For each and any such event the Service Provider shall record the relevant
information on the incident report form and shall deliver the completed form to the
Employer forthwith.

5.7.5 After completion of the entire job as per this Contract and prior to Demobilization,
Service Provider shall at its expense satisfactorily dispose off all rubbish, remove all
temporary work, equipment and materials belonging to Service Provider and return to
Employer warehouse all surplus spares and salvageable Employer supplied materials.
Further, the Service Provider can take away the brought out Service Provider supplied
surplus Material (i.e. Materials brought by the Service Provider for work/Services at site
under Contract, not used by them for work/Services and leftover at the Site) subject to
prior written consent of the EIC. The payment made, if any, towards such surplus
Material will be recovered from the payment of Service Provider.

Service Provider shall leave the premises in a neat and safe condition. Service Provider
shall be required to leave all, sites and surrounding area as it existed at the
commencement of Contract.
Page 154 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

5.7.6 Service Provider shall:

Ensure that the pertinent completed environmental impact studies including the Rapid
Environmental Impact Assessment carried out by Employer are made available to its
Personnel and to its Sub-Service Providers to develop adequate and proper awareness of
the measures and methods of environmental protection to be used in carrying out the job;

Ensure and maintain at his own cost all lights, guards, fencing, warning signs and
watching, when and where necessary or required by the EIC, for the protection of the
Services or for the safety and convenience of the public or others.

Ensure that the Contracts entered into between Service Provider and its Sub Service
Providers (if allowed) relating to the Services shall include the provisions stipulated
herein;

- be responsible for the removal from the Site or for otherwise making safe in
accordance with applicable Indian laws and directives any materials generated or
released by Service Provider during its activities at the Site which are toxic or
similarly hazardous to the health or safety of persons or to the environment;

- be liable for and shall indemnify, protect, defend and hold harmless Employer from
and against any and all demands, claims, suits and causes of action and any and all
liability, costs, expenses, settlements and judgments incurred in connection therewith
(including court costs and attorney’s fees incurred by Employer) arising out of such
toxic or hazardous materials for which the Service Provider is responsible pursuant to
this Clause.

SECTION – VI (GCC)

6.0 DISPUTE RESOLUTION AND ARBITRATION:

6.1 DISPUTE RESOLUTION:

6.1.1 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 GAIL’s web site www.gailonline.com for reference.
Unless otherwise specified, the matters where decision of the Engineer-in-Charge is
deemed to be final and binding as provided in the Contract 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.

Page 155 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

6.1.2 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 aforesaid rules.

6.1.3 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.

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

6.1.5 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.

6.1.6 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 in terms of clause no. 6.2. 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.

6.1.7 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 in equal share.

6.1.8 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.

6.2 ARBITRATION:

6.2.1 If the issues/disputes which cannot be resolved through dispute resolution mechanism
pursuant to clause no. 6.1, all disputes such shall be referred to arbitration by Sole
Arbitrator. The Employer shall suggest a panel of three independent and distinguished
persons to the /Service Provider to select any one among them to act as the Sole
Arbitrator. In the event of failure of the other parties to select the Sole Arbitrator within
30 days from the receipt of the communication suggesting the panel of arbitrators, the
Page 156 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

right of selection of the sole arbitrator by the other party shall stand forfeited and the
Employer shall have discretion to proceed with the appointment of the Sole Arbitrator.
The decision of Employer on the appointment of the sole arbitrator shall be final and
binding on the parties. The award of 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
proceedings shall be in English language and seat/venue shall be New Delhi, India.
Subject to the above, the provisions of Indian Arbitration & Conciliation Act 1996 and
the Rules and amendment thereof shall be applicable. All matter relating to this Contract
are subject to the exclusive jurisdiction of the court situated in the state of Delhi.

Contractor 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 1976.

Page 157 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Notwithstanding anything contained contrary in GCC and other Contract Documents, in


case it is found that the Bidder/Service Provider indulged in fraudulent/ coercive
practices at the time of bidding or during execution of the contract as mentioned in
“Procedure for action in case of Corrupt/ Fradulent/ Collusive /Coersive Practices”, the
Service Provider / Bidder shall be banned (in terms of aforesaid procedure) from the date
of issuance of such order for banning.

The Bidder/Service Provider understands and agrees that in such cases of banning, the
decision of Employer shall be final and binding on such Bidder/Service Provider and the
Arbitration Clause mentioned in the GCC and other Contract Documents shall not be
applicable for any issue /dispute arising in the matter.

6.2.2 SETTLEMENT OF COMMERCIAL DISPUTES BETWEEN PUBLIC SECTOR


ENTERPRISE(S) INTER SE AND PUBLIC SECTOR ENTERPRISE(S) AND
GOVERNMENT DEPARTMENT (S) THROUGH ADMINISTRATIVE MECHANISM
FOR RESOLUTION OF CPSEs DISPUTES (AMRCD) IN THE DEPARTMENT OF
PUBLIC ENTERPRISES:

In the event of any dispute or difference relating to the interpretation and application of
the provisions of commercial contract(s) between Central Public Sector Enterprises
(CPSEs) inter se and also between CPSEs and Government Departments / Organizations
(excluding disputes concerning Railways, Income Tax, Customs & Excise Departments),
such dispute or difference shall be taken up by either party for resolution through
AMRCD as mentioned in DPE OM No. 4(1)/2013-DPE (GM) / FTS-1835 dated
22.05.2018.

6.3 JURISDICTION:

6.3.1 The Contract shall be governed by and constructed according to the laws in force in
India. The Service Provider hereby submits to the jurisdiction of the Courts situated at
New Delhi/Delhi only for the purposes of disputes, actions and proceedings arising out of
the Contract and it is agreed that the Courts at New Delhi/Delhi only will have the
exclusive jurisdiction to hear and decide such disputes, actions and proceedings.

6.4 CONTINUANCE OF THE CONTRACT:

Notwithstanding the fact that settlement of dispute(s) (if any) may be pending, the parties
hereto shall continue to be governed by and perform the Services in accordance with the
provisions under this Contract.

Page 158 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Appendix -1

PROCEDURE FOR ACTION IN CASE OF CORRUPT


/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

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

“Corrupt Practice” also includes any omission for misrepresentation that may mislead or
attempt to mislead so that financial or other benefit may be obtained or an obligation
avoided.
A2 “Fraudulent Practice” means and include any act or omission committed by a agency or
with his connivance or by his agent by misrepresenting/ submitting false documents and/
or false information or concealment of facts or to deceive in order to influence a selection
process or during execution of Contract/ order.

A3 “Collusive Practice amongst bidders (prior to or after bid submission)” means a scheme or
arrangement designed to establish bid prices at artificial non-competitive levels and to
deprive the Employer of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly
or indirectly, any agency or its property to influence the improperly actions of an agency,
obstruction of any investigation or auditing of a procurement process.

A.5 “Bidder/Service Provider” is herein after referred as “Agency”

A.6 ”Appellate Authority” shall mean Employer’s committee of Directors consisting of


Director (Finance) and Director (BD) for works centers under Director (Projects). For all
other cases committee of Directors shall consist of Director (Finance) & Director
(Projects).
A.7 “Competent Authority” shall mean the authority, who is competent to take final decision
for Suspension of business dealing with an Agency/ ies and Banning of business dealings
with Agency/ iesand shall be the “Director” concerned.

A.8 “Allied Agency” shall mean all the concerns within the sphere of effective influence of
banned/ suspended agencies. In determining this, the following factors may be taken into
consideration:
(a) Whether the management is common;
(b) Majority interest in the management is held by the partners or directors of banned/
suspended firm.
(c ) substantial or majority shares are owned by banned/ suspended agency and by
virtue of this it has a controlling voice.
Page 159 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

A.9 “Investigating Agency” shall mean any department or unit of GAIL investigating into the
conduct of Agency/ party and shall include the Vigilance Department of the GAIL,
Central Bureau of Investigation, State Police or any other agency set up by the Central or
state government having power to investigate.
B Actions against bidder(s) indulging in corrupt /fraudulent/ collusive/ coercive
practice

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

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

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

B.2 Irregularities noticed after award of Contract

(i) During execution of contract:

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


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

The concerned order (s)/ contract(s) where corrupt/fraudulent/collusive practices


is observed, shall be suspended with immediate effect by EIC/ Employer whereby
the supply/ work/ service and payment etc. will be suspended. The action shall be
initiated for putting the Agency on banning.

After conclusion of process, the order (s)/ contract (s) where it is concluded that
such irregularities have been committed shall be terminated and Contract cum
Performance Bank Guarantee (CPBG) /CPS submitted by Agency against such
order (s)/ contract (s) shall also be forfeited. The amount that may have become
due to the contractor on account of work already executed by him shall be payable
to the contractor and this amount shall be subject to adjustment against any
amounts due from the Service Provider under the terms of the Contract.

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

(ii) After execution of Contract and during Defect Liability Period (DLP)/
Warranty/Guarantee Period:
If an Agency is found to have indulged in corrupt/fraudulent/ collusive/coercive
practices, after execution of contract and during DLP/ Warranty/Guarantee

Page 160 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Period, the Agency shall be banned for future business with GAIL for a period
specified in para B 2.2 below from the date of issue of banning order.
Further, the Contract cum Performance Bank Guarantee (CPBG)/CPS submitted
by Agency against such order (s)/ contract (s) shall be forfeited.
(iii) After expiry of Defect liability period (DLP)/ Warranty/Guarantee Period
If an Agency is found to have indulged in corrupt/fraudulent/ collusive/coercive
practices, after expiry of Defect liability period (DLP)/ Warranty/Guarantee
Period, the Agency shall be banned for future business with GAIL for a period
specified in para B 2.2 below from the date of issue of banning order.
B.2.2 Period of Banning
The period of banning of agencies indulged in Corrupt/Fraudulent/Collusive/Coercive
Practices shall be as under and to be reckoned from the date of banning order:
Sl. No. Description Period of banning from
the date of issuance of
Banning Order

1 Misrepresentation/False information other than 02 years


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

For example, if an agency confirms not being in


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

2 Corrupt/Fraudulent (pertaining to BEC of tender) 03 years


/Collusive/Coercive Practices

If an agency again commits Corrupt/Fraudulent


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

(i) Repeated once

Page 161 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

(vi) Repeated twice or more


7 years (in addition to the
period already served)

15 years (in addition to the


period already served)

3 Indulged in unauthorized disposal of materials 7 years


provided by GAIL

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


National Security

C Effect of banning on other ongoing contracts/ tenders


C.1 If an Agency is put on Banning, such Agency should not be considered in ongoing
tenders/future tenders.
C.2 However, if such an Agency is already executing other order (s)/ contract (s) where no
corrupt/fraudulent/ collusive/coercive practice is found, the Agency should be allowed to
continue till its completion without any further increase in scope except those incidental
to original scope mentioned in the contract.
C.3 If an Agency is put on the Banning List during tendering and no irregularity is found in
the case under process:
C.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the Agency shall be ignored.
C.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the Agency
shall not be opened and BG/EMD submitted by the Agency shall be returned to the
Agency.
C.3.3 after opening of price, BG/EMD made by the Agency shall be returned; the offer of the
Agency shall be ignored & will not be further evaluated. If the Agency is put on banning
list for fraud/ mis-appropriation of facts committed in the same tender/other tender where
errant Agency emerges as the lowest (L1), then such tender shall also be cancelled and re-
invited.
D. Procedure for Suspension of Bidder
D.1 Initiation of Suspension
Action for suspension business dealing with any agency/(ies) shall be initiated when
(i) Corporate Vigilance Department, GAIL based on the fact of the case gathered
during investigation by them recommend for specific immediate action against the
Agency.

Page 162 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

(ii) Corporate Vigilance Department, GAIL based on the input from Investigating
agency, forward for specific immediate action against the Agency.
(iii) Non performance of Bidder/Service Provider leading to termination of Contract/
Order.
D.2 Suspension Procedure:
D.2.1 The order of suspension would operate initially for a period not more than six months
and shall be communicated to the Agency and also to Corporate Vigilance
Department. Period of suspension can be extended with the approval of the
Competent Authority by one month at a time with a ceiling of six months pending a
conclusive decision to put the Agency on banning list.
D.2.2 During the period of suspension, no new business dealing shall be held with the
Agency.
D.2.3 Period of suspension shall be accounted for in the final order passed for banning of
business with the Agency.
D.2.4 The decision regarding suspension of business dealings shall also be communicated
to the Agency.
D3 Effect of Suspension of business:
Effect of suspension on other on-going/future tenders will be as under:
D.3.1 No enquiry/bid/tender shall be entertained from an Agency as long as the name of
Agency appears in the Suspension List.
D.3.2 If an Agency is put on the Suspension List during tendering:
D.3.2.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the Agency shall be ignored.
D.3.2.2 after opening Technical bid but before opening the Price bid, the Price bid of the
Agency shall not be opened and BG/EMD submitted by the Agency shall be returned
to the Agency.
D.3.2.3 after opening of price, BG/EMD made by the Agency shall be returned; the offer of
the Agency shall be ignored & will not be further evaluated. If the Agency is put on
Suspension list for fraud/ mis-appropriation of facts conducted in the same
tender/other tender where errant Agency emerges as the lowest (L1), then such tender
shall also be cancelled and re-invited.
D.3.3 The existing contract (s)/ order (s) under execution shall continue.
D.3.4 Tenders invited for procurement of goods, works, services and consultancy services
shall have provision that the bidder shall submit a undertaking to the effect that (i)
neither the bidder themselves nor their allied Agency/(ies) are on banning list of
GAIL or the Ministry of Petroleum and Natural Gas and (ii) bidder is not banned by
any Government department/ Public Sector.

Page 163 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

F. Appeal against the Decision of the Competent Authority:


F.1 The Agency may file an appeal against the order of the Competent Authority for putting
the Agency on banning list. The appeal shall be filed to Appellate Authority. Such an
appeal shall be preferred within one month from the of receipt of banning order.
F.2 Appellate Authority would consider the appeal and pass appropriate order which shall be
communicated to the party as well as the Competent Authority.
F.3 Appeal process may be completed within 45 days of filing of appeal with the Appellate
Authority.
G. Wherever there is contradiction with respect to terms of ‘Integrity pact’ , GCC and
‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive Practice’, the
provisions of ‘Procedure for action in case of Corrupt/Fraudulent/ Collusive/Coercive
Practice’ shall prevail.
Appendix 2

PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/


CONTRACTORS/ CONSULTANTS

1.0 GENERAL

A system for evaluation of Vendors/ Suppliers/Contractors/ Consultants (referred


elsewhere as “Service Provider”) and their performance is a key process and important
to support an effective purchasing & contracting function of an organization.

Performance of all participating Vendors/ Suppliers/Contractors/ Consultants need to be


closely monitored to ensure timely receipt of supplies from a Vendor, completion of an
assignment by a Consultant or complete execution of order by a contractor within
scheduled completion period. For timely execution of projects and meeting the operation
& maintenance requirement of operating plants, it is necessary to monitor the execution
of order or contracts right from the award stage to completion stage and take corrective
measures in time.

2.0 OBJECTIVE

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


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

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


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

3.0 METHODOLOGY
Page 164 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

i) Preparation of Performance Rating Data Sheet

Performance rating data Sheet for each and every Vendor/


Supplier/Contractor/Consultant for all orders/Contracts with a value of Rs. 50
Lakhs and above is recommended to be drawn up. Further, Performance rating
data Sheet for orders/contracts of Vendor/Supplier/Contractor/ Consultant who
are on watch list/holiday list/ banning list shall be prepared irrespective of order/
contract value. These data sheets are to be separately prepared for orders/
contracts related to Projects and O&M within 30 days after execution of Order/
Contract. Format, Parameters, Process, responsibility for preparation of
Performance Rating Data Sheet are separately mentioned

ii) Measurement of Performance

Based on the parameters defined in Data Sheet, Performance of concerned


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

iii) Initiation of Measures:

Depending upon the Grading of Performance, corrective measures would be


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

iv) Implementation of Corrective Measures:

Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned


Engineer-in-Charge for the Projects and/or OIC in case of O&M would
recommend for continuation or discontinuation of such party from the business of
GAIL.

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


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

4.0 EXCLUSIONS:

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


Vendors/ Suppliers/Contractors/ Consultants:

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/


Consultant is not on watch list/ holiday list/ banning list.

Page 165 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

ii) Orders for Misc. /Administrative items/ Non stock Non valuated items (PO with material
code ending with 9).

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


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

5.0 PROCESS OF EVALUATION OF PERFORMANCE OF VENDORS/


SUPPLIERS/ CONTRACTORS/ CONSULTANTS

5.1 FOR PROJECTS

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


of PROJECTS shall be done immediately with commissioning of any Project.

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


shall prepare a Performance Rating Data Sheet (Format at Annexure-1) for all
Orders and Contracts.

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

Sl.No. Performance Action


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

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


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

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


actions need to be taken:

A) Where Performance rating is “POOR”:

Recommend such defaulting Vendor/ Supplier/Contractor/ Consultant for


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

(i) Poor Performance due to reasons other than Quality : One Year
(ii) Poor Performance on account of Quality (if any mark obtained
against Quality parameter is less than 30): Two Years

Page 166 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

(iii) Poor Performance leading to termination of contract or Offloading


of contract due to poor performance solely attributable to Vendor/
Supplier/Contractor/ Consultant or Repeated Offence: Three
Years

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


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

(B) Where Performance rating is “FAIR”:

Issuance of warning to such defaulting Vendor/ Supplier/Contractor/


Consultant to improve their performance.

5.2 FOR CONSULTANCY JOBS

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

5.3 FOR OPERATION & MAINTENANCE

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


of Operation and Maintenance shall be done immediately after execution of order/
contract.

ii) After execution of orders a Performance Rating Data Sheet (Format at Annexure-
2) shall be prepared for Orders by Site C&P and for Contracts/Services by
respective Engineer-In-Charge.

iii) Depending upon Performance Rating, following action shall be initiated:

Sl. No. Performance Rating Action

1 POOR Seek explanation for Poor performance


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

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


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

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


actions need to be taken:

Page 167 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

A) Where performance rating is “POOR” (as per Performance Rating carried


out after execution of Order/ Contract and where no reply/ unsatisfactory reply is
received from party against the letter seeking the explanation fro
mVendor/Supplier/Contractor/ Consultant along with sharing the performance
rating)

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


action:

(b) First such instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of
Three (3) Years.
(b) Second such instance in other ongoing order (s)/ contract (s) or new order (s)
/contact (s) on such Vendor/ Supplier/ Contractor/ Consultant

(iii) Poor Performance due to reasons other than Quality: Putting on Holiday for a
period of One Year
(iv) Poor Performance on account of Quality (if any mark obtained against Quality
parameter is less than 30): Putting on Holiday for a period of Two Years
(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Putting
on Holiday for a period of Three Years

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


contract due to poor performance attributable to Vendor/Supplier/
Contractor/Consultant (under clause no. 32 (C) of GCC-Works, Clause no. 28.3.1 of
GCC-Goods, second para of Clause no. 2.17.3 of GCC-Services and Clause
no.3.16.1 of GCC- Consultancy)

(d) First instance: Advisory notice (Yellow Card) shall be issued and
Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of
Three (3) Years.
Further such vendor will not be allowed to participate in the re-tender of the same
supply/work/services of that location which has terminated / offloaded. Moreover, it
will be ensured that all other action as per provision of contract including forfeiture
of Contract Performance Security (CPS) etc. are undertaken.
However, such vendor will be allowed to participate in all other tenders and to
execute other ongoing order/ contract (s) or new contract/ order (s).
The Yellow card will be automatically revoked after a period of three years unless
the same is converted into Red Card due to subsequence instances of poor/ non-
performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on
such Vendor/ Supplier/ Contractor/ Consultant.
Page 168 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

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

(f) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or
new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Holiday
(Red Card) for period of Three Years and they shall also to be considered for
Suspension.
A provision in SAP will be made for flagging (Yellow card and Red card) of such
Vendor/Supplier/ Contractor/ Consultant so as to track their performance. List of
such Vendor/Supplier/ Contractor/ Consultant shall also be uploaded on the GAIL’s
intranet.

Further, the bidder status regarding Yellow card should be mentioned in the TCR/
Proposal for Price Bid Opening so that delivery/ execution may be closely
monitored by the concerned.

The methodology for processing of above cases of “POOR” (as per Performance
Rating) or Poor/Non-Performance leading to termination of contract or Offloading
of contract due to poor performance attributable to
Vendor/Supplier/Contractor/Consultant shall be as under:

(i) Within 7 days of issuance of termination letter by EIC (after due approval as per
DoP) or no reply/receipt of non satisfactory reply to explanation letter for “Poor”
Performance Rating, EIC/CIC (for works/ service/consultancy contract) or Project
Manager/ Concerned C&P department (for Purchase Orders) will forward the brief
of case along with termination letter/ copy of correspondence (for case of Poor
Performance rating) to Corporate C&P through their OIC/HoD at Corporate Office.
However, before terminating any contract/ order, the EIC/CIC shall refer the matter
to Site ‘Samadhan Committee’ for their deliberation.

(ii) On receipt of above details, for the case of “First Instance”, Corporate C&P
Department will issue Advisory notice (as per standard proforma duly vetted by
Corporate Law Department) to Vendor/Supplier/Contractor/Consultant for putting
them on watch list for a period of Three (3) Years.
The copy of Advisory notice will also be sent to all OICs/HoDs at Corporate Office
for instructing EICs to closely monitor the performance of such Vendor/Supplier/
Contractor/ Consultant in other ongoing/ new Orders/ Contracts placed on them.
Simultaneously, VendorSAP will also be advised for “Yellow” flagging such vendor
in SAP.

(iii) For the case of “Subsequent Instances” in other ongoing other ongoing order (s)/
contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/
Page 169 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Consultant, the matter will be deliberated by the site level committee and
recommendations to be forwarded to Corporate C&P for further deliberation by a
Corporate Level Committee consisting of following:
(i) HOD (C&P)- Corporate Office
(ii) HOD (F&A)- Corporate Office
(iii) ED of concerned department
All other subsequent process of committee recommendation for issuance of Show
Cause Notice (SCN) cum suspension order, vetting of same etc. will be as per extant
procedure.

On receipt of reply to SCN, Corporate C&P Department will forward the same to
concerned OIC/ HoD at Corporate Office for point wise reply to issues brought out
by Vendor/ Supplier/Contractor/ Consultant in their reply to show cause notice.

On receipt of recommendation from site committee through OIC/ HoD at


Corporate Office, the matter will once again be deliberated by the aforesaid
Corporate Level Committee. All other subsequent process of committee
recommendation for keeping the Vendor/ Supplier/Contractor/ Consultant on
Holiday or otherwise, vetting of speaking order, approval, etc. will be as per extant
procedure.”

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting


Vendors/Contractors/Consultants to improve their performance.

6.0 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

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

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


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

7.0 EFFECT OF HOLIDAY

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


Supplier/Contractor/ Consultant shall not be considered in ongoing tenders/future tenders.

7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any other
order/ contract and their performance is satisfactory in terms of the relevant contract,
Page 170 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

should be allowed to continue till its completion without any further increase in scope
except those incidental to original scope mentioned in the contract. In such a case CPBG
will not be forfeited and payment will be made as per provisions of concerned contract.
However, this would be without prejudice to other terms and conditions of the contract.

7.3. Effect on other ongoing tendering:

7.3.1 after issue of the enquiry /bid/tender but before opening of Technical bid, the bid
submitted by the party shall be ignored.

7.3.2 after opening Technical bid but before opening the Price bid, the Price bid of the party
shall not be opened and BG/EMD submitted by the party shall be returned to the party.

7.3.3 after opening of price, BG/EMD made by the party shall be returned; the offer of the
party shall be ignored & will not be further evaluated. If errant party emerges as the
lowest (L1), then such tender shall also be cancelled and re-invited.

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

Any bidder, put on holiday, will not be allowed to bid through consortium route also in
new tender during the period of holiday.

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

10. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

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

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

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

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


(Finance) and Director (BD) for works centers under Director (Projects). For all
Page 171 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

other cases committee of Directors shall consist of Director (Finance) & Director
(Projects).

11. ERRANT BIDDER

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

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

12. In case Govt. department brings to the notice of GAIL that a Party has not paid to the
credit of the Government the GST service collected from GAIL, then party will be put
on holiday for a period of six months after following the due procedure.

Page 172 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Annexure-1
GAIL (India) Limited
PERFORMANCE RATING DATA SHEET
(FOR PROJECTS/ CONSULTANCY JOBS)

i) Project/Work Centre :

ii) Order/ Contract No. & date :

iii) Brief description of Items :


Works/Assignment
iv) Order/Contract value (Rs.) :

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

vi) Contracted delivery/ :


Completion Schedule
vii) Actual delivery/ :
Completion date

Performance Delivery/ Completion Quality Reliability Total


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

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

Sl. Range (Marks) Rating Signature of


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

Page 173 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Instructions for allocation of marks

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


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

b) Above 3 months Before CDD 40


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

1.2 QUALITY PERFORMANCE 40 Marks

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

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


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

Page 174 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, 4 marks


PBG, Drawings and other documents within time
ii) Mobilization of resources as per Contract and in 4 marks
time
iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks


or

Reliability of Estimates/Design/Drawing etc. in


case of Consultancy jobs
v) Timely submission of estimates and other 4 marks
documents for Extra, Substituted & AHR items
B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings 5 marks


and other documents within time

ii) Attending complaints and requests for after sales 5 marks


service/ warranty repairs and/ or query/ advice
(upto the evaluation period).

iii) Response to various correspondence and 5 marks


conformance to standards like ISO
iv) Submission of all required documents including 5 marks
Test Certificates at the time of supply

Page 175 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

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

i) Location :

ii) Order/ Contract No. & date :

iii) Brief description of Items :


Works/Assignment

iv) Order/Contract value (Rs.) :

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

vi) Contracted delivery/ :


Completion Schedule

vii) Actual delivery/ :


Completion date

Performance Delivery Quality Reliability Total


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

Sl. Range (Marks) Rating Signature of


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

Page 176 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks


Completion Schedule

a) Upto 3 months Before CDD 40


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

b) Above 3 months Before CDD 40


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

1.2 QUALITY PERFORMANCE 40 Marks

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

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


prorata basis for acceptable
quantity as compared to total
quantity for normal cases
ii) When quality Failure of severe nature 0 marks
failure endanger - Moderate nature 5 marks
system integration - low severe nature 10-25 marks
and safety of the
system
iii) Number of 1. No deviation 5 marks
deviations 2. No. of deviations < 2 2 marks
3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks


Page 177 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, 4 marks


PBG, Drawings and other documents within time
ii) Mobilization of resources as per Contract and in 4 marks
time
iii) Liquidation of Check-list points 4 marks

iv) Compliance to statutory and HS&E requirements 4 marks


or

Reliability of Estimates/Design/Drawing etc. in


case of Consultancy jobs
v) Timely submission of estimates and other 4 marks
documents for Extra, Substituted & AHR items
B. FOR SUPPLIES

i) Submission of order acceptance, PBG, Drawings 5 marks


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

Page 178 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

PROFORMA FOR CONTRACT AGREEMENT


[To be executed on non-judicial stamp paper of appropriate value]

LOA No. GAIL / dated -----------


Contract Agreement for the Services of ----------------- of GAIL (India) Ltd. made on ---------- between (Name and
Address)------------- , hereinafter called the “Service Provider” (which term shall unless excluded by or repugnant to
the subject or context include its successors and permitted assignees) of the one part and GAIL (India) Limited
hereinafter called the “Employer” (which term shall, unless excluded by or repugnant to the subject or context
include its successors and assignees) of the other part.

WHEREAS
A. The Employer being desirous of having provided and executed certain services mentioned, enumerated or
referred to in the Tender Documents including Letter Inviting Tender, General Tender Notice, General
Conditions of Contract, Special Conditions of Contract, Specifications, Drawings, Plans, Time Schedule of
completion of jobs, Schedule of Rates, Agreed Variations, other documents has called for Tender.

B. The Service Provider has inspected the Site and surroundings and nature of Services specified in the Tender
Documents and has satisfied himself by careful examination before submitting his tender as to the form and
nature of Site and local conditions, the quantities, nature and magnitude of the Services, the availability of
labour and materials necessary for the execution of Services, the means of access to above said place, the
supply of power and water thereto and the accommodation he may require and has made local and
independent enquiries and obtained complete information as to the matters and thing referred to, or implied
in the Tender Documents or having any connection therewith and has considered the nature and extent of
all probable and possible situations, delays, hindrances or interferences to or with the execution and
completion of the Services to be carried out under the Contract, and has examined and considered all
other matters, conditions and things and probable and possible contingencies, and generally all matters
incidental thereto and ancillary thereof affecting the execution and completion of the Services and
which might have influenced him in making his tender.

D. The Tender Documents including the Notice Letter Inviting Tender, General Conditions of Contract,
Special Conditions of Contract, Schedule of Rates, General Obligations, Specifications, Drawings, Plans,
Time Schedule for completion of Services, Letter of Acceptance of Tender and any statement of agreed
variations with its enclosures copies of which are hereto annexed form part of this Contract though
separately set out herein and are included in the expression “Contract” wherever herein used.

AND WHEREAS
The Employer accepted the Tender of the Service Provider for the provision and the execution of the said Services at
the rates stated in the Schedule of Rates of the Services and finally approved by Employer (hereinafter called the
"Schedule of Rates") upon the terms and subject to the conditions of Contract.

NOW THIS AGREEMENT WITNESSETH AND IT IS HEREBY AGREED AND DECLARED AS FOLLOWS:-

1. In consideration of the payment to be made to the Service Provider for the Services to be executed by him,
the Service Provider hereby covenants with Employer that the Service Provider shall and will duly
provide, execute and complete the said Services and shall do and perform all other acts and things in the
Contract mentioned or described or which are to be implied there from or may be reasonably necessary for
the completion of the said Services and at the said times and in the manner and subject to the terms and
conditions or stipulations mentioned in the Contract.
2. In consideration of the due provision execution and completion of the said Services, Employer does
hereby agree with the Service Provider that the Employer will pay to the service provider the respective
amounts for the Services actually done by him and approved by the Employer at the Schedule of Rates
and such other sum payable to the Service Provider under provision of Contract, such payment to be
Page 179 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

made at such time in such manner as provided for in the Contract.

AND

3. In consideration of the due provision, execution and completion of the said Services the Service
Provider does hereby agree to pay such sums as may be due to the Employer for the services rendered by
the Employer to the Service Provider, such as power supply, water supply and others as set for in the
said Contract and such other sums as may become payable to the Employer towards the controlled items
of consumable materials or towards loss, damage to the Employer's equipment, materials construction
plant and machinery, such payments to be made at such time and in such manner as is provided in the
Contract.

It is specifically and distinctly understood and agreed between the Employer and the Service Provider that
the Service Provider shall have no right, title or interest in the Site made available by the Employer for
execution of the Services or in the goods, articles, materials etc., brought on the said Site (unless the same
specifically belongs to the Service Provider) and the Service Provider shall not have or deemed to have
any lien whatsoever charge for unpaid bills will not be entitled to assume or retain possession or control
of the Site or structures and the Employer shall have an absolute and unfettered right to take full
possession of Site and to remove the Service Provider, their servants, agents and materials belonging to
the Service Provider and lying on the Site.

The Service Provider shall be allowed to enter upon the Site for execution of the Services only as a
licensee simpliciter and shall not have any claim, right, title or interest in the Site or the structures
erected thereon and the Employer shall be entitled to terminate such license at any time without
assigning any reason.

The materials including sand, gravel, stone, loose, earth, rock etc., dug up or excavated from the said Site
shall, unless otherwise expressly agreed under this Contract, exclusively belong to the Employer and the
Service Provider shall have no right to claim over the same and such excavation and materials should be
disposed off on account of the Employer according to the instruction in writing issued from time to time by
the Engineer-In-Charge.

In Witness whereof the parties have executed these presents in the day and the year first above written.

Signed and Delivered for and on Signed and Delivered for and
on behalf of Employer. on behalf of the Service Provider
GAIL (India) Limited Name of the Service Provider

_______________________________ ____________________________
_______________________________ ____________________________
Date :___________ Date :____________
Place:___________ Place:____________

IN PRESENCE OF TWO WITNESSES

1.___________________________ 1. ________________________
___________________________ ________________________
___________________________ ________________________
___________________________ ________________________
2.___________________________ 2. ________________________
___________________________ ________________________
___________________________ ________________________
___________________________ ________________________

==============================
Page 180 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION-V

SPECIAL CONDITION OF CONTRACT

Page 181 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

TABLE OF CONTENTS
Sl SCC Sections : Description
No.

1 Section-V(I) : General

2 Section-V(II) : Contractor responsibility towards statutory compliances in


Four Parts

Part-I-Contractor responsibility(Responsibilities Of The


Contractor For Compliance Under Labour/Industrial
Laws)

Part-II – (Compliances under various Labour Laws)

Part-III- Documents to be submitted by the


Agency/contractor to Engineer In- Charge at various
stages during the currency of the contract:

Part-IV- Registers, Records and Returns to be maintained


by the Contractor

3 Section-V(III) : Technical in Two Parts- Part-A & Part-B

(Contract Period/Mobilization Period, PRS, Payment &


DLP etc

Page 182 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION V(I)
SPECIAL CONDITION OF CONTRACT –(GENERAL)

Page 183 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SPECIAL CONDITIONS OF CONTRACT -V(I)


1.0 GENERAL:

Sl . DESCRIPTION : REMARKS
No

1. Work Site Locations : All work shall be carried out at GAIL Pata

2. Scope Of Work& Technical : Scope of work & Technical Specifications/ Drawing


Specifications/Drawing Details are given in Scope of Work Section-VI of bid
document

3 Time Schedule : Shall be in accordance with GCC Clause no.10 to be


read in conjunction with SCC V(III) with
Mobilization & Contract Period as per IFB

4 Tenderer’s Responsibility Shall be in accordance with GCC Clause no.11 to be


read in conjunction with SCC V(II)& V(III) and
: SOW /Technical Specification Section-VI of bid
document

5 Schedule of Rates : Shall be in accordance with GCC Clause no.15 to be


read in conjunction with SCC V((II)&V(III) and
SOW /Technical Specification Section-VI of bid
document & Preamble to SOR Section-VII of bid
document

6 Special Conditions of Contract : Shall be in accordance with GCC Clause no.22 to be


read in conjunction with SCC V((II)&V(III) and
SOW /Technical Specification Section-VI of bid
document & Preamble to SOR Section-VII of bid
document

In case of an irreconcilable conflict between Indian


and other applicable standards, General Conditions of
Contract, Special Conditions of Contract,
Specifications, Drawings or Schedule of Rates, the
decision of GAIL/EIC shall be final.

It will be Contractor's responsibility to bring to the


notice of Engineer-In-Charge any irreconcilable
conflict in the contract documents before starting the
work(s) or making the supply with reference which
the conflict exists.

Page 184 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

In the absence of any specifications covering any,


material, design of work(s) the same shall be
performed/ supplied/ executed in accordance with
Standard Engineering Practice as per the instructions/
directions of the Engineer-In-Charge, which will be
binding on the Contractor.

7 Contract Performance Security : Shall be in accordance with GCC Clause no.24 to be


read in conjunction with Invitation for Bid & SCC
V(II) Section-V of bid document

Note :

SECURITY DEPOSIT(SD)/CONTRACT
PERFORMANCE BANK GURANTEE (CPBG) :

The contractor has to submit CPBG excluding taxes


& duties within 30 days from the date of notification
of award . CPBG amount & Validity shall be in
accordance with SCC

SECURITY DEPOSIT (SD) /CPBG FOREXTRA


WORKS IF ANY:

The extra work/change order is incidental to the main


works covered under the contract. The contract
empowers Engineer-in-charge (EIC) to make
alteration in specification, design and extra work (ref.
Clause 60 of GCC-Works). The CPBG/security
deposit has to cover the entire executed contract
value which includes extra work also. However, as
long as the CPBG/security deposit already submitted
at the time of award take cares of extra work
executed and the total executed value are within the
contract price, there is no need to ask for additional
security deposit/CPBG for each extra work.

Reduction in Contract Performance Bank Guarantee


(CPBG)/ Security Deposit (SD) in case of reduction
in the value of the contract to be executed compared
to original contract price

The CPBG/security deposit takes care of many


liabilities/risks arising during the execution of

Page 185 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

contract and performance of the executed job during


Defect Liability Period. Accordingly, the CPBG/
security deposit is returned only after the expiry of
Defect Liability Period/Warranty Period. However,
in case of an exceptional situation, on its merit, GAIL
reserve the right at its sole discretions to amend the
order for reduction in CPBG.

8 Price reduction schedule/Hindrance : Shall be in accordance with GCC Clause no.27 to be


Register read in conjunction with SCC V(III) for
Mobilization / Recoveries

Deviation etc if any to the mutually agreed joint


program shall be recorded in the Hindrance register
maintained by GAIL EIC/SIC for the awarded
contract for accounting of hindrance / stoppage etc.
as per contract provision including intimation from
GAIL/EIC regarding site readiness and for suitably
deciding extension of time period with/without
application of PRS if any for the reason attributable
either to GAIL or Contractor

In case of contract, the schedule of recovery of PRS,


if applicable, is to be decided by GAIL’s Engineer-
in-charge (EIC/SIC). If, after Contractual
Completion Date (CCD), EIC/SIC recommends a
payment without retention/ recovery of PRS, the
EIC/SIC shall certify that sufficient payment due to
the contractor exist for recovery of PRS. Further, it
is to be ensured that total PRS amount against the
contract price, if applicable in the event of delay, is
retained/ recovered from the payment due to the
contractor before payment of final bill.

9 Failure by the contractor to comply : Shall be in accordance with GCC Clause no.29
with the provisions of the contract: Section IV of bid document

10 Termination of contract : Shall be in accordance with GCC Clause no.32


Section IV of bid document

11 Sub-letting of works : Not permissible & to be read in conjunction with


GCC Clause no.37 Section IV of bid document

Page 186 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

12 Alterations in specifications, design : Shall be in accordance with GCC Clause no.60


and extra works: Section IV of bidding document

13 Indemnity : Shall be in accordance with GCC Clause no.85


Section-IV of bid document

14 Schedule of rates and payments: : Shall be in accordance with GCC Clause no.87
Section-IV of bid document to be read in
conjunction with SCC V(II) &V(III) Section V of bid
document

15 Procedure for measurement and : Shall be in accordance with GCC Clause no.88
billing of work in progress: Section-IV of bid document and to be conjunction
with SCC V(III) and SOW /Technical Specification
Section-VI of bid document

The measurement of the work executed, billing,


invoice and payment shall be as per the provisions
of contract.

Measurement shall be recorded as per the methods of


measurement spelt out in Specifications/Contract
Documents. The responsibility for checking the
measurements as recorded in the Measurement
Books/Bills shall be as under:

Site-in- charge/Site Engineer will check 100%


measurements of executed work.

EIC will further check measurements at least 15% of


bill value. In case, Site-in-Charge/Site engineer is not
available, EIC will check 100% measurements of
executed work.

HOD will check measurements of 5% of bill value.


In case, HOD is EIC, then he will check the
measurements of 20% of bill value.

The abstract of bill and the memorandum of the bill


shall be signed by GAIL Engineers rather than
countersigned.
SIC/EIC/HOD should also ensure Computer
generated receipt (BWS No.) should reach
vendors/contractor for each and every bill
submitted by them to GAIL. The vendor/contractor
should be able to track the status of their bill through
the Internet

Page 187 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

16 Taxes, Duties, Octroi etc: : Shall be in accordance with GCC Clause no.98
Section-IV of bid document and to be conjunction
Sales tax/Turnover tax: with SCC V(III) and preamble to SOR & SOR
Section-VI of bid document

17 Statutory variations : Shall be in accordance with GCC Clause no.98


Section IV of bidding document to be read in
conjunction with SCC V(III) , preamble to SOR &
SOR Section VII of bid document

18 Insurance : Shall be in accordance with GCC Clause no.100


Section IV of bidding document

19 Labour laws & Statutory : Shall be in accordance with GCC Clause no.103
Compliance’s Section IV of bidding document and to be read in
conjunction with SCC V(II) & V(III)

20 Contractor to indemnify the : Shall be in accordance with GCC Clause no.105


Employer Section IV of bidding document and to be read in
conjunction with SCC V(II) & V(III)and to be
provided as per Format F-23

21 Health and sanitary arrangements : Shall be in accordance with GCC Clause no.106
for workers Section IV of bidding document and to be read in
conjunction with SCC V(II) & V(III)

22 Residential Accommodation : Owner shall not provide any residential


accommodation or land for residential
accommodation for the contractor’s staff and labour.

23 Dispute Resolution, & Arbitration : Shall be in accordance with GCC Clause no.107 &
& Jurisdiction GCC Clause no.108 Section IV of bidding document
to be read in conjunction with ITB Clause no.

24 Equipment, Tools & Tackles If : Contractor shall be solely responsible for making
Any Required available for executing the work, all requisite
Construction Equipment’s, Special Aids, Cranes,
Tools, Tackles and testing equipment’s and
appliances. Such construction equipment’s etc. shall
be subject to examination by owner and approval for
the same being in first class operating condition.
Any discrepancies pointed out by owner shall be
immediately got rectified, repaired or the equipment
replaced altogether, by contractor. Owner shall not
in any way be responsible for providing any such

Page 188 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

equipment, machinery, tools and tackles, etc.

The owner reserves the right to rearrange such


deployment depending upon the progress and priority
of work in various sections.

25 MOBILISATION ADVANCE : No Mobilization Advance will be paid. All payments


(M.A.): shall be made as per payment terms.

26 FAMILARIZATION WITH : The Contractor will familiarize himself with and


EXISTING SERVICES IF ANY obtain information and details from the Owner in
APPLICABLE respect of all existing structures and utilities existing
at the job site before commencing work.

27 SITE CLEANING IF ANY : The contractor shall take care for cleaning the
REQUIRED working site from time to time for easy access to
work site and also from safety point of view.

Working site should be always kept cleaned upto the


entire satisfactions of the “Site In-charge”/ “Engineer
in charge”. Before handing over the works to owner,
the Contractor in addition to other formalities to be
observed as detailed in the document shall clear the
site to the entire satisfaction of “Site In-charge”/
“Engineer in charge””.

28 QUALITY ASSURANCE : The bidder shall include in his offer the Quality
SYSTEM IF ANY REQUIRED Assurance Program containing the overall quality
management and procedures which is required to be
adhered to during the execution of contract. After the
award of the contract, detailed quality assurance
program to be followed for the execution of contract
under various divisions of works will be mutually
discussed and agreed to.

Quality Assurance System plans/procedure of the


contractor shall cover details of the personnel
responsible for the quality assurance, plans or
procedure to be followed for quality control in
respect of work.

The GAIL or their representative shall reserve the


right to inspect/witness, review any or all stages or
work at site as deemed necessary for quality
assurance.

Page 189 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

In case contractor fails to follow the instructions of


Engineer-In-Charge with respect to above clauses,
payment due to him shall not be released unless until
he complies with the instructions to the full
satisfaction of Engineer-In-Charge.

29 COMPLETION DOCUMENTS IF : Contractor shall submit the documents as listed in


ANY REQUIRED scope of work as a part of completion document. This
document will be in addition to these mentioned in
General Conditions of Contract.

30 SAFETY NORMS IF ANY : All safety rules and regulations /acts shall be strictly
APPLICABLE adhered as per Factory Act, 1948 and existing safety
rules as applicable in plant/Township. Contractor
shall ensure that all safety precautions required shall
be observed at all times during the execution of the
job. Health, Safety and Environment (HSE)
management requirement to be complied with by the
contractors during execution of work and details to
be furnished in accordance with Annexure-IV
enclosed at SCC Part-B Technical

31 NUISANCE : The contractor or his representative shall not at any


time cause any nuisance on the site or do and thing
which shall cause unnecessary disturbance to owner
or tenants or occupants or their properties near the
site and to the public generally.

32 LABOUR LICENCE IF ANY : If applicable, contractor shall obtain a license from


REQUIRED concerned Authorities under the contract labour
(Abolition and Regulation) Act 1970, before start of
actual deployment of labour and will furnish a copy
of the same to GAIL.

33 PROVIDENT FUND ACT IF : Employees provident Fund and Miscellaneous


ANY APPLICABLE Provisions Act 1952 is Statutory Social Security
legislation and the same should be implemented in
line with the provision. The contractor ensures
compliance under EPF & MP Act 1952 in line with
the Schemes under the Act.

34 RESPONSIBILITY OF : All expenses towards mobilization at site and


CONTRACTOR demobilization including bringing in equipment,
work force, materials, dismantling the equipment,
Page 190 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

clearing the site etc., shall be deemed to be included


in the price quoted and no separate payments on
account expenses shall be entertained. Contractor
shall be solely responsible for executing the work in
all respect. Material, machine & manpower required
for the completion of job shall be solely in the scope
of contractor. GAIL shall not in any way be
responsible for providing any such equipment,
machinery, tools and tackles etc.

GAIL is not responsible for any accident/damage


caused to the men, machine & materials of the
contractor during the course of attending the job.

GAIL, at its own discretion, can split the total work


amongst more than one contractor, in case the same
is found suitable / advantageous to GAIL. No
escalation /revision in rates, terms & condition will
be entertained on this account.

Providing all qualified/skilled personnel to carry out


the entire job as per specification given in tender
documents and all survey, other equipment’s, tools,
tackles including pipe/cable locator and all other
necessary materials and facilities required to
complete the job to the entire satisfaction of the
Company Representative in accordance with the
requirements of the tender document.

Arranging, acquiring all data, access, permissions


and other activities/services required for and/or
incidental to performing the work tendered.

Settling all compensation and disputes arising out of


any damages caused by Contractor or Contractor’s
workmen during the execution of the work.

Contractor shall carryout all works in strict


compliance with applicable documents enclosed with
the tender documents.

The scope of work shall also include any other


item/work required to complete the work in all
respect as per specifications and instructions of
Company Representative whether specifically
mentioned here in or not, but required to fulfill this
Page 191 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

work in all respect.

Wherever applicable contractor shall obtain all


necessary permission/clearance from competent
authority to carry out the job.

The contractor shall obtain necessary certificate


with regard to verification of character and
antecedents in respect of personal deployed /
proposed to be deployed to carry out the contractual
obligations and provide the copy of the said
certificate for facilating photo pass to enter into
GAIL’s premises .

35 DEFENCE OF SUITS : If any action in court is brought against the owner or


an officer or agent of the Owner, for the failure,
omission or neglect on the part of the Contractor to
perform any acts, matters, convenient or things under
the Contract or damage or injury caused by the
alleged omission or negligence on the part of the
Contractor, his agents, representative or his sub-
Contractors or in connection with any claim based on
lawful demand of sub-Contractor's workmen
suppliers or employees, the Contractor shall in such
cases indemnify and keep the Owner and/or their
representatives harmless from all lessons, damages,
expenses or decrease arising out of such action.

36 NO DEMAND / CLAIM : The contractor shall submit No Dues Certificate


CERTIFICATE: (NDC) for the net payment as finalized in the final
bill before release of payment. The final bill shall be
paid only on submission of NDC, otherwise final bill
will be paid only after one year of submission of the
same, as per GAIL’s records and no claim of
contractor shall be entertained thereafter.

37 ENGINEER-IN-CHARGE [EIC] : There shall be an "Engineer-In-Charge" nominated


by HOD ,GAIL (India) Limited “for these work.

The "EIC" shall look after general supervision and

Page 192 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

directions for effectively carrying out the work. He


will be authorized to stop the work, whenever such
stoppage may be necessary to ensure proper
execution of the Contract. He shall also have
authority to reject all works, which do not conform to
the specifications.

The "EIC" reserves the right to suspend the work or


part thereof at any time and no claim whatsoever on
this account shall be entertained. In case of
any dispute, the Contractor may appeal to the "EIC",
whose decision shall be final and binding on the
Contractor

38 INSTRUCTIONS TO TENDERER : All tenderers are required to read tender documents


carefully before quoting rates and submission of
tender paper.

Payment will be made strictly on the basis of SOR


only. No separate/other payment shall be made on
account of works which are not mentioned in the
tender document but some are required to be done
for completion of work in all respect.

It will be assumed that tender documents have been


fully read understood by the tendered irrespective of
the fact whether they have done so or not and no
claim on this account shall be entertained at a later
date.

It is presumed that the bidder /tendered has


physically seen /understood the site /scope of work
prior to bidding and any clarification to this effect
has been sought fully from EIC. No clarification or
withdrawal of bid should be entertained after
submission of same.

39 COMPLETION /EXECUTION : Shall be as per Format- F-24 Enclosed at Forms &


CERTIFICATE BY EIC Format

40 CONTRACT AGREEMENT IF : Shall be signed with GAIL in non judicial stamp


ANY APPLICABLE paper of UP State of appropriate value as per the
format provided at GCC & Format F-25

41 PROCEDURE FOR ACTION IN : Shall be done by GAIL /EIC as per Annexure-I


CASE CORRUPT/

Page 193 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

FRAUDULENT/ COLLUSIVE/ enclosed to ITB section III of bid document


COERCIVE PRACTICES

42 PROCUDURE FOR VENDOR : Shall be done by GAIL /EIC as per Annexure-II


RATING enclosed to ITB section III of bid document

43 OTHER TERMS AND : Shall be as be bid document


CONDITIONS

44 WRONG INFORMATION : : If the Bidder deliberately gives wrong information in


his Bid to create circumstances for the acceptance of
his Bid, GAIL reserves the right to reject his Bid
without any reference to the Bidder.

45 INPUT TAX CREDIT : Bidders shall provide required documents for


availing Cenvat Credit applicable on GST as per
prevailing

46 MINIMUM GUARANTEED : The minimum guaranteed amount is not applicable


AMOUNT for this contract

47 PASSES, GATE PASSES, WORK The works under this Contract are to be carried out in
PERMITS AND SAFETY areas within the plant times adjacent/adjoining to the
REGULATIONS existing operating plant. As such, Contractor is
required to abide by safety and security regulations of
the Owner enforced time to time.

The Contractor has to apply for photo entry passes


for his workers & staff in a prescribed Performa
available with GAIL. The photo entry passes shall be
issued by the GAIL for a maximum period of 3
months and if extension is required by the
Contractor, he has to apply separately for extension.
As a special case temporary passes for a maximum
period of 15 days may be issued.

Page 194 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

“Along with request for preparation of gate passes,


contractor shall submit Health check- up record (thru
a registered Medical practitioner) of all his
manpower being deployed. GAIL may also carry out
health check-up of manpower being deployed/
deployed by contractor at its discretion/ requirement
as felt necessary.”

Unutilized/Expired entry passes shall have to be


returned immediately to GAIL/CISF.

In case of loss of any entry pass, the Contractor has


to lodge FIR with local police station and inform to
Engineer-in-Charge and shall have to pay Rs. 150/-
against each entry pass. The Contractor is required to
keep track of all entry passes issued and returned.

Identity card issued by the Security Section should


always be carried/ displayed by the

Contractor’s employee or person while working


inside the Plant

48 WORKING HOURS General working hours shall be 09:15Hrs to 05:45Hrs


on all days including holiday / Sunday. However, job
may continue round the clock in case of urgency
which shall be solely decided by Engineer-In-Charge.
No extra rate will be considered on jobs round the
clock including, General Holidays, National Holidays
etc.

49 OTHER GENERAL TERMS & The contractor/contracting firm shall indemnify


CONDITIONS AND HSE PLAN GAIL against all claims, demands, actions, cost
and charges etc. brought by any Court, Competent
Authority / Statutory Authorities against any act or
acts of the contractor/contracting firm or his workers.

Page 195 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

The contractor/contracting firm shall deploy the


workers after verification of their character and
antecedents. In case any worker is found having
criminal record, he shall have to be immediately
replaced without any delay.

The manpower power resources deployed for the


jobs will be on rolls of the contractor/contracting
firm.

The supervision of the personnel shall be done by the


contractor/contracting firm through their authorized
representative and the name of the supervisor
shall be invariably intimated to the Engineer-In-
Charge at the commencement of contract.

The contractor shall be solely responsible for


disciplining the personnel deployed by him.

Further, he shall ensure that none of his workers


create any nuisance or indulge in anti- social and
criminal activities during the entire period of
contract. In case, anybody is found indulging in such
activities, then he will have to be immediately
removed without any prejudice to further necessary
action as deemed fit

50 Contractor shall strictly follow the following points


for their jobs being carried out inside plant under
HSE plan.

A. HSE policy:

• Site safety organization chart

B. Management responsibility:

• HSE objective

• Management system,

• Deployment of safety person

Page 196 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

• Roles & responsibility

• Awareness

• Fire prevention & protection

• First aid

• Documentation

• Safety audit

• Safety meeting

• Intoxicating drink & drugs and

smoking

• Accident/incident reporting and

investigation

• Housekeeping

C. HSE Measures:

• Workplace hazards

• Activity wise job safety analysis.

• Accessibility

• Inspection of equipment’s

• PPE,s

• Working at height

• Scaffolding

• Electrical installations

• Welding/gas cutting

• Lifting tools & tackles

• Occupational health

• Hazardous substances

• Slip, trip & fall hazard

• Radiation hazard

• Road safety

Page 197 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

• Visitor safety

• Welfare measure

• Weather protection

• Confined space entry

• Heavy lift, excavation

D. Tool box meeting

Above are the minimum requirement for HSE Plan,


contractor may add more points as per requirement of
job.

51 PENALTY AGAINST (i) Against Violation of applicable Safety, Health and


VIOLATION OF SAFETY, Environment related norms, a penalty of Rs. 5,000.00
HEALTH AND ENVIRONMENT per occasion.
(ii) Violation as above resulting in:
RELATED NORMS
(a) Any physical injury, a penalty of 0.5% of the
contract value (maximum of Rs.2,00,000/- per injury
in addition to Rs. 5,000.00 as in item no. (i).
(b) Fatal accident, a penalty of 1% of the
contract value (maximum of Rs.10,00,000/- per
fatality in addition to Rs. 5,000.00 as in item no. (i).
52 GUIDELINES FOR IMPOSITION OF (a) For first time violation of safety rules & regulation by
PUNITIVE FINES AGAINST any contractor, HOD (F&S) will issue a warning letter to
REPETITIVE VIOLATION OF contractor with intimation to OIC of work center and EIC.
SAFETY RULES & (b) In case of second time violation of safety rules &
REGULATIONS DURING regulations by same contractor, OIC will call contractor in
EXECUTION OF JOBS person and will have a meeting to discuss reason for
repetitive violation along with EIC and HOD (F&S). A
warning letter will also be issued by EIC to contractor.

(c) In case of further violation, punitive fines will be


imposed on contractor. Amount of fine will be decided as
per severity of violation of safety. However, minimum fine
would be Rs.10,000/- and in multiple of Rs.10,000/-,
thereafter. This will be limited to 5% of contract value, as
maximum cumulative penalty.

53 Enabling Clause : Notwithstanding anything contrary contained in the


contract, the contractor shall bear any upward revision in
the rate of minimum wages, including but not limited to
any kind of unprecedented or steep hike over the half
yearly revisions of variable dearness allowance from time
to time at its own cost during the contract period

Signature of Bidders

Page 198 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SPECIAL CONDITIONS OF CONTRACT -V(II)

(FOR VARIOUS STATUTORY COMPLAINCES BY THE CONTRACTORS )

Page 199 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

STANDARD CONDITIONS SCC V(II) : PART I


(RESPONSIBILITIES OF THE CONTRACTOR FOR COMPLIANCE UNDER a.
LABOUR/INDUSTRIAL LAWS)

A. CONTRACTOR TO ENSURE THE PAYMENT OF WAGES AND EXTEND COVERAGE


UNDER SOCIAL SECURITY LEGISLATION TO CONTRACT WORKERS

Sl. No. Wage components Rates

1. Minimum wage/ GAIL notified Minimum Rates of wages as notified by Central


rate Government or State Government or GAIL notified rate,
whichever is higher, on the date of floating the tender and
subsequently any escalation / de-escalation by the Govt.
Notification.

2. Employees’ Provident Fund The rates notified by Appropriate Government under the
contribution including Employee EPF & MP Act, 1952 for contribution and administration
Deposit Linked Insurance (EDLI) of (i) EPF Scheme, 1952 (ii) EPS, 1995 and (iii) EDLI
& Administrative charges Scheme, 1976 prevailing on the day and subsequent
amendment if any.

3. Employees’ State Insurance(ESI) The rates of contribution as prescribed by the Government


contribution or Insurance policy with specific notification on the date of floating of tender
coverage under Employee’s and subsequent changes if any as per Government
Notification.
Compensation Act,1923
In case the work center is situated, in an ESI non-
implemented area / contract workers are drawing salary
beyond the prescribed ceiling under ESI, it must be
ensured that the contractor/contracting firm should extend
coverage to the contract workers through Employee
Compensation Policy, to meet the Compensation Liability
under Employee’s Compensation Act, 1923 along with
Medical Liability. The liability of compensation and
medical should be made within the insurance premium
limited to 4.75 % of Minimum wages.

4. Bonus Contractor to ensure the minimum bonus within the


prescribed time frame i.e. 8 months from the closure of
accounting year under the Payment of Bonus Act, 1965
and submit proof of payment of bonus in Form – C and
Form – D to GAIL.

5. Death Gratuity In case of Death or disablement of a Contract worker


during execution of work under the CONTRACT,
Contractor has to pay the GATUITY as per provision
under the Payment of Gratuity Act 1972 and submit proof
of having paid the same.
Page 200 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

6. Leave with Wages as per Earned leave be regulated in terms of Factories Act /
Factories Act /Rules. Rules Framed there under. Other leaves be regulated as
per Statutory Provisions applicable in the State.
Contractor to maintain proper record and Register as
prescribed under Statutory provisions.

7. Safety Kits & Liveries in terms Cost of Safety Kit & Liveries in terms of Safety
of Safety Provisions under provisions under Factories Act, 1948 (for workers
Factories Act , 1948 (For workers working in factories only). The contractor to provide
working in Factories and safety kits and liveries (i.e. shirts, trousers, socks and
Construction activities ) safety shoes as per safety norms of GAIL) and submit
proof of purchase & distribution with GAIL. The same
may be provisioned within cost estimated @6.0% of the
Minimum Wages per person per annum.

8. Maternity Benefit to women Contract to regulate the same in line with the provisions under
Contract workers under Maternity the Maternity Benefit Act 1961. In case replacement is provided
Benefit Act, 1961 where ESI Act, by the Contractor in lieu of the Women workers availing
1948 is not applicable. Maternity leave, her name should not be struck from the Muster
Roll/Attendance Register during the period of Maternity Leave.

B. OVERTIME :

Overtime for working extra hours / Compensatory off, to be provisioned in the Contract value as per requirement
under Factories Act, 1948 or Shops & Establishment Act of the respective State. Payment of overtime in the
event of emergencies of work, should be made and maintained in Wage Register (FORM - B).

C. PROVISIONS OF INTER STATE MIGRANT WORKMEN:

Further, for the activities involving Migrant Workers, in addition to aforesaid heads, provision must be made in
the contract value under the following heads for the compliance of provisions of Inter State Migrant Workmen
Act, 1979:

Sl. Wage Rates


No. components

1. Displacement 50% of Minimum wages of a month as one time displacement allowance at the time of
Allowance recruitment by the contractor in terms of section 14 of Inter- State Migrant Workmen
Act,1979.

2. Journey In terms of section 15 of Inter -State Migrant Workmen Act,1979, to & fro journey fare
Allowance equivalent to rail sleeper class as applicable to C & D class of Central Govt. employees
for 4 members of the family.(Self, spouse and two children).

D. PROVISIONS OF INTER STATE MIGRANT WORKMEN: Unless otherwise specifically mentioned in the
Special Condition in the Contract, the Contractor shall bear any upward revision in the rate of Minimum Wages,
including but not limited to any kind of unprecedented or steep hike over and above the half yearly revisions of
variable dearness allowance from time to time at its own cost during the contract period.
Page 201 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

STANDARD CONDITIONS OF SCC V(II) : PART II


(Compliances under various Labour Laws)

(I) The Employees Provident Fund & Miscellaneous Provisions Act 1952:
a) The contractor shall have his own PF code no. with the RPFC as required under Employee PF &
Miscellaneous Provisions Act, 1952 and extend benefits of Employees Provident Fund 1952,
Employee Deposit Linked Insurance 1976 and Employee Pension Scheme 1995 to contract workers
deployed.
b) The contractor has to ensure compliance under EPF 1952, EPS 1995 & EDLI 1976.
c) The contractor should submit copies of separate e-Challans / ECR, in respect of contract workers
engaged through this contract only, with an e-acknowledgement from PF office, (reflecting TRRN
No. of ECR and Challan Status as “Payment Confirmed”) on a monthly basis. Common challans
would not be acceptable in GAIL.
d) PF is mandatory irrespective of the wages paid by the Contractor to workers i.e. even workers
drawing wages more than the prescribed ceiling, has to be made to the member. The exclusion be
carried out as per provisions of EPF Scheme 1952.

(II) The Payment of Wages Act 1936:

a) Ensure Monthly timely disbursement of Wages through e-banking / digital mode through
cashless transaction only, and avoid illegitimate deductions and maintained records /returns as
prescribed.
b) The contractor shall be solely responsible for the payment of wages and other dues to the
personnel, if any, deployed by him latest by 7th day of the subsequent month in the presence of
Engineer In-Charge.
c) After disbursement of wages the authorized representative and Engineer In-Charge have to certify
the payment of wages to the contract workers and sign the Wage Register - Form B (under The
Ease of Compliance to Maintain Registers under various Labour Laws Rules, 2017) jointly with
specific seal detailing name/designation/Company.
d) The payment / disbursement is to be carried out cashless through net banking/ digital mode and
certification is to be done based on Bank Statement in the same manner.

(III) The Minimum Wages Act 1948 :

Ensure the Minimum wages as prescribed in the Schedule above monthly without further
bifurcation of the same. The Minimum Wages in case of revision shall be revised and paid to the
Contractor workers by the Contractor ensuring the statutory compliance under EPF Act and ESIC
i.r.o. the revised wages. The rates of Minimum Wages declared by Central Labour Department or
State Labour Department, or GAIL Notified Rates (if any) whichever is higher shall be made
applicable during the tenure of contract.

(IV) The Employees State Insurance Act 1948: (If applicable)

a) The contractor shall have his own ESI code No. allotted by Employee State Insurance Corporation
(ESIC) as required under Employee State Insurance Act 1948.

Page 202 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

b) The contractors shall submit the Separate eChallans / ECR along with bank receipts/bank
statement on monthly basis as a part of compliance and proof of depositing of ESI contribution
with ESI Authorities.
c) The contractor has to arrange Smart Cards(i.e. ESI Identity Card) /e-Pehchan Card to contract
labours engaged by him from the Corporation.
(V) The Employees Compensation Act 1923:
In case the WORK PLACE is out of the notified area under ESIC i.e. ESIC non-implemented area
and in case of excluded employees under ESIC, the Contractor is required to take a POLICY from
IREDA approved Insurance Company taking into consideration the maximum compensation
liability (i.e. Rs. 10.86 Lakhs per employee) under Employee Compensation (i.e. EC) and Medical
Policy towards medical expenses liability in lieu of ESI @ 4.75 % of wages annually extending
coverage to all workers.
(VI) The Maternity Benefit Act 1948:
In case of any woman contract worker eligible for benefit under the Act, contractor should abide by
the regulation and should not remove her name from Employee Register (Form A) during the
period.
(VII) The Payment of Bonus Act, 1965:
Contractor to ensure the minimum bonus within the prescribed time frame i.e. 8 months from the
closure of accounting year under the Payment of Bonus Act, 1965 and submit proof of payment of
bonus in Form – C and Form – D under the Act to GAIL.
(VIII) The Inter State Migrant Workmen (RECS) Act 1979: (if applicable)
All Migrant Workmen should be paid Displacement Allowance and Journey Allowance before
commencement and after completion of the work and other benefits as prescribed.
(IX) The Payment of Gratuity Act 1972 :
In case of Death or disablement of a Contract worker during execution of work under the contract,
Contractor has to pay the GATUITY as per provision under the Payment of Gratuity Act 1972 and
submit proof of having paid the same.
(X) Factories Act, 1948 / Shops & Establishment Act :
Casual Leave/Earned leave /Gazetted Holiday be regulated in terms of Shops and Establishment
Act /Factories Act /Model or GAIL Standing Order.
(XI) Provision of Compensatory Off/Overtime Wages :
Compensatory Off/Overtime Wages are Mandatory Provisions and be regulated as per the
regulation and paid to the Contractor workers regularly. Contractor to ensure maintain records and
register as prescribed.
(XII) Industrial Dispute Act 1947 :
The provisions under Industrial Dispute Act 1947 pertaining to Lay-Off should be observed and
lay-off compensation should be ensured to effected workmen.
(XIII) Building and Other Construction Workers (Regulation of Employment and conditions of
Services ) Act 1996 : (If applicable)
The provision under Building and Other Construction Workers (Regulation of Employment and
conditions of Services) Act 1996 along with Rules 1998 with Cess Act and Rules should be ensured
through Contractor exclusively for Project Works.
(XIV) Mines Act 1952 : (If applicable)

Page 203 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

The Provisions under the Mines Act 1952 and Rules 1955/85 must be regulated through the
Contractor exclusively for work undertaken by E&P Group.
(XV) Contract Labour (R&A) Act, 1970 :
a) The contractor is required to obtain Labour license under the provisions of Contract Labour (R&A)
Act, 1970 from the office of Licensing Officer, Central Labour Authority, Ministry of Labor and
Employment, Govt. of India having jurisdiction of the Region.
b) The contractor shall discharge obligations as provided under Contract Labor (R&A) Act, 1970
rules and regulations framed under the same and enforced from time to time.
c) The Contractor shall ensure Regular and effective supervision and control of the deployed contract
workers and give suitable direction for undertaking the Contractual Obligation and meeting all
statutory obligation for genuineness and non- camouflaged state of the Contract.

Additional Responsibilities of the Contractor:

(i) The contractor shall be solely responsible and indemnify the GAIL against all charges, dues, claim
etc. arising out of the disputes relating to the dues and employment of personnel, if any, deployed
by him.
(ii) The contractor shall indemnify GAIL against all losses or damages, if any, caused to it on account
of acts of the personnel, if any, deployed by him.
(iii) All personnel deployed by the contractor should be on the rolls of the contractor.
(iv) No contract worker below the age of 18 years and above superannuation age of 58 years, as
prescribed under EPS, shall be deployed on work.
(v) The personnel to be deputed by the contractor shall observe all security, fire and safety rules of
GAIL while at the site/work. His Work/Services will be supervised by the supervisors of
contractor. Contractor has to be strictly adhering to guidance, instruction whenever required. A
copy of the work order should be with the Security Department for facilitating the movement of
men, machine and materials involved in the contract. At no point of time GAIL official should
issue requisition to the Gate for movement of labour.
(vi) Contractor has to deploy the personnel with no past criminal records. Also the contractor has to
provide police verification for all the persons deployed by him.
(vii) While confirming to any of these conditions, the contractor should ensure that no law of state
regarding labor, their welfare, conduct etc is violated. The contractor shall indemnify GAIL for any
action brought against him for violation, non-compliance of any act, rules & regulation of center /
state / local statutory authorities.
(viii) All existing and amended safety / fire rules of GAIL are to be followed at the work site.
(ix) Contractor shall ensure payment of wages to the personnel employed and meet all statutory
obligations of payment as per Minimum Wages act 1948 and payment of wages Act 1936.
(x) In case of accident, injury and death caused to the contract workers while executing the Work
under the contract, the contractor shall be solely responsible for payment of adequate
compensation, insurance money etc. to the next kith & kin of injured / diseased. Contractor shall
indemnify GAIL from such liabilities.
(xi) The contractor shall not employ or permit to be employed any person suffering from any
contagious, loathsome or infectious disease. The contractor shall get examined the deployed
contract workers from a civil Govt. doctor.
(xii) No contract workers or person of contractor (including contractor) be allowed to consume alcoholic
drinks or any narcotics within the plant premises. If found under the influence of above, the owner
/ GAIL will terminate the contract immediately and may refer the case to police.

Page 204 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

(xiii) The contractor hereby agrees to indemnify owner / GAIL and harmless from all claims, demands,
actions, cost and charges etc. brought by any court, competent authority / statutory authorities
against owner/GAIL.
(xiv) The Contractor to maintain all Register and other records at an Office or the nearest convenient
building within the precincts of the work place or at a place within a radius of three kilometers.
(xv) Supervision and control for the contract for service rests on the contractor and as such contractor
and its authorized representatives, duly accepted by GAIL, are only allowed to enter the premises
for execution of the contract.
(xvi) The Engineer In charges is authorized to certify the Wages Register maintained by Contractor and
accordingly as and when attendance to be checked EIC can ask for such registers which must be
submitted by the contractor or his representative to the EIC.
(xvii) While engaging the contractual manpower, Contractor is required to make efforts to provide
opportunity of employment to people belonging to Scheduled Castes and Weaker Sections of the
Society also, in order to have a fair representation of these sections.
(xviii) Notwithstanding anything contrary contained in the contract, the contractor shall bear any
upward revision in the rate of Minimum Wages, including but not limited to any kind of
unprecedented or steep hike over and above the half yearly revisions of variable dearness
allowance from time to time at its own cost during the contract period.

Compliance of Government of India directives:

(i) Payment through Aadhar Payment Bridge and Employment of Aadhar Card Holder:
As per communication received from Ministry of Petroleum and Natural Gas vide letter dated
03.06.2013, Contractors are required to give preference to those contract worker who either have
Aadhar Card or have applied for Aadhar Card or agreed to apply for Aadhar Card to establish their
genuineness and payments may be made to them through Aadhar Payment Bridge to the extent
possible.
(ii) Labour Identification Number (i.e. LIN) Registration(Mandatory)
The Unified Shram Suvidha Protal, developed by Government of India, facilitates reporting of
Inspections & submission of Returns and has also been envisaged as a single point of contact
between employer, employee/ contract worker and enforcement agencies bringing in transparency
in their day-to-day interactions. For integration of data among various enforcement Agencies, the
Contractor, as an inspectable unit, is required to register and obtain Labour Identification Number
(i.e. LIN) from Shram Suvidha Protal and submit the same in GAIL.
(iii) Pradhar Mantri Suraksha Bima Yojna
Contractors are required to extend coverage the Scheme of Pradhan Mantri Suraksha Bima Yojna
(PMSBY) to contract workers and their family members.
(iv) Pradhan Mantri Rojgar Protsahan Yojna (PMRPY) Scheme
In order to support the Govt. of India’s Initiative on Employment Generation, the contractor must
register for Pradhan Mantri Rojgar Protsahan Yojna (PMRPY) Scheme. Compliance made
under this scheme and any benefits drawn may be informed to GAIL so as to derive the legitimate
Employer’s PF Contribution and adjustment thereon.

Page 205 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

STANDARD CONDITIONS OF SCC V(II) : PART III


(Documents to be submitted by the Agency/contractor to Engineer In- Charge at various
stages during the currency of the contract)
(I) IMMEDIATELY AFTER ISSUANCE/RECEIVING OF LETTER OF INTENT
(LOI):
1. Details as required for issuance of FORM - VII (Notice of Commencement of
Work)
2. Application for issuance of FORM –III (Form of Certificate by Principal
Employer ) for obtaining Labour License from Licensing Authority for engaging 20
or more contract workers .
3. Copy of FORM - VI (License) before commencement of work if 20 or more contract
workers are engaged.
4. Copy of Provident Fund Registration Certificate issued by concerned Regional
Provident Fund Commissioner.
5. Copy of Employee State Insurance Registration Certificate issued by concerned
ESIC. Where ESI Act is not applicable, copy of Insurance Coverage under Employee
Compensation Act, 1923 of appropriate value.
6. Copies of ESI Identity Cards / E-Pehchan Cards of persons to be engaged in GAIL
(where ESI Act, 1948 is applicable).
7. Copies of Nomination cum Declaration prescribed under The Payment of Wages Act,
1936, The Employees Provident Fund & Miscellaneous Provisions Act, 1952 and
Schemes therein and The Employees State Insurance Act, 1948.
8. Copy of Labour Identification Number (i.e. LIN) Registration done in Shram
Suvidha Portal of Govt. of India.
9. Copy of Certificate of Registration/Licence under Inter-State Migration Workmen
(REC&S) Act,1979 and Central Rules,1980 in case there is any engagement of
migrant workers.

(II) AT THE TIME OF SUBMISSION OF MONTHLY BILLS:


1. Copy of Wage Register in FORM – B (under The Ease of Compliance to Maintain
Registers under various Labour Laws Rules, 2017) duly certified by authorized
representative of the contractor and authorised person in GAIL certifying as
“Certified that the amount shown in the column No. ---- has been paid to the
workman concerned in my presence on-----(date) at -------(place)” .
2. Copy of bank statement duly certified by bank as proof of Cashless Transaction /
Payment of wages through e-banking/digital mode.
3. Copy of Separate eChallan/ ECR for the proof of Provident Fund contribution and
ESI contribution deposit along with details of contract workers, PF account No. / ESI
No., contributions of contract worker and employer etc. for the previous month, in
respect of contract workers deployed by them in GAIL through this contract only.
4. Copy of the wage slip issued to the Contract Workers duly signed and sealed.
5. Dully filled in “Proforma-PFD”, as per Annexure-I

Page 206 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

GAIL shall maintain these records and verify the deposit of statutory contribution
made by the contractors with EPFO/ESI authorities, where deemed necessary.
(III) EVALUATION OF BILL AND RELEASE OF PAYMENT:

Bill should be evaluated based on the actual payment released/incurred under various
heads of components as stated above .The Contractor to submit a Statement
duly signed to the effect and the cost actually incurred as per timeline.

(IV) AT THE TIME OF CLOSURE OF CONTRACT:


1. Indemnity Bond of Rs. 100/- duly notarized from Notary indemnifying GAIL from
all liabilities w.r.t. the persons engaged by the contractor regarding payment of
wages, Provident Fund/ESI contributions, Insurance and other payments. Performa
Indemnity Bond is enclosed at Annexure-II.
2. Copies of Service Certificate in FORM - VIII issued to the Contract workers
3. Copy of the Wage Register in FORM - B for the last month.
4. Copy of Employment Card in FORM - XII issued to the Contract workers.
5. Copy of the ECR related to EPF and ESIC Compliance in respect of Contract
Workers.
6. Details as required for issuance of FORM - VII (Notice of Completion of Work)

Before making payment of the last bill/invoice of the Contractor, the appropriate authority (i.e.
Payment Making Authority etc.) in GAIL, shall verify from the EPF/ESI through respective web
portals the detail/status of the payment made by the Contractor. In case the information furnished
by the Contractor is found to be incorrect GAIL shall take appropriate action against the
Contractor.

Page 207 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

STANDARD CONDITIONS OF SCC V(II) PART IV


(Registers, Records and Returns to be maintained by the Contractor)

Registers and Records to be maintained by the contractor shall be complete and up-to-date
and kept at an office or convenient building within a radius of three kilometres from the
work place. In case of any call seeking information or statistics in relation to contract
labour at any time by an order in writing, the same should be provided without fail.

(I) CONTRACT LABOUR (REGULATION & ABOLITION), ACT, 1970 &


PAYMENT OF WAGES ACT, 1936:
During the currency of the contract, the contractor has to maintain records, registers
and returns like:

1. Employee Register in FORM- A


2. Wage Register in FORM-B
3. Register of loans / Recoveries in FORM-C
4. Attendance Register in FORM- D
5. Employment Card in FORM – XII
6. Copies of Wage Slips in FORM – XIX
7. Copies of Half Yearly Returns in FORM - XXIV

In case the records are made in electronic form, the same should be replica of the
Registers prescribed under the CL (RA) Act, 1970.

(II) EMPLOYEES STATE INSURANCE ACT, 1948:

During the currency of the contract, the contractor has to maintain registers like:

1. Register of employees in FORM-6


2. Accident Book in FORM-11

(III) EMPLOYEES PROVIDENT FUND & MISCELLANEOUS PROVISIONS


ACT, 1952 :
The contractor has to maintain the Eligibility Register and Online Returns
submitted in compliance to Para 36B of the EPF Scheme 1952. Copies of
Nomination cum Declaration prescribed under The Payment of Wages Act 1936,
The Employees Provident Fund & Miscellaneous Provisions Act 1952 and
Schemes therein, The ESI Act 1948.

(IV) THE PAYMENT OF BONUS ACT, 1962:

Register showing the details of the amount of bonus due to each of the contract
workers, the deductions under Sections 17 and 18 and the amount actually
disbursed, in FORM- C.

Page 208 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

The contractor shall send a return in FORM – D to the Inspector so as the reach
him within 30 days after the expiry of time limit specified in Section 19 for
payment of Bonus.

(V) FACTORIES ACT, 1948 / SHOP & ESTABLISHMENT ACT:


The contractor has to maintain the Wage Register in FORM - B as per provisions of
Factories Act, 1948 / Shop & Establishment Act of respective State and also make
entries regarding Leave in the Others column of the said register.

(VI) THE EASE OF COMPLIANCE TO MAINTAIN REGISTERS UNDER


VARIOUS LABOUR LAWS RULES, 2017:

i) Employee Register - FORM A [See rule 2(1)]


ii) Wage Register - FORM B
iii) Register Of Loan/ Recoveries - FORM C
iv) Attendance Register – FORM D

(VII) ADDITIONAL ONLINE RETURNS:

The contractor has to submit the Online Return submitted on Shram Suvidha
Portal of Government of India using Labour Identification Number (i.e. LIN).

Page 209 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Annexure-I

Proforma -“PFD”

Sub: PARTICULARS OF PF CONTRIBUTION FOR THE MONTH OF _____, 20__

(1) Name of the Firm/Agency/Contractor ________________________ Nature of Contract:


Job/Service contract, AMC, O&M, Petty contract, Security, Seasonal
(2) Postal address of the Contractor : ________________________________
(3) Phone No. of the Contractor : _________________________________
(4) Fax No. of the Contractor : __________________________________
(5) Address of PF office from where EPF Code No. has been allotted:
__________________________________
(6) EPF Code No. allotted by PF office
__________________________________
(7) Address of ESIC office from where ESI Code No. has been allotted.
__________________________________
(8) ESI Code No. allotted by ESIC office
__________________________________
(9) Period of Contract: From _______to __________
(a) Extention Period of Contract, if any From _______to __________
(b) Place where contract workmen are working

(10) Labour Licence No. _______________dtd. ________________

(11) Validity period of Labour Licence From __________to ______________

(12) Details of Deposition of contribution towards EPF


(a) EPF Challan No. _______________Amount ________________ Date____________

(13) Details of Deposition of contribution towards ESI


(a) ESI Challan No. ____________Amount _____________ Date ______________

(14) Detail of Contract labour engaged by the contractor


Category No. of Workers Prevailing Minimum Wages

Unskilled
Semi-skilled
Skilled
Highly skilled
Total

Page 210 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

Annexure-II
INDEMNITY BOND
WHEREAS GAIL(India) Limited (hereinafter referred to as GAIL) which expression shall,
unless repugnant to the context include their legal representatives, successors and assigns, having
their Registered Office at 16, Bhikaiji, Cama Place, R.K. Puram, New Delhi has entered into a
CONTRACT with ‘name of the contractor” Incorporated (hereinafter referred to as the
(‘CONTRACTOR’) which expression shall unless repugnant to the context include their legal
representatives, successors and assigns, having their Registered Office -------------------------------
- for Rs. ------------for “NAME OF THE CONTRACT” ---- for a period of----------------” and
on the terms and conditions as set out, inter-alia in the Work Order No. ------------------------------
--and various documents forming part thereof hereinafter collectively referred to as the
‘CONTRACT’ which expression shall include all amendments, modifications and / or variations
thereto.
GAIL has also advised the CONTRACTOR to execute an Indemnity Bond in favour of GAIL
indemnifying it from all consequences which may arise out of any Case filed by any workers /
Labours / vendors/ sub- contractors /partner etc. who may have been engaged by the
CONTRACTOR directly or indirectly with or without consent of GAIL for above works , which
may be pending before any court of Law including Quasi-Judicial Authority , Competent
Authority , Labour Court , Arbitrator , Tribunal etc..

NOW, THEREFORE, in consideration of the promises aforesaid; the CONTRACTOR hereby


irrevocably and unconditionally undertakes to indemnify and keep indemnified GAIL from any
loss, which may arise out of any such contract/Case. The CONTRACTOR undertakes to
compensate to GAIL forthwith, on demand, without protest the loss suffered by GAIL together
direct / indirect expenses.

AND THE CONTRACTOR hereby agrees with GAIL that:


(i) This Indemnity Bond shall remain valid and irrevocable for all claims of GAIL arising
from any such contract/case for which GAIL has been made party until now or here-in-
after.
(ii) This Indemnity Bond shall not be discharged / revoked by any change / modification /
amendment / deletion in the constitution of the firm / contractor or any conditions thereof
including insolvency etc. of the CONTRACTOR but shall be in all respects and for all
purposes binding and operative until any claims for payment are settled by the contractor.
The under signed has full power to execute this Indemnity Bond on behalf of the
CONTRACTOR and the same stands valid.

SIGNATURE OF CONTRACTOR/AUTHORIZED REPRESENTATIVE

Place :
Dated :
Page 211 of 219
E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SPECIAL CONDITIONS OF CONTRACT -V(III)

(TECHNICAL -PART-A & PART-B)

Page 212 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SCC V(III) TECHNICAL-PART-A (GENERAL)


1.0 GENERAL:

1.1 Special Condition of Contract shall be read in Conjunction with the General Conditions of
Contract, specification of work, Drawing and any other documents forming part of this contract
wherever the context so requires.

1.2 Notwithstanding the sub-division of the documents into these 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 contract so far as it may be practicable to do so.

1.3 Where any portion of the General Condition of Contract is repugnant, to or at variance with any
provisions of the Special Conditions of Contract, unless a different intention appears, the
provisions of the Special Conditions of Contract shall be deemed to over-ride the provisions of
the General Condition of Contract and shall to the extent of such repugnancy, or variations,
prevail.

1.4 Wherever it is mentioned in the specifications that the Contractor shall perform certain work or
provide certain facilities, it is understood that the contractor shall do so at his cost and the value
of contract shall be deemed to have included cost of such performance and provisions, so
mentioned.

1.5 In case of an irreconcilable conflict between Indian and other applicable standards, General
Conditions of Contract, Special Conditions of Contract, Specifications, Drawings or Schedule
of Rates, the decision of GAIL/EIC shall be final.

1.6 It will be Contractor's responsibility to bring to the notice of Engineer-In-Charge any


irreconcilable conflict in the contract documents before starting the work(s) or making the
supply with reference which the conflict exists.

1.7 In the absence of any specifications covering any, material, design of work(s) the same shall be
performed/ supplied/ executed in accordance with Standard Engineering Practice as per the
instructions/ directions of the Engineer-In-Charge, which will be binding on the Contractor.

2.0 BID PRICES /QUOTED RATES :

2.1 The quoted rate shall be firm & fixed and valid during the currency of the contract. No escalation
on whatsoever account shall be paid under this contract except statutory variation in GST if
applicable. Statutory variation in GST if applicable shall be reimburse/ paid by GAIL at actuals
against submission of documentary evidence.

2.2 The quoted prices shall be deemed to be inclusive of the following:

(i) Cost of Supply Materials, Tools & Tackles, Machines & Equipment etc for execution of the job ,
Contractor overheads, profits & administrative charges including Indian Withholding Tax &
WCT etc as applicable except service tax/GST if applicable.

Page 213 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

(ii) Contractors responsibilities towards /for compliance under Labour/Industrial laws for the
deployed service units(Refer SCC V(II) Part-I & SCC V(II) Part-II i.e w.r.t payment of (a)
Minimum wage / GAIL prescribed rate(b) Employees’ Provident Fund contribution
including Employee Deposit Linked Insurance (EDLI) & Administrative charges (c )
Employees’ State Insurance(ESI) contribution or Insurance policy coverage under Employee’s
Compensation Act,1923 (d) Annual Bonus (e ) Death Gratuity (f) Leave with Wages, as
per the Factories Act/ Rules or Shops and Establishment Act, as applicable (g) Safety Kits &
Liveries in terms of Safety Provisions under Factories Act, 1948 (h) Maternity enefit to
women Contract workers under Maternity Benefit Act, 1961 where ESI Act, 1948 is not
applicable Maternity Benefit to women Contract workers under Maternity Benefit Act, 1961
where ESI Act, 1948 is not applicable

(iii) Any increase/decrease in the rate of minimum basic wages, as notified by Office of Dy. CLC(C),
Kanpur from time to time, corresponding quantum change (in Minimum wage , PF, Leave wages
& Bonus etc. as applicable for the deployed contract worker ) will be paid by contractor to his
deployed contract workers and not by GAIL . So bidders must consider this fact & its incidental
cost to be incurred in future while quoting their rates in SOR as the same is not reimbursable by
GAIL.

2.3 Bidders are advised in their own interest to visit GAIL, Pata and ascertain the conditions and
quantum of work before quoting.

2.4 The rates quoted by the bidder shall be all inclusive for provisions of all incidental expenses
necessary for proper execution and completion of work in full in accordance with the Terms &
Conditions of the Bid Documents

3.0 PAYMENT TERMS:

3.1 Contractor shall submit monthly bills/GST Tax Invoices to the Engineer-in-Charge of the
contract before 15th of next calendar month, enclosing therewith requisite documents as
specified at SCC V(II) Part-III.

3.2 In case contractor has not enclosed all the specified documents as mentioned in SCCV(II) Part-
III, it will be considered as Non-performance on the part of Contractor and Engineer-In-
Charge may take suitable action.

3.3 All payments shall be released through e-banking within 30 days. GAIL will not entertain any
claim of interest on billed amount for any delay.Gail will release the payments after offsetting all
dues to Gail payable by the contractor under the contract. Recovery of income tax from the
invoice(s)/bill(s) shall be as per the rules & regulations in force in accordance with the income tax
act. deductions will be effected at source as per laws in force. corporate tax liability, if any, shall
be to the supplier's/ contractor's account.

3.4 All payments shall be released through e‐banking within 30 days . GAIL will not entertain any
claim of interest on billed amount for any delay.

Page 214 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

4.0 PAYMENT TO THE DEPLOYED SERVICE UNITS:

4.1 As the payment to the deployed unit is the sole responsibility of the contractor, therefore
Contractor should ensure monthly payments including bonus & leave wages etc ( as per statute )
to the deployed units as stated at SCC V(II) Part-I and failure on the part of the Contractor to
make payment to the deployed units as stated at SCC V(II) Part-I will be considered as Non-
performance of the Contract and will lead to termination of the contract by giving one month
advance notice for the same for such non-performance at the risk and cost of Contractor.

4.2 Contractor will pay monthly wages / bonus etc to the persons deployed by him through e-
payment. Documentary proof of the same is to be attached with monthly running bill. In case if
of non-submission of proof e-payment of the engaged persons amount of Rs.5000/- per month
shall be deducted from subsequent month running bill and no payment shall be process by GAIL.

4.3 Contractor has to provide Compensatory off to the deployed unit on account of duty performed
by the deployed unit on National Holidays. Contractor has to make suitable alternate arrangement
for the deployment of another service unit.

4.4 Non payment of prescribed wages, allowances and other components etc to any worker within
the stipulated time period i.e. latest by 7th of subsequent month at the rates as per the Minimum
Wages Act and as notified by the Regional/ Assistant labor Commissioner (Central), Kanpur from
time to time will be considered as Non-performance. EIC will initiate action for payment of
wages under section 21(4) of the CL(R&A) Act 1970 including termination of the contract with
one month notice period at the risk & cost of the contractor.

4.5 All payment to the deployed unit shall be made thru e-banking only including its EC for PF etc. .

5.0 Measurement Of Work: Measurement of works shall be made in the units mentioned in the
Schedule of Rates as per details given in Technical/Standards specifications.

6.0 Miscellaneous: All obligations arising of labor deployment labor laws to meet the necessary
statutory requirement would solely lie on the contractor. Contractor would be solely
responsible for safety and security of manpower and materials.

7.0 TERMINATION OF CONTRACT:

GAIL reserve the right to terminate the contract either in part or in full with one month advance
notice period in writing to the Contractor for any of the following reasons:

(i) Non – deployment of adequate suitable units for providing contract services

(ii) Non adherence to SCCV (II) Part-I regarding failure by the contractor to pay the applicable
monthly Basic wages , Bonus & allowances etc and any other statutory compliances as per
SCC V(II) Part-I to the deployed service units

Page 215 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

(iii) Non- Performance of the awarded services in line with tender provisions and non
adherence to any provision of the contract .

(iv) Non payment of prescribed wages, allowances and other components etc to any worker
within the stipulated time period i.e. latest by 7th of subsequent month at the rates as per
the minimum wages act and as notified by the Regional/ Assistant Labor Commissioner
(Central), Kanpur from time to time will be considered as non-performance. eic will
initiate action for payment of wages under section 21(4) of the CL(R&A) ACT 1970
including termination of the contract with one month notice period at the risk & cost of t
he contractor

CONTRACTOR UPON RECEIPT OF SUCH NOTICE SHALL DISCONTINUE THE WORK.


IN THE EVENT OF SUCH TERMINATION, CONTRACTOR SHALL BE PAID FOR THE
ACTUAL TIME PERFORMED AND SERVICE PROVIDED TILL THE DATE SPECIFIED IN
THE NOTICE. THE OWNER/ ENGINEER-IN-CHARGE RESERVE THE RIGHT TO
TERMINATE THE CONTRACT ON GIVING ONE-WEEK NOTICE WITHOUT ASSIGNING
ANY REASON.

8.0 Supervision Of Work: Contractor or his authorized representative shall be available at site
all times, during the progress of the work.

9.0 CLEARANCE OF SITE:

9.1 As a part of the contract the contractor shall completely remove all temporary/disposable
materials, while execution of work at his own cost and initiative and dispose off the same as
directed by Engineer-in-charge.

9.2 The works will not be considered as complete and taken over by the owner, until all the
temporary works, labor and staff colonies etc. constructed are removed and the work site cleared
to the satisfaction of the Engineer-in-charge, surplus materials and rubbish is cleared off the site
completely and the work shall have been measured by the Engineer-in-charge whose
measurement shall be binding and conclusive.

9.3 If the contractor fails to comply with the requirements of this clause on or before the date fixed
for the completion of the work, the Engineer-in-charge may at the expenses of the contractor
remove such, surplus materials and rubbish and disposal off the same as he thinks fit and clean
off such dirt as aforesaid, and the contractor shall forthwith pay the amount of all expenses
as incurred and shall have no claim in respect of any such surplus materials as aforesaid
except for any sum actually realized by the sale thereof.

10.0 Adherence To Safety Regulations: Contractor shall ensure that all safety precautions required
one observed at all times during the execution of the job.

Page 216 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SCC V(III) TECHNICAL-PART-B (TECHNICAL)

(Refer separate attachment )

Page 217 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION-VI
SCC-TECHNICAL , SCOPE OF WORK
& TECHNICAL SPECIFICATION
(Refer separate attachment )

Page 218 of 219


E-TENDER NO.: 8000015630 FOR ELECTRICAL AMC CONTRACT OF IOP&S, UPSTREAM & DOWN STREAM PLANT AT
GAIL PATA FOR TWO YEARS PERIOD

SECTION-VII

Price Schedule/Schedule of Rates

Please refer SRM attachment for


details
To be submitted by bidder as an SRM
attachment

Page 219 of 219


SOR FOR ELECTRICAL AMC CONTRACT AT GAIL PATA FOR TWO YEAR PERIOD
(BIDDERS ARE REQUESTED TO QUOTE THEIR SERVICE CHARGES IN % ONLY)

SOR GROUP -A IOP &S


S.N. DESCRIPTION UOM QTY UNIT RATE EXCLUDING GST TOTAL AMOUNT EXCLUDING GST

ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS


Lump sum charges to carry out electrical repair and maintenance of light fittings including
HPMV, HPSV, and FLP (Type n & Ex-d). Tube light, Halogen & DC light fittings installed in
different location of IOP-1 like Boiler, DM Plant, 220 KV switchyard, Air and Nitrogen area,
CT area and WWTP area etc.
10
Contractor shall have to carry out such practice simultaneously at 3 different locations . Month 24 1,48,512.00 35,64,288.00
Each location shall have minimum 1 skilled & 1 semi skilled Assistance for assistance in
execution of work & work shall be done under supervision and as per direction of EIC/SIC.

ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE AND SWITCHGEAR


Lump sum charges to keep ready for operation all HT/LT switchgears,controlgears,
transformers, capacitor banks, Panels, Motors,Power Supplies,Cables & Generators and
assistance in health monitoring of electrical equipment in field and substations in IOP1.
Contractor shall have to carry out above jobs simultaneously at 4 different locations.
20
Each location shall have minimum 1 Highly skilled & 1 semi skilled Assistance for assistance Month 24 2,14,864.00 51,56,736.00
in execution of work & work shall be done under supervision and as per direction of
EIC/SIC.

ASSISTANCE IN MAINTENANCE OF BATTERIES 0.00


Lump sum charges to carry out health monitoring,cleaning,top up and testing of all types of
batteries of IOP1 .
30
Job shall be done simultaneously at 3 different locations at a time Month 24 1,48,512.00 35,64,288.00
Each location shall have minimum 1 skilled & 1 semi skilled Assistance & work shall be
done under supervision and as per direction of EIC/SIC.
ROUND THE CLOCK ASSISTANCE IN SWITCHYARD ANDSS#1 0.00

Providing assistance in operation & health monitoring of electrical system round the clock
and to attend breakdown on electrical system in IOP-1 switchyard area and SS#1.
40
Job will be carried out round the clock in 3 shifts as per direction of EIC. Month 24 4,06,610.00 97,58,640.00
Each shift shall require 1 High skilled &1 skilled technicians at switchyard and 1 High skilled
&1 skilled technicians in SS#1
Providing Highly-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in IOP-1 plants
50 EA 200 884.00 1,76,800.00
of PC-1. This will be purely on call basis. Unit of EA represents providing 8 hr. of services.

Providing skilled services to meet emergent situation & for carrying out any unforeseen /
contingent nature job not covered under SOR items (A1 to A4) in IOP-1 plants of PC-1. This
60 EA 1000 757.00 7,57,000.00
will be purely on call basis. Unit of EA represents providing 8 hr. of services.

Providing Semi-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in IOP-1 plants
70 EA 846 630.00 5,32,980.00
of PC-1. This will be purely on call basis. Unit of EA represents providing 8 hr. of services.

ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS 0.00


Lump sum charges to carry out electrical repair and maintenance of light fittings including
HPMV, HPSV, and FLP (Type n & Ex-d). Tube light, Halogen & DC light fittings installed in
different location of IOP-2 like Boiler, RWTP, FWPH and CT area etc.
Contractor shall have to carry out such practice simultaneously at 3 different
10 locations.Contractor has to keep all the light fittings in healthy condition and having
Month 24 1,48,512.00 35,64,288.00
aesthetic look.
Each location shall have minimum 1 skilled & 1 semi skilled Assistance for execution of
work & work shall be done under highly skilled supervision and as per direction of EIC/SIC.

ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE AND SWITCHGEAR 0.00


Lump sum charges to keep ready for operation all HT/LT switchgears,controlgears,
transformers, capacitor banks, Panels, Motors,Power Supplies,Cables & Generators and
assistance in health monitoring of electrical equipment in field and substations in IOP2.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
20
Each location shall have minimum 1 Highly skilled & 1 semi skilled Assistance for executing Month 24 1,61,148.00 38,67,552.00
work & work shall be done under highly skilled supervision and as per direction of EIC/SIC.

ASSISTANCE IN MAINTENANCE OF BATTERIES 0.00


Lump sum charges to carry out health monitoring, cleaning, top up and testing of all types
of batteries of IOP2.
30
Job shall be done at simultaneously at 2 different locations at a time. Month 24 99,008.00 23,76,192.00
Each location shall have minimum 1 skilled & 1 semi skilled Assistance & work shall be
done under highly skilled supervision and as per direction of EIC/SIC.
ROUND THE CLOCK ASSISTANCE IN SS#32 ANDSS#36 0.00
Providing assistance in operation & health monitoring of electrical system round the clock
40 and to attend breakdown on electrical system as and when required in IOP - 2.
Month 24 3,12,348.75 74,96,370.00
Job will be carried out round the clock in 3 shifts as per direction of EIC / SIC.
Each shift shall require 2 high skilled technician & 1 skilled.
Providing Highly-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in IOP-2 plants
50 EA 310 884.00 2,74,040.00
of PC-2. This will be purely on call basis. Unit of EA represents providing 8 hr. of services.

Providing skilled services to meet emergent situation & for carrying out any unforeseen /
contingent nature job not covered under SOR items (A1 to A4) in IOP-2 plants of PC-2. This
60 EA 860 757.00 6,51,020.00
will be purely on call basis. Unit of EA represents providing 8 hr. of services.

Providing Semi-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in IOP-2 plants
70 EA 860 630.00 5,41,800.00
of PC-2. This will be purely on call basis. Unit of EA represents providing 8 hr. of services.

Installation and commissioning of following sizes exhaust fans with louver including
10 grouting of anchor Fasteners of suitable size, plastering etc, plastering etc. All the material
required shall be in the scope of supply of contractor.

20 Heavy Duty 300 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver EA 1 220.00 220.00

30 Heavy Duty 450 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver EA 1 220.00 220.00
Making hole in the wall for installation of following sizes of exhaust fan and plastering with
40
1:3:6 pcc to match the hole finishing with the wall.
Making suitable hole in the wall for fixing of 300 mm exhaust fan and plastering with 1:3:6
50 EA 1 220.00 220.00
pcc to match the hole finishing with the wall.
Making suitable hole in the wall for fixing of 450 mm exhaust fan and plastering with 1:3:6
60 EA 1 220.00 220.00
pcc to match the hole finishing with the wall.
Supply and installation of following tube light fixtures of approved make including all
70
material and labour.
Energy efficient Fixture 28 W , T-5 with single tube light / LED of Phillips/CGL/ Havells make
80 EA 5 844.00 4,220.00
decorative type recessed/surface mounted as approved by EIC.
Energy efficient Fixture 2 X28 W / 4 X 14W , T-5 with tube lighst / LED of
90 EA 2 1,210.00 2,420.00
Phillips/CGL/Havells make decorative type recessed/surface mounted as approved by EIC.
100 SUPPLY & INSTALLATION OF FANS:-
Supply and installation of Energy efficient 240 V wall mounted fan of 650 sweep
110 EA 2 2,200.00 4,400.00
Havells/GEC/crompton/Usha/Almonard make.
Fixing of High bay light fittings in ware house / Shed at a height ranging from 5 mtr to 15
120 EA 10 660.00 6,600.00
Mtr., Ladder will be provided by GAIL
Installation, testing and commissioning of 240V ceiling fan of 1200/1400 mm sweep with
130 EA 1 83.00 83.00
regulator and down rod with all accessories.
Removal of 1200/1400mm sweep ceiling fan including the cost of removal of all
140 EA 1 97.00 97.00
connections, tools and tackles required.
Installation, and connection of following types flameproof lighting fixture along with
150
control gears and junction boxes.
160 pole mounted EA 8 275.00 2,200.00
170 bracket/structure mounted EA 30 275.00 8,250.00
180 Ceiling mounted EA 42 256.00 10,752.00
190 Supply and replacement lamps in IIA/IIB/IIC lighting fixture in plant area.
200 LAMP,HPMV,125W,240V,ES-27,PHILIPS/BAJAJ/CG make EA 13 330.00 4,290.00
210 LAMP,HPMV,250W,250V,ES,PHILIPS/BAJAJ/CG make EA 10 440.00 4,400.00
220 LAMP,HPMV,400W,250V,ES,PHILIPS/BAJAJ/CG make EA 5 550.00 2,750.00
230 LAMP,HPSV,70W,240V,ES-27,PHILIPS/BAJAJ/CG make EA 5 440.00 2,200.00
240 LAMP,LED,9W/11 W ,240V,ES-27,PHILIPS/BAJAJ/CG make EA 88 193.00 16,984.00
Domestic wiring: Replacement of PVC insulated copper wire of following sizes in existing
250 concealed or surface conduit. This includes removal of burnt/ damaged wire, supply and
laying of new wires of same size making connections.
260 3/20,3/22,3/18 M 230 36.00 8,280.00
270 7/20, 7/22 M 72 41.00 2,952.00

Supply and fixing of casing caping flat conduit on walls/ wooden panels etc. The flat
280 conduit shall be of 1"/1.5" width and shall be fixed using PVC rawal plugs and wooden M 193 46.00 8,878.00
screws of appropriates size. Material shall be duly approved by EIC.
Supply and laying of FRLS PVC insulated copper wire of Havells/Phinolex make of following
290 sizes in flat PVC conduit/M.S conduit & casing caping, connections on both ends including
its necessary terminations.
300 3/20, 3/22,3/18 M 1622 44.00 71,368.00
310 7/20, 7/22 M 500 57.00 28,500.00

Supply & fixing of 25 mm dia black enamelled M.S conduit(As per list of approved makes
Annexure-5 of SCC part-B) on walls including supply of conduit, clamps, bends, unions,
320 M 2 91.00 182.00
Heavy duty saddles,MS junction boxes, all other required hardwares and accessiories, etc,
as per the direction of engineer in charge.
Supply & fixing of 25 mm PVC heavy gauge conduit (As per list of approved makes
Annexure-5 of SCC part-B)on walls including supply of conduit, clamps, bends, unions,all
330 M 106 63.00 6,678.00
other required hardwares and accessiories, PVC junction boxes and saddles etc, as per the
direction of engineer in charge.
Circuit wiring using 3Cx 2.5 armoured cable including the cost of Heavy Duty pressure
340 M 50 36.00 1,800.00
saddles, its welding, clamps , and lobour etc.
Circuit wiring in hazardous area using 3Cx 2.5 armoured cable including the cost of
350 M 104 42.00 4,368.00
pressure saddles, clamps ,screws and lobour etc.
Supply and fixing of ready made PVC modules of anchor make containing following switch
360
sockets of anchor make with all accessories
370 1nos 6 pin 15 amp switch socket of " anchor "make EA 36 201.00 7,236.00
380 1 nos 5 pin 5 amp switch socket of "anchor " make EA 67 110.00 7,370.00
390 Supply and fixing of 3Cx2.5 sqmm flexible copper cable in the above modules M 12 99.00 1,188.00
Supply and fixing of metallic outlet boxes(surface mounted) with 3mm thick hylem sheet
400 top with following switches and receptacles including the cost of all material and labour to
complete the job.
410 5 amp, 240 V piano type switch of anchor make. EA 101 143.00 14,443.00
420 15 amp, 240 V piano type switch, anchor make. EA 51 184.00 9,384.00
430 5 amp, 240 V receptacle with piano type switch of anchor make. EA 200 286.00 57,200.00
440 15 amp, 6 pin, 240 V receptacle with piano type switch of anchor make. EA 68 367.00 24,956.00
20 amp industrial type metal clad switch socket with 20 amp MCB of MDS/Havells make
450 EA 24 641.00 15,384.00
with plug top
Supply & fixing of PVC / wooden distribtuin boxes with following switched & sockets- 02
460 EA 5 495.00 2,475.00
15A anchor make switch socket & 02 no 5A switch & sockets.
Supply, installation and commissioning of following double door 3- phase lighting and
power DBs( Legrand / C&S / Havells make only ) surface mounted having one no. 4 pole
470
40/63 amp RCCB as incoming including supply of RCCB and single pole MCBs as outgoing
including the cost of MCBs`, consumables and labour to complete the job.
480 4 way with 10/16/20/32 amp single pole MCBs EA 6 10,450.00 62,700.00
490 6 way with 10/16/20/32 amp single pole MCBs EA 3 12,100.00 36,300.00
500 8 way with 10/16/20/32 amp single pole MCBs EA 1 12,466.00 12,466.00
Maintenance /fault rectification of aviation light installed on chiminy etc in boiler and
510 process plant area. Job includes replacement of lamp and other spares to rectify the light EA 1 1,815.00 1,815.00
fitting. Spares shall be supplied by GAIL.
520 Supply & installation of MCBSs & ELCBs/RCCBs of reputed makes
530 4 pole 40A MCB EA 2 1,026.00 2,052.00
540 4 Pole 63A MCB EA 2 1,246.00 2,492.00
550 4 Pole 40A ELCB/RCCB EA 1 3,410.00 3,410.00
560 4 Pole 63A TPN ELCB/RCCB EA 4 3,484.00 13,936.00
570 4 Pole 63A TPN RCCBO (ELCB + RCCB) EA 1 3,575.00 3,575.00
580 1 Pole 10A/16A/20A MCB EA 10 187.00 1,870.00
590 2 Pole 10A16A/20A MCB EA 2 606.00 1,212.00
600 Installation of MCCBs, & ELCBs/ RCCBs, material will be provided by GAIL
610 3 Phase TPN 40A/63A MCB EA 5 55.00 275.00
620 3 Phase TPN 40A/63A ELCB/RCCB EA 5 55.00 275.00
630 1-2 Pole 10A/16A/20A MCB EA 5 55.00 275.00
640 CABLE LAYING

Excavation and backfilling of cable trench in soft soil and soft rock upto 1.5 meter depth
650 M3 747 1,416.00 10,57,752.00
including dewatering of water logging and bush cleaning if required.
RCC/ PCC/HARD SURFACE : Excavation and backfilling with poring water to make suface
for cable trench Size 750 x400 mm maximum in RCC/PCC and hard surfaces in plant
670 M3 100 1,980.00 1,98,000.00
prephrical or existing cable trench etc. The works also include the supply of bricks ,sand as
required.
680 Cutting of roads/ floors/drains/ soft rocks etc. and remaking the same as original M3 36 303.00 10,908.00
690 Cutting of RCC floors for laying of pipe, cables etc. M3 62 1,100.00 68,200.00
Making Road crossinging of RCC/Tar Road by Horizontal Directional Drilling(HDD) either
700 through M/c or Manual drilling without disturbing road surface for laying of 6'' dia GI M 267 734.00 1,95,978.00
pipe for cable laying.
Preparation of cable trench bottom in already excavated trench and preparation of fine
710 M3 150 990.00 1,48,500.00
sand bed as per the instruction of EIC. Supply of sand is in contractor scope supply.

Supply/ Installation/ laying of approved second class bricks of 75mm thickness, cover after
720 M2 300 239.00 71,700.00
laying of cable and sand filling in cable trench as per direction of EIC.
Supply and laying of GI pipe "B" class of following sizes in already excavated trench/ above
730
ground.
740 32 mm M 1 262.00 262.00
750 38 mm M 41 308.00 12,628.00
760 50mm M 120 426.00 51,120.00
770 75mm M 3 715.00 2,145.00
780 100mm M 150 987.00 1,48,050.00
790 150mm M 25 1,540.00 38,500.00

Laying of HT/LT armoured PVC/XLPE armoured cable of following external overall diameter
on cable trays/ in open trench/cable rack/in hume pipe/GI pipes/in underground cable
trench/ on walls/MS structure including unrolling of cable, clamping fabrication of clamps,
800 dressing/fixing of clamps/cleats/welding of saddles etc. tagging of cables as per direction
of EIC.In case of water logging in cable trench, Contractor shall arrange for dewatering of
the trench. This includes transportation of cable from central store/cable yard etc and
unrolling at site.
810 Upto and including 30mm dia. M 22488 11.00 2,47,368.00
820 Above 30mm upto & including 50mm dia M 12376 15.00 1,85,640.00
830 Above 50mm upto & including 100mm dia M 5630 36.00 2,02,680.00
840 Above 100mm upto & including 125mm dia M 625 44.00 27,500.00
Removal of already laid LT/HT armoured cables of following overall dia from aleady
excavated trenches/cable racks/wall/ MS structure/open cable trench/GI trays etc.
850
including removal of GI wire/earth, rolling of cable drums, transportation of cable to store
after measurement as per the direction of EIC.
860 Upto and including 30mm dia. M 300 6.00 1,800.00
870 Above 30mm upto & including 50mm dia M 420 8.00 3,360.00
880 Above 50 mm upto & including100mm dia. M 520 12.00 6,240.00
890 Above 100mm upto & including 125mm dia M 2269 14.00 31,766.00
Dressing of already laid power and control cables in existing cable trays of all sizes
900 M 40 25.00 1,000.00
including tagging as per requirement. Tags shall be supplied by the contractor.
Making heat shrinkable straight joints of PVC insulated aluminum conductor armoured
910 cable of 1.1KV grade of following sizes including supply of jointing kit and other
accessories. Make of kit shall be Raychem / Mseal only.
920 Upto and including 30mm dia EA 5 2,750.00 13,750.00
930 Above 30mm upto & including 50mm dia EA 2 3,924.00 7,848.00
940 Above 50mm upto & including 100mm dia EA 18 5,684.00 1,02,312.00

Supply grouting and fixing of cable route markers along the cable route. It includes
construction of concretes blocks(PCC) in ratio of 1:3:6 0f size 300mmx300mmx300mm.The
cable marker of total length 800mm made of MS angle iron of size 50x50x5.Excavation and
950 then fixing of cable route marker block in paved/unpaved areas and making it good as EA 11 371.00 4,081.00
required including supply and fixing of suitable plate lettering HT/LT cables in projected
letters of size 40 mm and 2 mm thick as per the direction of EIC.. Supply of all material shall
be in the contractors scope.

CABLE TERMINATION:Termination of PVC insulated following size armoured cables(Upto


1100V grade) and connection of leads including the supply of lugs drilling of holes in gland
960
plates, fixing of gland, cutting, stripping of cable insulation/armour/sheath, crimping of lug
onto the conductor, clamping of cable cores, marking with wire no. and ferrules etc.
970 Power cables
980 Upto and including 30mm dia EA 13 63.00 819.00
990 Above 30mm upto & including 50mm dia EA 1 64.00 64.00
1000 Above 50mm upto & including 100mm dia EA 1 212.00 212.00
1010 Control cables
1020 From 2 to 7 cores & conductor size 2.5 sq mm EA 1 63.00 63.00
1030 From 8 to 19 cores & conductor size 2.5 sq mm EA 1 63.00 63.00
1040 From 20 to 30 cores & conductor size 2.5 sq mm EA 1 63.00 63.00
1050 Supply & fixing of single compression gland
1060 Upto and including 30mm dia EA 3 129.00 387.00
1070 Above 30mm upto & including 50mm dia EA 3 190.00 570.00
1080 Above 50mm upto & including 100mm dia EA 2 311.00 622.00
1090 Supply & fixing of double compression gland
1100 Upto and including 30mm dia EA 2 256.00 512.00
1110 Above 30mm upto & including 50mm dia EA 1 366.00 366.00
1120 Above 50mm upto & including 100mm dia EA 1 586.00 586.00
1140 CABLE FAULT LOCATION
To locate the following cable fault in LT/HT power cable of all sizes with the help of cable
1150 fault locator to be arranged by the contractor. work shall be done as per the direction of EA 8 8,250.00 66,000.00
EIC.This excludes the excavation, backfilling if required during fault finding.
1160 LIGHT POLE ERECTION & REPAIR

Supply and Erection of MS pole/GI pole of following length in cement concrete of


ratio(1:3:6) foundation as per enclosed specifications/drawing including excavation upto
1170 1/6th length of pole, refilling muffing as required laying GI pipe for cable entry, laying and
connection of earth strip/GI wire from the nearest earth point, cement concrete, pole and
sand will be in the contractor scope of supply.
1180 Short pole (upto 6 meter height) EA 1 2,750.00 2,750.00
1190 Sreet pole (upto 10 meter height) EA 11 15,584.00 1,71,424.00
Supply and erection of platform lighting J pole of approx. 3 meter height with all
1210 EA 5 1,284.00 6,420.00
accessories and material as per the direction of EIC.
Dismantling the existing 12.00 /10.00 mtrs damaged / week MS tubular street light poles
from the existing position. the works including excavation, removing of pole, breaking of
1220 concrete foundation, shifting of old MS pole with garbage from existing location to 2 4,400.00 8,800.00
electrical store/yard or to location as decided by EIC . Excavated area of founadtion to be
levelled to original ground level up to the satisfaction of EIC.

Supply, erection and commissioning of weather proof power coated junction box size
(approx to this is only indicative purpose) 275mm(H)X 250mm(W)X 150mm(D) 16 SWG
thickness with hinge,canopy, locking arrangement including cable entry holes ,back side 12
mm dia nipple well push fitted with pole, earthing connection from pole to earting strip
1230 with 10 mm GI rope including lugs and connectors to accommodate 4CX16/25/35 Sqmm 2 990.00 1,980.00
cable glands, 2/6 Amp MCB arrangement, 2/3 nos. glanding hole and also providing
necessary 45X5 mm GI clamp for mounting the junction box on the MS tubular pole with
cadium coated nut bolts & washer.MCB chanel & conector chanel should be provided
inside the JBs.gland should be proper fitted with JBs & cables.

Repair of tilted street light pole including cutting straightening and welding etc. as required
and providing outer casing pipe, of size of suitable dia and of maximum length of 0.5
1240 EA 26 220.00 5,720.00
meter, for straightening of pole joint wherever found necessary. All material and
manpower required shall be in the contractor' scope of supply.
Repair of muffing of security/street light or short pole including casting of new muffing
1250 with PCC (1:3:6) for the pole as required. All material and manpower required shall be in EA 3 459.00 1,377.00
the contractor' scope of supply.
Supply and replacement of LED aviation light mounted on the middle / top of process
1260 EA 2 5,390.00 10,780.00
tower and chemney
Supply and replacement of GLS2 X 100 watt aviation light mounted on the middle / top of
1270 EA 2 2,530.00 5,060.00
process tower and chemney
1280 EARTH PITS
Testing of earthing system of electrical and cathodic protection system(anode bed)-
Checking and testing of earthpit resistance(individual & with grid) including cleaning of
1290 earth pits and connection tightening of bolts including supply of required size Cd coated EA 125 129.00 16,125.00
bolts and applying petroleum jelly on connection as directed by EIC. Only earth tester shall
be supplied by GAIL.
Salt Treatment of Earth pit with salt and water sloution to achive a desirable resistance
1300 value (individual & with grid) as directed by EIC.Salt and other materials are in the scope EA 150 190.00 28,500.00
of the contractor ,only earth tester shall be provided by GAIL.
Earth continuity checking of vessel/exchanger/column:Measuring resistance of each earth
1310 strip with nearest earth pit,Measuring resistance of vessel with nearest earth pit,cleaning EA 13 94.00 1,222.00
and tightening of connecting earth strip.
Supply installation testing and commissioning of earth pit with B class GI Earth electrode
of 65 mm dia., height complete including excavation, backfilling, making of earth pit as per
1320
IS:3043 including supply of required material. Chamber shall be provided with the MS
hinged cover , as per the direction of the EIC.
1330 In soft soil/ soft rock EA 44 5,684.00 2,50,096.00
1340 In hard rock/RCC/PCC EA 9 6,050.00 54,450.00
Supply and fixing of earth pit MS hinged 6mm chequere plate cover with frame, on existing
1350 EA 49 1,504.00 73,696.00
earth pits with 50X50X6 MS channel of size 600X600 mm.
Repairing of earth pit chambers including the cost of brick work/PCC(1:3:6) and labour to
1360 EA 119 404.00 48,076.00
complete the job.
Supply of SS Nut bolt with washer M8 X 50 mm for earthpit, earthplate, motor and vessel
1370 EA 100 22.00 2,200.00
earthing maintenance
Supply of SS Nut bolt with washer M10 X 50 mm for earthpit, earthplate, motor and vessel
1380 EA 150 31.00 4,650.00
earthing maintenance
1390 PAINTING
Painting / writing numbers and letters of following sizes, on ceiling fans / panels /
distribution boards, poles etc., as required after making proper base with White / yellow
1400
paint. Paint, brush, stencil, etc., shall be supplied by the contractor. Paint shall be approved
by EIC prior to it's use.
1410 Size upto and including 25mm EA 9457 1.00 9,457.00
1420 Size > 25mm <= 50mm EA 87506 2.00 1,75,012.00
1440 Size > 50mm <= 100mm EA 158195 2.00 3,16,390.00
Background Painting : Background painting with White / Yellow / Black colour paint for
writing of letters/numbers on Electric equipment, earth pits, other surfaces as required.
1450 Paint, brush, stencil etc. alongwith other consumables shall be supplied by the contractor. EA 10000 2.00 20,000.00
Proper surface preparation to be done prior to background painting of the colour as per
direction of EIC. Paint shall be approved by EIC.

Painting of lighting poles and other electrical equipments with Berger / Shalimar / Asian
1460 enamel paint. In the shades to be decided by the EIC. Job shall be done to the satisfaction
of the EIC and it includes supply of all material and consumables required for the job.

Supply and application of one coat of light build zinc phosphate primer after making
1470 M2 500 31.00 15,500.00
preparation of surface to be painted with the help of wire brush, emery or sand paper.
Supply and application of two coat of first quality synthetic enamel paint / aluminum paint
1480 after making preparation of surface to be painted with the help of wire brush, emery or M2 3000 99.00 2,97,000.00
sand paper.
Supply and application of one coat of first quality synthetic paint / al. paint after making
1490 M2 75 66.00 4,950.00
preparation of surface to be painted with the help of wire brush, emery or sand paper.
Supply and application of two coat of epoxy paint of approved make as per the direction of
1500 engineer in charge by spray painting machine including the cost of paint and labour to M2 25 99.00 2,475.00
complete the job.
Cleaning of rubber mats of size 1 m X 1m 50 and thickness upto 15 mm with the help of
1510 water / detergent. The job includes lifting and shifting of rubber mats from the location to EA 2 61.00 122.00
out side substation and back to location after washing and drying.
1520 FABRICATION

Supply & erection of following prefabricated hot dipped galvanized slotted straight run
1530 channel cable tray 10mm thick , for supporting power and control cables all labour and
material complete as per the direction of engineer in charge
1540 100 mm M 12 91.00 1,092.00
1550 150 mm M 12 129.00 1,548.00
1560 300mm wide M 26 146.00 3,796.00
1570 600mm wide M 18 220.00 3,960.00
1580 750mm wide M 1 294.00 294.00

Supply, Fabrication and erection of MS base frames, supports for switchgear, push buttons
and brackets for miscellaneous electrical equipments. Cable and cable tray support out of
rolled MS sections, pipes, plates etc. including welding, bolting, reverting, supply of
necessary anchor bolts and grouting etc. Supply of paint and including applying one anti
1590 KG 4178 81.00 3,38,418.00
rust coat of primer and two finished coats of approved synthetic enamel paint including
breaking walls, floor etc for structures as required & making good the same, including
supply of all GI hardware material, all labour and materials complete as per direction of
Engineer in charge.

Fabrication and erection of MS base frames, supports for switchgear, push buttons and
brackets for miscellaneous electrical equipments. Cable and cable tray support out of
rolled MS sections, pipes, plates etc. including welding, bolting, reverting, supply of
necessary anchor bolts and grouting etc. Supply of paint and including applying one anti
1600 KG 900 25.00 22,500.00
rust coat of primer and two finished coats of approved synthetic enamel paint including
breaking walls, floor etc for structures as required & making good the same, all labour and
materials complete as per direction of Engineer in charge.(All hardware material except
paint shall be supplied by GAIL.)
Supply, installation and erection of canopies of miscellaneous outdoor equipments like
motors, Welding receptacles, Local control stations, switchboards etc for rain/weather
1610 KG 3064 121.00 3,70,744.00
protection of 16 SWG ( 1.6mm) steel sheet including the cost of sheet, hardware, painting
and labour etc. to complete the job. As per the direction of EIC.

Supply, fabrication and installation of 22 SWG GI sheet covers for cable trays, including
1620 M2 28 476.00 13,328.00
necessary hardwares, including all labour and materials as per the direction of EIC.

Supply, fabrication & installation of dust & vermin proof sheet steel(16 SWG) junction box,
bus bar chamber, distribution board weather proof (IP-54) for out door installation with
1630 KG 1 366.00 366.00
gland plate, gaskets, locking system and fixing arrangement of accessories like MCB,
terminal block est.’s per instruction of EIC.
Supplying and installation of M.S chequered plate of 6mm thickness for covering floor
opening etc. including finishing of edges of cable trench with PCC and sides of chequered
1640 M2 10 1,320.00 13,200.00
plate, sealing of joints, painting with all labour and material complete as per direction of
Engineer in charge.
Repairing of chequred plates including the cost of cutting and grinding the sides as required
1650 M2 7 110.00 770.00
and also repairing of edges of cable trench with PCC of high strength.
Supply, drilling in RCC and fixing of metallic anchor fasteners for supporting of cable trays,
1660 miscellaneous electrical switch gears and supports including all material and labour to
complete the job.
1670 6 mm EA 1 13.00 13.00
1680 8 mm EA 101 17.00 1,717.00
1690 10 mm EA 175 21.00 3,675.00
1700 12 mm EA 393 24.00 9,432.00
1710 14 mm EA 9 29.00 261.00
1720 GI STRIP, ROPE & WIRE, MAT
Supply, installation and connection of following GI earthing strip/wire/rope/plate along the
cable trenches and cable trays or fixing to walls or structures or buried individually in paved
1730 /unpaved areas including welding of joints, providing anti corrosive paint or bitumen and
jute covering for welded portion, clamping and necessary hardware for connecting,
including all labour and materials complete as per direction of EIC.
1740 50X8 mm GI strip M 6 228.00 1,368.00
1750 40x5 mm GI strip M 1500 143.00 2,14,500.00
1760 75x10 mm strip M 2 182.00 364.00
1780 3/8"(10 mm) flexible GI rope M 563 101.00 56,863.00
1790 5/8"(16 mm) flexible GI rope M 70 107.00 7,490.00
1800 8 SWG GI wire M 113 20.00 2,260.00
1810 16 SWG wire M 1 20.00 20.00
1820 360x80x10 mm GI earth plate EA 4 294.00 1,176.00
Dressing of already laid earth strip with aluminum strip clamp including supply of clamps
1830 M 2 33.00 66.00
and other accessories.
Supply of earthing clamp with one number welding holder & 10 meter long 16 sq mm PVC
1840 EA 1 880.00 880.00
insulated copper conductor flexible cable.
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF HAVING NOMINAL THICKNESS
OF 2.0 MM CONFORMING TO IS 15652: 2006, CLASS # A, FLAT SURFACE FINISH FOR
1870 M2 100 484.00 48,400.00
WORKINGUP UPTO 3.3 KV, including cutting in required shape, including all labour and
material as per the directions of EIC
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT HAVING NOMINAL THICKNESS OF
2.5 MM CONFORMING TO IS 15652: 2006,CLASS # B FLAT SURFACE FINISH FOR
1880 M2 50 605.00 30,250.00
WORKINGUP TO 11 KV including cutting in required shape, including all labour and material
as per the directions of EIC
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF NOMINAL THICKNESS 3.0 MM
CONFORMING TO IS 15652: 2006, CLASS # C FLAT SURFACE FINISH FOR WORKING UPTO 33
1890 M2 20 726.00 14,520.00
KVincluding cutting in required shape, including all labour and material as per the
directions of EIC
Supply of unskilled manpower for carrying out any unforeseen/ contingent nature job not
1900
covered under above items. This will be purely on call basis an and when required.
1910 Unskilled manpower EA 3101 550.00 17,05,550.00
1920 Welder with welding M/C and all accessories. EA 450 1,650.00 7,42,500.00
1940 Supply and application of electrical consumable at electrical system as per direction of EIC

RTV SEALANT, SILICONE SEALANT, MOISTURE RESISTANT, WITH APPLICATOR GUN, TYPE-
NEUTRAL, TEMPERATURE STABILITY -40ºC TO 150ºC, EXPIRY- MIN. 06 MONTHS FROM
1950 EA 150 138.00 20,700.00
DATE OF SUPPLY. 1 PACK=310 ML (Make-STANVAC/ DOW CORNING/ BOSS) for sealing of
lighting and power distribution board / motor TB
ELECTRONIC COMPONENT CLEANER IN 500 ML CAN (Make - STANVAC/OKS 2621/ASV
1960 EA 100 330.00 33,000.00
ENVIRO) for switchgears maint.
ALUMINIUM TAPE 2" 50 MICRON OF 20 Mts roll for sealing of lighting and power
1970 EA 150 66.00 9,900.00
distribution board / motor TB
1980 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Red colour) EA 100 15.00 1,500.00
1990 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Yellow colour) EA 100 15.00 1,500.00
2000 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Blue colour) EA 100 15.00 1,500.00
2010 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Black colour) EA 100 15.00 1,500.00
MAINTENANCE OF FEEDERS :
Maintenance of following feeders including cleaning, tightening of connections,
replacement of defective
2020
components/spares. All consumables like cotton cloth, screws, nut bolts est.#s required,
shall be supplied by
the contractor. All spares shall be supplied by GAIL.
2030 Lighting panels EA 1 83.00 83.00
2040 Motor contactor feeders including LCS EA 10 83.00 830.00
2050 Switch fuse units(16 amp to 630 amp) EA 5 83.00 415.00
2060 Welding receptacles flameproof EA 2 83.00 166.00
2070 Welding receptacle non-flameproof EA 2 83.00 166.00
2080 Single phase, 24 V socket EA 2 138.00 276.00
2090 Supply of 33 KV Grade Heat shrinkable indoor end termination kit
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX185MM2, 33 KV, XLPE COPPER,
2100 EA 1 20,350.00 20,350.00
EARTHED, INDOOR
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX300MM2, 33 KV, XLPE COPPER,
2110 EA 1 18,150.00 18,150.00
EARTHED, INDOOR
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX500MM2, 33 KV, XLPE COPPER,
2120 EA 1 30,800.00 30,800.00
EARTHED, INDOOR
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX630MM2, 33 KV, XLPE COPPER,
2130 EA 1 30,800.00 30,800.00
EARTHED, INDOOR
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3CX240MM2, 33 KV, XLPE COPPER,
2140 EA 1 19,800.00 19,800.00
EARTHED, INDOOR
2150 33 KV Grade Heat shrinkable straight through termination kit
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX185 SQ MM, 33 KV, XLPE
2160 EA 1 22,000.00 22,000.00
COPPER, EARTHED, INDOOR
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX300 SQ MM, 33 KV, XLPE
2170 EA 1 35,200.00 35,200.00
COPPER, EARTHED, INDOOR
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX500 SQ MM, 33 KV, XLPE
2180 EA 1 47,300.00 47,300.00
COPPER, EARTHED, INDOOR
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX630 SQ MM, 33 KV, XLPE
2190 EA 1 41,800.00 41,800.00
COPPER, EARTHED, INDOOR
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 3CX240MM2, 33 KV, XLPE
2200 EA 1 46,200.00 46,200.00
COPPER, EARTHED, INDOOR
2210 6.6 KV Grade Heat shrinkable indoor end termination kit
2220 HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx185MM2, 6.6KV, UNEARTHED EA 1 19,066.00 19,066.00
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx (240-300)MM2, 6.6KV,
2230 EA 1 18,425.00 18,425.00
UNEARTHED
2240 6.6 KV Grade Heat shrinkable straight through termination kit
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx185MM2,6.6KV,
2250 EA 1 16,684.00 16,684.00
UNEARTHED
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx (240-300) MM2,6.6KV,
2260 EA 1 26,400.00 26,400.00
UNEARTHED
JOINTING OF CABLE END TERMINATION, INDOOR / OUTDOOR TYPE , HEAT SHRINKABLE
2270 EA 2 5,500.00 11,000.00
JOINT
2280 JOINTING OF CABLE STRAIGHT THROUGH JOINT, HEAT SHRINKABLE JOINT EA 3 5,500.00 16,500.00
2290 JOINTING / SPLICING OF OFC CABLE, RESTORATION & END TO END TESTING EA 1 5,500.00 5,500.00
Total Price Excluding GST for GROUP- A for IOP&S excluding GST 5,13,20,294.00
SOR GROUP-B UPSTREAM UNIT
S.N. DESCRIPTION UOM QTY UNIT RATE EXCLUDING GST TOTAL AMOUNT EXCLUDING GST
ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS 0.00
Lump sum charges to carry out electrical repair and maintenance of light fittings including
HPMV, HPSV, and FLP (Type n & Ex-d). Tube light, Halogen & DC light fittings installed in
different location of UPSTREAM plants like GCU, GPU, FURNACE, LPG, LOADING AREA,
COOLING TOWER etc and also electrical maintenance of various service buildings, plant &
public buildings at different locations in GAIL complex. Repair and maintenance of all types
10 of batteries for battery charger & UPS of UPSTREAM area.
Month 24 2,47,520.00 59,40,480.00
Contractor shall have to carry out above jobs simultaneously at 5 different locations at
various US plant and non plant areas .Contractor has to keep all the light fittings in healthy
condition.
Each location shall have minimum 1 skilled & 1 semi skilled Assistance for execution of
work & work shall be done under strict supervision.

ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE AND SWITCHGEAR 0.00


Lump sum charges to carry out repair and maintenance of HT/LT switchgears,
transformers, capacitor banks, PCC, MCC, ASBs, VSD, MOVs, motors in all the substations
and plant area of UPSTREAM Unit and to provide assistance in repair and testing of
electrical equipment in field and workshop at GAIL, Pata.
20
Contractor shall have to carry out above jobs simultaneously at 3 different locations of UP Month 24 1,61,148.00 38,67,552.00
STREAM plants like GCU, GPU, FURNACE, LPG, LOADING AREA, COOLING TOWER etc .
Each location shall have minimum 1 High skilled & 1 semi skilled Assistance for executing
work & work shall be done under strict supervision.

ASSISTANCE IN MAINTENANCE OF BATTERIES 0.00


Lump sum charges to carry out repair and maintenance of all types of electrical system and
Job shall include Maintenance of electrical system in substation 8, LPG plants in General
shifts.
Contractor shall have to carry out above jobs simultaneously at 2 different locations of UP
30
STREAM plants like LOADING AREA, COOLING TOWER-3 & MCS etc Month 24 99,008.00 23,76,192.00
Job shall be done at Two locations at a time & one location shall have minimum 1 skilled &
1 semi skilled Assistance for proper execution of work & work shall be done under strict
supervision

ROUND THE CLOCK ASSISTANCE IN SS#11 & SS# 8 0.00

40
Providing assistance in operation & health monitoring of electrical system and providing
round the clock first-aid assistance as and when required to attend breakdown
40
maintenance jobs on electrical system in substation no.11, substation no.8 of GPU, GCU & Month 24 3,12,348.75 74,96,370.00
LPG plants on round the clock basis in THREE shifts (A, B, C).
Each shift shall require 2 High Skilled and 1 skiled category in repairing of electrical job.

Providing Highly-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in GCU-1, GPU-
50 EA 260 884.00 2,29,840.00
1 and LPG plant of PC-1. This will be purely on call basis.Unit of EA represents providing 8
hr. of services.
Providing skilled services to meet emergent situation & for carrying out any unforeseen /
contingent nature job not covered under SOR items (A1 to A4) in GCU-1, GPU-1 and LPG
60 EA 1054 757.00 7,97,878.00
plant of PC-1. This will be purely on call basis.Unit of EA represents providing 8 hr. of
services
Providing Semi-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in GCU-1,
70 EA 697 630.00 4,39,110.00
GPU-1 and LPG plant of PC-1. This will be purely on call basis.Unit of EA represents
providing 8 hr. of services
ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS 0.00
Lump sum charges to carry out electrical repair and maintenance of light fittings including
HPMV, HPSV, and FLP (Type n & Ex-d). Tube light, Halogen & DC light fittings installed in
different location of UPSTREAM plants like GCU, GPU, FURNACE, COMPRESSOR etc and
also electrical maintenance of various plant & public buildings at different locations in GAIL
10
complex as per SCC. Contractor shall have to carry out above jobs simultaneously at 3 Month 24 1,48,512.00 35,64,288.00
different locations at various upstream plant and non plant areas .For said job, Upstream
of PC-II shall have minimum 3 skilled & 3 semi skilled Assistance for assistance in execution
of work & work shall be done under strict supervision.

ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE AND SWITCHGEAR 0.00


"Lump sum charges to carry out repair and maintenance of HT/LT switchgears,
transformers, capacitor banks, PCC, MCC, ASBs, motors in all the substations and plant
area of UPSTREAM Unit and to provide assistance in repair and testing of electrical
equipment in field and substation at GAIL, Pata as per SCC , Contractor shall have to carry
20
out above jobs simultaneously at 3 different locations of UP STREAM plants like GCU, GPU, Month 24 1,61,148.00 38,67,552.00
FURNACE, COMPRESSOR etc. For said job, Upstream of PC-II shall have minimum 3 High
skilled & 3 semi skilled Assistance for assistance in executing work is required & work shall
be done under strict supervision.

ASSISTANCE IN MAINTENANCE OF BATTERIES 0.00


"Lump sum charges to carry out repair and maintenance of all types of batteries for battery
charger & UPS of UPSTREAM area .Job shall include Maintenance of cells of lead acid / Ni
Cd battery banks, including general cleaning, topping up of cells electrolyte, tightening of
cell's electrolyte, tightening of cell terminals/terminations, cleaning of caps & level
30
indicators, application of petroleum jelly, replacement & revival of batteries, container etc Month 24 49,504.00 11,88,096.00
as per SCC, Job shall be done at one location at a time & one location shall have minimum
1 skilled & 1 semi skilled Assistance for proper execution of work & work shall be done
under strict supervision.

ROUND THE CLOCK ASSISTANCE IN SS#31 & SS# 34 0.00

Providing assistance in operation & health monitoring of electrical system and providing
round the clock first aid assistance as and when required to attend breakdown
40 maintenance jobs on electrical system in substation 31, GCU plant, Substation 34, GPU
Month 24 3,12,348.75 74,96,370.00
plant, UPS, Charger as per SCC , Job will be carried out round the clock in 3 shifts. Each
shift shall require two experienced and qualified persons (2 Highly skilled and 1 skilled
technician) for assist the electrical job.
Providing Highly-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in GCU-2, GPU-
50 EA 260 884.00 2,29,840.00
2 plant of PC-2. This will be purely on call basis. Unit of EA represents providing 8 hr. of
skilled services.
Providing skilled services to meet emergent situation & for carrying out any unforeseen /
contingent nature job not covered under SOR items (A1 to A4) in GCU-2, GPU-2 plant of PC-
60 EA 1054 757.00 7,97,878.00
2. This will be purely on call basis.Unit of EA represents providing 8 hr. of skilled services.

Providing Semi-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in GCU-2, GPU-
70 EA 697 630.00 4,39,110.00
2 plant of PC-2. This will be purely on call basis.Unit of EA represents providing 8 hr. of
skilled services.
Installation and commissioning of following sizes exhaust fans with louver including
10 grouting of anchor Fasteners of suitable size, plastering etc, plastering etc. All the material
required shall be in the scope of supply of contractor.

20 Heavy Duty 300 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver EA 3 220.00 660.00

30 Heavy Duty 450 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver EA 5 220.00 1,100.00

Making hole in the wall for installation of following sizes of exhaust fan and plastering with
40
1:3:6 pcc to match the hole finishing with the wall.
Making suitable hole in the wall for fixing of 300 mm exhaust fan and plastering with 1:3:6
50 EA 1 220.00 220.00
pcc to match the hole finishing with the wall.
Making suitable hole in the wall for fixing of 450 mm exhaust fan and plastering with 1:3:6
60 EA 1 220.00 220.00
pcc to match the hole finishing with the wall.
Supply and installation of following tube light fixtures of approved make including all
70
material and labour.
Energy efficient Fixture 28 W , T-5 with single tube light / LED of Phillips/CGL/ Havells make
80 EA 5 844.00 4,220.00
decorative type recessed/surface mounted as approved by EIC.
Energy efficient Fixture 2 X28 W / 4 X 14W , T-5 with tube lighst / LED of
90 EA 2 1,210.00 2,420.00
Phillips/CGL/Havells make decorative type recessed/surface mounted as approved by EIC.
100 SUPPLY & INSTALLATION OF FANS:-
Supply and installation of Energy efficient 240 V wall mounted fan of 650 sweep
110 EA 2 2,200.00 4,400.00
Havells/GEC/crompton/Usha/Almonard make.
Fixing of High bay light fittings in ware house / Shed at a height ranging from 5 mtr to 15
120 EA 10 660.00 6,600.00
Mtr., Ladder will be provided by GAIL
Installation, testing and commissioning of 240V ceiling fan of 1200/1400 mm sweep with
130 EA 1 83.00 83.00
regulator and down rod with all accessories.
Removal of 1200/1400mm sweep ceiling fan including the cost of removal of all
140 EA 1 97.00 97.00
connections, tools and tackles required.
Installation, and connection of following types flameproof lighting fixture along with
150
control gears and junction boxes.
160 pole mounted EA 4 275.00 1,100.00
170 bracket/structure mounted EA 8 275.00 2,200.00
180 Ceiling mounted EA 14 256.00 3,584.00
190 Supply and replacement lamps in IIA/IIB/IIC lighting fixture in plant area.
200 LAMP,HPMV,125W,240V,ES-27,PHILIPS/BAJAJ/CG make EA 13 330.00 4,290.00
210 LAMP,HPMV,250W,250V,ES,PHILIPS/BAJAJ/CG make EA 10 440.00 4,400.00
220 LAMP,HPMV,400W,250V,ES,PHILIPS/BAJAJ/CG make EA 5 550.00 2,750.00
230 LAMP,HPSV,70W,240V,ES-27,PHILIPS/BAJAJ/CG make EA 5 440.00 2,200.00
240 LAMP,LED,9W/11 W ,240V,ES-27,PHILIPS/BAJAJ/CG make EA 44 193.00 8,492.00

Domestic wiring: Replacement of PVC insulated copper wire of following sizes in existing
250 concealed or surface conduit. This includes removal of burnt/ damaged wire, supply and
laying of new wires of same size making connections.
260 3/20,3/22,3/18 M 50 36.00 1,800.00
270 7/20, 7/22 M 50 41.00 2,050.00

Supply and fixing of casing caping flat conduit on walls/ wooden panels etc. The flat
280 conduit shall be of 1"/1.5" width and shall be fixed using PVC rawal plugs and wooden M 100 46.00 4,600.00
screws of appropriates size. Material shall be duly approved by EIC.
Supply and laying of FRLS PVC insulated copper wire of Havells/Phinolex make of following
290 sizes in flat PVC conduit/M.S conduit & casing caping, connections on both ends including
its necessary terminations.
300 3/20, 3/22,3/18 M 100 44.00 4,400.00
310 7/20, 7/22 M 25 57.00 1,425.00

Supply & fixing of 25 mm dia black enamelled M.S conduit(As per list of approved makes
Annexure-5 of SCC part-B) on walls including supply of conduit, clamps, bends, unions,
320 M 2 91.00 182.00
Heavy duty saddles,MS junction boxes, all other required hardwares and accessiories, etc,
as per the direction of engineer in charge.
Supply & fixing of 25 mm PVC heavy gauge conduit (As per list of approved makes
Annexure-5 of SCC part-B)on walls including supply of conduit, clamps, bends, unions,all
330 M 15 63.00 945.00
other required hardwares and accessiories, PVC junction boxes and saddles etc, as per the
direction of engineer in charge.
Circuit wiring using 3Cx 2.5 armoured cable including the cost of Heavy Duty pressure
340 M 50 36.00 1,800.00
saddles, its welding, clamps , and lobour etc.
Circuit wiring in hazardous area using 3Cx 2.5 armoured cable including the cost of
350 M 69 42.00 2,898.00
pressure saddles, clamps ,screws and lobour etc.
Supply and fixing of ready made PVC modules of anchor make containing following switch
360
sockets of anchor make with all accessories
370 1nos 6 pin 15 amp switch socket of " anchor "make EA 104 201.00 20,904.00
380 1 nos 5 pin 5 amp switch socket of "anchor " make EA 33 110.00 3,630.00
390 Supply and fixing of 3Cx2.5 sqmm flexible copper cable in the above modules M 12 99.00 1,188.00
Supply and fixing of metallic outlet boxes(surface mounted) with 3mm thick hylem sheet
400 top with following switches and receptacles including the cost of all material and labour to
complete the job.
410 5 amp, 240 V piano type switch of anchor make. EA 51 143.00 7,293.00
420 15 amp, 240 V piano type switch, anchor make. EA 4 184.00 736.00
430 5 amp, 240 V receptacle with piano type switch of anchor make. EA 49 286.00 14,014.00
440 15 amp, 6 pin, 240 V receptacle with piano type switch of anchor make. EA 23 367.00 8,441.00
20 amp industrial type metal clad switch socket with 20 amp MCB of MDS/Havells make
450 EA 15 641.00 9,615.00
with plug top
Supply & fixing of PVC / wooden distribtuin boxes with following switched & sockets- 02
460 EA 25 495.00 12,375.00
15A anchor make switch socket & 02 no 5A switch & sockets.
Supply, installation and commissioning of following double door 3- phase lighting and
power DBs( Legrand / C&S / Havells make only ) surface mounted having one no. 4 pole
470
40/63 amp RCCB as incoming including supply of RCCB and single pole MCBs as outgoing
including the cost of MCBs`, consumables and labour to complete the job.
480 4 way with 10/16/20/32 amp single pole MCBs EA 3 10,450.00 31,350.00
490 6 way with 10/16/20/32 amp single pole MCBs EA 3 12,100.00 36,300.00
500 8 way with 10/16/20/32 amp single pole MCBs EA 3 12,466.00 37,398.00
Maintenance /fault rectification of aviation light installed on chiminy etc in boiler and
510 process plant area. Job includes replacement of lamp and other spares to rectify the light EA 1 1,815.00 1,815.00
fitting. Spares shall be supplied by GAIL.
520 Supply & installation of MCBSs & ELCBs/RCCBs of reputed makes
530 4 pole 40A MCB EA 1 1,026.00 1,026.00
540 4 Pole 63A MCB EA 1 1,246.00 1,246.00
550 4 Pole 40A ELCB/RCCB EA 1 3,410.00 3,410.00
560 4 Pole 63A TPN ELCB/RCCB EA 1 3,484.00 3,484.00
570 4 Pole 63A TPN RCCBO (ELCB + RCCB) EA 1 3,575.00 3,575.00
580 1 Pole 10A/16A/20A MCB EA 5 187.00 935.00
590 2 Pole 10A16A/20A MCB EA 1 606.00 606.00
600 Installation of MCCBs, & ELCBs/ RCCBs, material will be provided by GAIL
610 3 Phase TPN 40A/63A MCB EA 5 55.00 275.00
620 3 Phase TPN 40A/63A ELCB/RCCB EA 5 55.00 275.00
630 1-2 Pole 10A/16A/20A MCB EA 5 55.00 275.00
640 CABLE LAYING
Excavation and backfilling of cable trench in soft soil and soft rock upto 1.5 meter depth
650 M3 728 1,416.00 10,30,848.00
including dewatering of water logging and bush cleaning if required.
RCC/ PCC/HARD SURFACE : Excavation and backfilling with poring water to make suface
for cable trench Size 750 x400 mm maximum in RCC/PCC and hard surfaces in plant
660 M3 375 1,980.00 7,42,500.00
prephrical or existing cable trench etc. The works also include the supply of bricks ,sand as
required.
670 Cutting of roads/ floors/drains/ soft rocks etc. and remaking the same as original M3 8 303.00 2,424.00
680 Cutting of RCC floors for laying of pipe, cables etc. M3 6 1,100.00 6,600.00
Making Road crossinging of RCC/Tar Road by Horizontal Directional Drilling(HDD) either
690 through M/c or Manual drilling without disturbing road surface for laying of 6'' dia GI M 75 734.00 55,050.00
pipe for cable laying.
Preparation of cable trench bottom in already excavated trench and preparation of fine
700 M3 150 990.00 1,48,500.00
sand bed as per the instruction of EIC. Supply of sand is in contractor scope supply.

Supply/ Installation/ laying of approved second class bricks of 75mm thickness, cover after
710 M2 300 239.00 71,700.00
laying of cable and sand filling in cable trench as per direction of EIC.
Supply and laying of GI pipe "B" class of following sizes in already excavated trench/ above
720
ground.
730 32 mm M 50 262.00 13,100.00
740 38 mm M 50 308.00 15,400.00
750 50mm M 100 426.00 42,600.00
760 75mm M 50 715.00 35,750.00
770 100mm M 75 987.00 74,025.00
780 150mm M 25 1,540.00 38,500.00

Laying of HT/LT armoured PVC/XLPE armoured cable of following external overall diameter
on cable trays/ in open trench/cable rack/in hume pipe/GI pipes/in underground cable
trench/ on walls/MS structure including unrolling of cable, clamping fabrication of clamps,
790 dressing/fixing of clamps/cleats/welding of saddles etc. tagging of cables as per direction
of EIC.In case of water logging in cable trench, Contractor shall arrange for dewatering of
the trench. This includes transportation of cable from central store/cable yard etc and
unrolling at site.
800 Upto and including 30mm dia. M 9986 11.00 1,09,846.00
810 Above 30mm upto & including 50mm dia M 3500 15.00 52,500.00
820 Above 50mm upto & including 100mm dia M 1875 36.00 67,500.00
830 Above 100mm upto & including 125mm dia M 2500 44.00 1,10,000.00
Removal of already laid LT/HT armoured cables of following overall dia from aleady
excavated trenches/cable racks/wall/ MS structure/open cable trench/GI trays etc.
840
including removal of GI wire/earth, rolling of cable drums, transportation of cable to store
after measurement as per the direction of EIC.
850 Upto and including 30mm dia. M 125 6.00 750.00
860 Above 30mm upto & including 50mm dia M 75 8.00 600.00
870 Above 50 mm upto & including100mm dia. M 25 12.00 300.00
880 Above 100mm upto & including 125mm dia M 10 14.00 140.00
Dressing of already laid power and control cables in existing cable trays of all sizes
890 M 40 25.00 1,000.00
including tagging as per requirement. Tags shall be supplied by the contractor.
Making heat shrinkable straight joints of PVC insulated aluminum conductor armoured
900 cable of 1.1KV grade of following sizes including supply of jointing kit and other
accessories. Make of kit shall be Raychem / Mseal only.
910 Upto and including 30mm dia EA 5 2,750.00 13,750.00
920 Above 30mm upto & including 50mm dia EA 8 3,924.00 31,392.00
930 Above 50mm upto & including 100mm dia EA 5 5,684.00 28,420.00

Supply grouting and fixing of cable route markers along the cable route. It includes
construction of concretes blocks(PCC) in ratio of 1:3:6 0f size 300mmx300mmx300mm.The
cable marker of total length 800mm made of MS angle iron of size 50x50x5.Excavation and
940 then fixing of cable route marker block in paved/unpaved areas and making it good as EA 8 371.00 2,968.00
required including supply and fixing of suitable plate lettering HT/LT cables in projected
letters of size 40 mm and 2 mm thick as per the direction of EIC.. Supply of all material shall
be in the contractors scope.

CABLE TERMINATION:Termination of PVC insulated following size armoured cables(Upto


1100V grade) and connection of leads including the supply of lugs drilling of holes in gland
950
plates, fixing of gland, cutting, stripping of cable insulation/armour/sheath, crimping of lug
onto the conductor, clamping of cable cores, marking with wire no. and ferrules etc.
960 Power cables
970 Upto and including 30mm dia EA 13 63.00 819.00
980 Above 30mm upto & including 50mm dia EA 1 64.00 64.00
990 Above 50mm upto & including 100mm dia EA 1 212.00 212.00
1000 Control cables
1010 From 2 to 7 cores & conductor size 2.5 sq mm EA 1 63.00 63.00
1020 From 8 to 19 cores & conductor size 2.5 sq mm EA 1 63.00 63.00
1030 From 20 to 30 cores & conductor size 2.5 sq mm EA 1 63.00 63.00
1040 Supply & fixing of single compression gland
1050 Upto and including 30mm dia EA 3 129.00 387.00
1060 Above 30mm upto & including 50mm dia EA 3 190.00 570.00
1070 Above 50mm upto & including 100mm dia EA 2 311.00 622.00
1080 Supply & fixing of double compression gland
1090 Upto and including 30mm dia EA 2 256.00 512.00
1100 Above 30mm upto & including 50mm dia EA 1 366.00 366.00
1110 Above 50mm upto & including 100mm dia EA 1 586.00 586.00
1120 CABLE FAULT LOCATION
To locate the following cable fault in LT/HT power cable of all sizes with the help of cable
1130 fault locator to be arranged by the contractor. work shall be done as per the direction of EA 5 8,250.00 41,250.00
EIC.This excludes the excavation, backfilling if required during fault finding.
1140 LIGHT POLE ERECTION & REPAIR
Supply and Erection of MS pole/GI pole of following length in cement concrete of
ratio(1:3:6) foundation as per enclosed specifications/drawing including excavation upto
1150 1/6th length of pole, refilling muffing as required laying GI pipe for cable entry, laying and
connection of earth strip/GI wire from the nearest earth point, cement concrete, pole and
sand will be in the contractor scope of supply.
1160 Short pole (upto 6 meter height) EA 2 2,750.00 5,500.00
1170 Sreet pole (upto 10 meter height) EA 10 15,584.00 1,55,840.00
Supply and erection of platform lighting J pole of approx. 3 meter height with all
1180 EA 1 1,284.00 1,284.00
accessories and material as per the direction of EIC.
Dismantling the existing 12.00 /10.00 mtrs damaged / week MS tubular street light poles
from the existing position. the works including excavation, removing of pole, breaking of
1190 concrete foundation, shifting of old MS pole with garbage from existing location to 8 4,400.00 35,200.00
electrical store/yard or to location as decided by EIC . Excavated area of founadtion to be
levelled to original ground level up to the satisfaction of EIC.

Supply, erection and commissioning of weather proof power coated junction box size
(approx to this is only indicative purpose) 275mm(H)X 250mm(W)X 150mm(D) 16 SWG
thickness with hinge,canopy, locking arrangement including cable entry holes ,back side 12
mm dia nipple well push fitted with pole, earthing connection from pole to earting strip
1200 with 10 mm GI rope including lugs and connectors to accommodate 4CX16/25/35 Sqmm 15 990.00 14,850.00
cable glands, 2/6 Amp MCB arrangement, 2/3 nos. glanding hole and also providing
necessary 45X5 mm GI clamp for mounting the junction box on the MS tubular pole with
cadium coated nut bolts & washer.MCB chanel & conector chanel should be provided
inside the JBs.gland should be proper fitted with JBs & cables.

Repair of tilted street light pole including cutting straightening and welding etc. as required
and providing outer casing pipe, of size of suitable dia and of maximum length of 0.5
1210 EA 5 220.00 1,100.00
meter, for straightening of pole joint wherever found necessary. All material and
manpower required shall be in the contractor' scope of supply.
Repair of muffing of security/street light or short pole including casting of new muffing
1220 with PCC (1:3:6) for the pole as required. All material and manpower required shall be in EA 3 459.00 1,377.00
the contractor' scope of supply.
Supply and replacement of LED aviation light mounted on the middle / top of process
1230 EA 1 5,390.00 5,390.00
tower and chemney
Supply and replacement of GLS2 X 100 watt aviation light mounted on the middle / top of
1240 EA 2 2,530.00 5,060.00
process tower and chemney
1250 EARTH PITS
Testing of earthing system of electrical and cathodic protection system(anode bed)-
Checking and testing of earthpit resistance(individual & with grid) including cleaning of
1260 earth pits and connection tightening of bolts including supply of required size Cd coated EA 94 129.00 12,126.00
bolts and applying petroleum jelly on connection as directed by EIC. Only earth tester shall
be supplied by GAIL.
Salt Treatment of Earth pit with salt and water sloution to achive a desirable resistance
1270 value (individual & with grid) as directed by EIC.Salt and other materials are in the scope EA 75 190.00 14,250.00
of the contractor ,only earth tester shall be provided by GAIL.
Earth continuity checking of vessel/exchanger/column:Measuring resistance of each earth
1280 strip with nearest earth pit,Measuring resistance of vessel with nearest earth pit,cleaning EA 13 94.00 1,222.00
and tightening of connecting earth strip.
Supply installation testing and commissioning of earth pit with B class GI Earth electrode
of 65 mm dia., height complete including excavation, backfilling, making of earth pit as per
1290
IS:3043 including supply of required material. Chamber shall be provided with the MS
hinged cover , as per the direction of the EIC.
1300 In soft soil/ soft rock EA 5 5,684.00 28,420.00
1310 In hard rock/RCC/PCC EA 9 6,050.00 54,450.00
Supply and fixing of earth pit MS hinged 6mm chequere plate cover with frame, on existing
1320 EA 35 1,504.00 52,640.00
earth pits with 50X50X6 MS channel of size 600X600 mm.
Repairing of earth pit chambers including the cost of brick work/PCC(1:3:6) and labour to
1330 EA 125 404.00 50,500.00
complete the job.
Supply of SS Nut bolt with washer M8 X 50 mm for earthpit, earthplate, motor and vessel
1340 EA 100 22.00 2,200.00
earthing maintenance
Supply of SS Nut bolt with washer M10 X 50 mm for earthpit, earthplate, motor and vessel
1350 EA 200 31.00 6,200.00
earthing maintenance
1360 PAINTING
Painting / writing numbers and letters of following sizes, on ceiling fans / panels /
distribution boards, poles etc., as required after making proper base with White / yellow
1370
paint. Paint, brush, stencil, etc., shall be supplied by the contractor. Paint shall be approved
by EIC prior to it's use.
1380 Size upto and including 25mm EA 22500 1.00 22,500.00
1390 Size > 25mm <= 50mm EA 88079 2.00 1,76,158.00
1400 Size > 50mm <= 100mm EA 38911 2.00 77,822.00
Background Painting : Background painting with White / Yellow / Black colour paint for
writing of letters/numbers on Electric equipment, earth pits, other surfaces as required.
1410 Paint, brush, stencil etc. alongwith other consumables shall be supplied by the contractor. EA 10000 2.00 20,000.00
Proper surface preparation to be done prior to background painting of the colour as per
direction of EIC. Paint shall be approved by EIC.

Painting of lighting poles and other electrical equipments with Berger / Shalimar / Asian
1420 enamel paint. In the shades to be decided by the EIC. Job shall be done to the satisfaction
of the EIC and it includes supply of all material and consumables required for the job.

Supply and application of one coat of light build zinc phosphate primer after making
1430 M2 1125 31.00 34,875.00
preparation of surface to be painted with the help of wire brush, emery or sand paper.
Supply and application of two coat of first quality synthetic enamel paint / aluminum paint
1440 after making preparation of surface to be painted with the help of wire brush, emery or M2 1500 99.00 1,48,500.00
sand paper.
Supply and application of one coat of first quality synthetic paint / al. paint after making
1450 M2 3000 66.00 1,98,000.00
preparation of surface to be painted with the help of wire brush, emery or sand paper.
Supply and application of two coat of epoxy paint of approved make as per the direction of
1460 engineer in charge by spray painting machine including the cost of paint and labour to M2 25 99.00 2,475.00
complete the job.
Cleaning of rubber mats of size 1 m X 1m 50 and thickness upto 15 mm with the help of
1470 water / detergent. The job includes lifting and shifting of rubber mats from the location to EA 2 61.00 122.00
out side substation and back to location after washing and drying.
1480 FABRICATION
Supply & erection of following prefabricated hot dipped galvanized slotted straight run
1490 channel cable tray 10mm thick , for supporting power and control cables all labour and
material complete as per the direction of engineer in charge
1500 100 mm M 6 91.00 546.00
1510 150 mm M 6 129.00 774.00
1520 300mm wide M 5 146.00 730.00
1530 600mm wide M 69 220.00 15,180.00
1540 750mm wide M 1 294.00 294.00

Supply, Fabrication and erection of MS base frames, supports for switchgear, push buttons
and brackets for miscellaneous electrical equipments. Cable and cable tray support out of
rolled MS sections, pipes, plates etc. including welding, bolting, reverting, supply of
necessary anchor bolts and grouting etc. Supply of paint and including applying one anti
1550 KG 1925 81.00 1,55,925.00
rust coat of primer and two finished coats of approved synthetic enamel paint including
breaking walls, floor etc for structures as required & making good the same, including
supply of all GI hardware material, all labour and materials complete as per direction of
Engineer in charge.

Fabrication and erection of MS base frames, supports for switchgear, push buttons and
brackets for miscellaneous electrical equipments. Cable and cable tray support out of
rolled MS sections, pipes, plates etc. including welding, bolting, reverting, supply of
necessary anchor bolts and grouting etc. Supply of paint and including applying one anti
1560 KG 1318 25.00 32,950.00
rust coat of primer and two finished coats of approved synthetic enamel paint including
breaking walls, floor etc for structures as required & making good the same, all labour and
materials complete as per direction of Engineer in charge.(All hardware material except
paint shall be supplied by GAIL.)

Supply, installation and erection of canopies of miscellaneous outdoor equipments like


motors, Welding receptacles, Local control stations, switchboards etc for rain/weather
1570 KG 1210 121.00 1,46,410.00
protection of 16 SWG ( 1.6mm) steel sheet including the cost of sheet, hardware, painting
and labour etc. to complete the job. As per the direction of EIC.

Supply, fabrication and installation of 22 SWG GI sheet covers for cable trays, including
1580 M2 69 476.00 32,844.00
necessary hardwares, including all labour and materials as per the direction of EIC.

Supply, fabrication & installation of dust & vermin proof sheet steel(16 SWG) junction box,
bus bar chamber, distribution board weather proof (IP-54) for out door installation with
1590 KG 1 366.00 366.00
gland plate, gaskets, locking system and fixing arrangement of accessories like MCB,
terminal block est.’s per instruction of EIC.
Supplying and installation of M.S chequered plate of 6mm thickness for covering floor
opening etc. including finishing of edges of cable trench with PCC and sides of chequered
1600 M2 75 1,320.00 99,000.00
plate, sealing of joints, painting with all labour and material complete as per direction of
Engineer in charge.
Repairing of chequred plates including the cost of cutting and grinding the sides as required
1610 M2 7 110.00 770.00
and also repairing of edges of cable trench with PCC of high strength.
Supply, drilling in RCC and fixing of metallic anchor fasteners for supporting of cable trays,
1620 miscellaneous electrical switch gears and supports including all material and labour to
complete the job.
1630 6 mm EA 1 13.00 13.00
1640 8 mm EA 8 17.00 136.00
1650 10 mm EA 87 21.00 1,827.00
1660 12 mm EA 1 24.00 24.00
1670 14 mm EA 9 29.00 261.00
1680 GI STRIP, ROPE & WIRE, MAT
Supply, installation and connection of following GI earthing strip/wire/rope/plate along the
cable trenches and cable trays or fixing to walls or structures or buried individually in paved
1690 /unpaved areas including welding of joints, providing anti corrosive paint or bitumen and
jute covering for welded portion, clamping and necessary hardware for connecting,
including all labour and materials complete as per direction of EIC.
1700 50X8 mm GI strip M 3 228.00 684.00
1710 40x5 mm GI strip M 1001 143.00 1,43,143.00
1720 75x10 mm strip M 2 182.00 364.00
1730 3/8"(10 mm) flexible GI rope M 131 101.00 13,231.00
1740 5/8"(16 mm) flexible GI rope M 35 107.00 3,745.00
1750 8 SWG GI wire M 169 20.00 3,380.00
1760 16 SWG wire M 1 20.00 20.00
1770 360x80x10 mm GI earth plate EA 2 294.00 588.00
Dressing of already laid earth strip with aluminum strip clamp including supply of clamps
1780 M 2 33.00 66.00
and other accessories.
Supply of earthing clamp with one number welding holder & 10 meter long 16 sq mm PVC
1790 EA 1 880.00 880.00
insulated copper conductor flexible cable.
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF HAVING NOMINAL THICKNESS
OF 2.0 MM CONFORMING TO IS 15652: 2006, CLASS # A, FLAT SURFACE FINISH FOR
1800 M2 100 484.00 48,400.00
WORKINGUP UPTO 3.3 KV, including cutting in required shape, including all labour and
material as per the directions of EIC
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT HAVING NOMINAL THICKNESS OF
2.5 MM CONFORMING TO IS 15652: 2006,CLASS # B FLAT SURFACE FINISH FOR
1810 M2 50 605.00 30,250.00
WORKINGUP TO 11 KV including cutting in required shape, including all labour and material
as per the directions of EIC
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF NOMINAL THICKNESS 3.0 MM
CONFORMING TO IS 15652: 2006, CLASS # C FLAT SURFACE FINISH FOR WORKING UPTO 33
1820 M2 20 726.00 14,520.00
KVincluding cutting in required shape, including all labour and material as per the
directions of EIC
Supply of unskilled manpower for carrying out any unforeseen/ contingent nature job not
1830
covered under above items. This will be purely on call basis an and when required.
1840 Unskilled manpower EA 1550 550.00 8,52,500.00
1850 Welder with welding M/C and all accessories. EA 450 1,650.00 7,42,500.00
1860 Supply and application of electrical consumable at electrical system as per direction of EIC

RTV SEALANT, SILICONE SEALANT, MOISTURE RESISTANT, WITH APPLICATOR GUN, TYPE-
NEUTRAL, TEMPERATURE STABILITY -40ºC TO 150ºC, EXPIRY- MIN. 06 MONTHS FROM
1870 EA 100 138.00 13,800.00
DATE OF SUPPLY. 1 PACK=310 ML (Make-STANVAC/ DOW CORNING/ BOSS) for sealing of
lighting and power distribution board / motor TB
ELECTRONIC COMPONENT CLEANER IN 500 ML CAN (Make - STANVAC/OKS 2621/ASV
1880 EA 100 330.00 33,000.00
ENVIRO) for switchgears maint.
ALUMINIUM TAPE 2" 50 MICRON OF 20 Mts roll for sealing of lighting and power
1890 EA 100 66.00 6,600.00
distribution board / motor TB
1900 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Red colour) EA 100 15.00 1,500.00
1910 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Yellow colour) EA 100 15.00 1,500.00
1920 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Blue colour) EA 100 15.00 1,500.00
1930 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Black colour) EA 100 15.00 1,500.00
MAINTENANCE OF FEEDERS :
Maintenance of following feeders including cleaning, tightening of connections,
replacement of defective
1940
components/spares. All consumables like cotton cloth, screws, nut bolts est.#s required,
shall be supplied by
the contractor. All spares shall be supplied by GAIL.
1950 Lighting panels EA 1 83.00 83.00
1960 Motor contactor feeders including LCS EA 10 83.00 830.00
1970 Switch fuse units(16 amp to 630 amp) EA 5 83.00 415.00
1980 Welding receptacles flameproof EA 2 83.00 166.00
1990 Welding receptacle non-flameproof EA 2 83.00 166.00
2000 Single phase, 24 V socket EA 2 138.00 276.00
2010 Supply of 33 KV Grade Heat shrinkable indoor end termination kit
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX185MM2, 33 KV, XLPE COPPER,
2020 EA 1 20,350.00 20,350.00
EARTHED, INDOOR
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX300MM2, 33 KV, XLPE COPPER,
2030 EA 1 18,150.00 18,150.00
EARTHED, INDOOR
2040 33 KV Grade Heat shrinkable straight through termination kit
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX185 SQ MM, 33 KV, XLPE
2050 EA 1 22,000.00 22,000.00
COPPER, EARTHED, INDOOR
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX300 SQ MM, 33 KV, XLPE
2060 EA 2 35,200.00 70,400.00
COPPER, EARTHED, INDOOR
2070 6.6 KV Grade Heat shrinkable indoor end termination kit
2080 HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx185MM2, 6.6KV, UNEARTHED EA 1 19,066.00 19,066.00
2090 6.6 KV Grade Heat shrinkable straight through termination kit
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx185MM2,6.6KV,
2100 EA 1 16,684.00 16,684.00
UNEARTHED
JOINTING OF CABLE END TERMINATION, INDOOR / OUTDOOR TYPE , HEAT SHRINKABLE
2110 EA 2 5,500.00 11,000.00
JOINT
2120 JOINTING OF CABLE STRAIGHT THROUGH JOINT, HEAT SHRINKABLE JOINT EA 3 5,500.00 16,500.00
2130 JOINTING / SPLICING OF OFC CABLE, RESTORATION & END TO END TESTING EA 1 5,500.00 5,500.00

Total Price Excluding GST for GROUP- B for Upstream Unit excluding GST 4,54,72,966.00
SOR GROUP C DOWNSTREAM UNIT
S.N. DESCRIPTION UOM QTY UNIT RATE EXCLUDING GST TOTAL AMOUNT EXCLUDING GST
10 ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS
Lumpsum charges to carry out repair and maintenance of HPMV, HPSV, Halogen, LED &
DC lights and Tube lights fittings installed at SS-12 substation, other buildings at different
locations of PC-1 downstream plant areas like LLDPE-1, BUTENE-1, HDPE-1, PTD-1 Bagging
lines (excluding PTD-1 warehouse high bay lights), including FLP (Ex-n, Ex-e & Ex-d) fittings.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Each location shall have minimum 1 skilled & 1 semi-skilled services with proper tools &
Month 24 1,48,512.00 35,64,288.00
tackles, consumables, PPEs etc. for execution of work. Job shall be done under highly
skilled supervision to ensure strict compliance of safety & quality of services as per SOP
and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause.

20 ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE AND SWITCHGEAR AND


OPERATION & ROUTINE MAINTENANCE OF LIFT AND MOTOR CLEANING OF EXTRUDER
AREA
Lumpsum charges to carry out repair, maintenance and providing assistance in testing of
HT/LT Switchgears, Panels, PCC, MCC, ASBs, Motors, Transformers and Capacitor banks in
SS-12 substation and PC-1 downstream plant areas like LLDPE-1, BUTENE-1, HDPE-1, PTD-1
Bagging lines.Day to day maintain for healthiness of DS-1 lift. Job shall include general
cleaning, checking of lift operation and regular cleaning of motors in polymer prone area.
Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Each location shall have minimum 1 Highly-skilled & 1 semi-skilled services with proper Month 24 1,61,148.00 38,67,552.00
tools & tackles, consumables, PPEs etc. for execution of work. Job shall be done under
highly skilled supervision to ensure strict compliance of safety & quality of services as per
SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause.

30 ASSISTANCE IN MAINTENANCE OF BATTERIES 0.00


Lumpsum charges to carry out repair and maintenance of various types of batteries
installed at SS-12 substation, PC-1 downstream plant areas like LLDPE-1, BUTENE-1, HDPE-1
& PTS-1 Bagging lines. Job shall include Maintenance of Lead acid / Ni-Cd, VRLA battery
banks, including general cleaning, topping up of electrolyte, tightening of cell
terminals/cable terminations, cleaning of caps & level indicators, containers etc.,
replacement & revival of batteries, application of petroleum jelly and maintaining proper
maintenance records as required as per direction of EIC.ontractor shall have to carry out
Month 24 49,504.00 11,88,096.00
above jobs at 1 location at a time.
Each location shall have minimum 1 skilled & 1 semi-skilled services with proper tools &
tackles, consumables, PPEs etc. for execution of work. Job shall be done under highly
skilled supervision to ensure strict compliance of safety & quality of services as per SOP
and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause.

40 ROUND THE CLOCK OPERATION ASSISTANCE IN SS#12 0.00


Providing round the clock assistance at SS-12 for operation & health monitoring of various
electrical equipments of PC-1 downstream plants like LLDPE-1, BUTENE-1, HDPE-1, PC-1
bagging lines, DG set and substations.
Job shall be carried out round the clock in 3 shifts. Each shift shall require 3 highly skilled &
Month 24 4,21,392.50 1,01,13,420.00
1 skilled services with proper tools & tackles, consumables, PPEs etc. for execution of
work. Job shall be done under strict compliance of SOP as per direction of Shift-in-Charge /
EIC. In case of non-availability of appropriate services, recovery will be made as per SCC
clause.
Providing Highly skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in HDPE-1,
50 EA 470 884.00 4,15,480.00
LLDPE-1, BUTENE-1 & PC-1 bagging lines. This will be purely on call basis.

Providing skilled services to meet emergent situation & for carrying out any unforeseen /
contingent nature job not covered under SOR items (A1 to A4) in HDPE-1, LLDPE-1, BUTENE-
60 EA 920 757.00 6,96,440.00
1 & PC-1 bagging lines. This will be purely on call basis.

Providing Semi skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (A1 to A4) in HDPE-1,
70 EA 1270 630.00 8,00,100.00
LLDPE-1, BUTENE-1 & PC-1 bagging lines. This will be purely on call basis.

ASSISTANCE IN MAINTENANCE OF LIGHT FITTINGS 0.00


Lumpsum charges to carry out repair and maintenance of HPMV, HPSV, Halogen, LED &
DC lights and Tube lights fittings installed at SS-18 & SS-35 substations, other buildings at
different locations of PC-2 downstream plant areas like LLDPE-2, New BUTENE-1, HDPE-2,
PTD-2 Bagging lines (excluding PTD-2 warehouse high bay lights), including FLP (Ex-n, Ex-e
& Ex-d) fittings.
10 Contractor shall have to carry out above jobs simultaneously at 3 different locations.
Month 24 1,48,512.00 35,64,288.00
Each location shall have minimum 1 skilled & 1 semi-skilled services with proper tools &
tackles, consumables, PPEs etc. for execution of work. Job shall be done under highly
skilled supervision to ensure strict compliance of safety & quality of services as per SOP
and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause.

ASSISTANCE IN MAINTENANCE MOTOR MAINTENANCE, SWITCHGEAR AND OPERATION


& ROUTINE MAINTENANCE OF DS-2 LIFT AND MOTOR CLEANING OF EXTRUDER AREA 0.00
Lumpsum charges to carry out repair, maintenance and providing assistance in testing of
HT/LT Switchgears, Panels, PCC, MCC, ASBs, Motors, Transformers and Capacitor banks in
SS-18 & SS-35 substations and PC-2 downstream plant areas like LLDPE-2, New BUTENE-1,
HDPE-2 and PTD-2 Bagging lines. Day to day maintain for healthiness of DS-2 lift. Job shall
include general cleaning, checking of lift operation and operate the lift (LLDPE-2) in general
shift while using by field persons for material shifting and regular cleaning of motors in
20
polymer prone area.
Contractor shall have to carry out above jobs simultaneously at 3 different locations. Month 24 1,61,148.00 38,67,552.00
Each location shall have minimum 1 Highly-skilled & 1 semi-skilled services with proper
tools & tackles, consumables, PPEs etc. for execution of work. Job shall be done under
highly skilled supervision to ensure strict compliance of safety & quality of services as per
SOP and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause.

ASSISTANCE IN MAINTENANCE OF BATTERIES 0.00


Lumpsum charges to carry out repair and maintenance of various types of batteries
installed at SS-18 & SS-35 substations. Job shall include Maintenance of Lead acid / Ni-Cd /
VRLA battery banks, including general cleaning, topping up of electrolyte, tightening of cell
terminals/cable terminations, cleaning of caps & level indicators, containers etc.,
replacement & revival of batteries, application of petroleum jelly and maintaining proper
maintenance records as required as per direction of EIC. Minimum 1 skilled & 1 semi-
30
skilled services is required for battery maintenance job. Month 24 49,504.00 11,88,096.00
Contractor shall have to carry out above jobs at 1 location at a time with proper tools &
tackles, consumables, PPEs etc. for execution of work. Job shall be done under highly
skilled supervision to ensure strict compliance of safety & quality of services as per SOP
and direction of EIC. In case of insufficient services recovery will be made as per SCC
clause.

ROUND THE CLOCK ASSISTANCE IN SS-18 & SS#35 0.00


Providing round the clock assistance at SS-18 & SS-35 for operation & health monitoring of
various electrical equipments of PC-2 downstream plants like LLDPE-2, New BUTENE-1,
HDPE-2, PC-2 bagging lines, DG sets and substations.
40 Job shall be carried out round the clock in 3 shifts. Each shift shall require 3 Highly-skilled &
Month 24 4,21,392.50 1,01,13,420.00
1 skilled services with proper tools & tackles, consumables, PPEs etc. for execution of
work. Job shall be done under strict compliance of SOP as per direction of Shift-in-Charge /
EIC. In case of non-availability of appropriate services, recovery will be made as per SCC
clause.
Providing Highly-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (B1 to B4) in HDPE-2,
50 EA 404 884.00 3,57,136.00
LLDPE-2, New BUTENE-1 and PC-2 bagging lines. This will be purely on call basis.

Providing skilled services to meet emergent situation & for carrying out any unforeseen /
contingent nature job not covered under SOR items (B1 to B4) in HDPE-2, LLDPE-2, New
60 EA 800 757.00 6,05,600.00
BUTENE-1 and PC-2 bagging lines. This will be purely on call basis. Unit of EA represents
providing 8 hr. of skilled services.
Providing Semi-skilled services to meet emergent situation & for carrying out any
unforeseen / contingent nature job not covered under SOR items (B1 to B4) in HDPE-2,
70 EA 800 630.00 5,04,000.00
LLDPE-2, New BUTENE-1 and PC-2 bagging lines. This will be purely on call basis.

Installation and commissioning of following sizes exhaust fans with louver including
10 grouting of anchor Fasteners of suitable size, plastering etc, plastering etc. All the material
required shall be in the scope of supply of contractor.

20 Heavy Duty 300 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver EA 3 220.00 660.00

30 Heavy Duty 450 mm dia 1 phase, 4 pole wall mounting type exhaust fan with louver EA 3 220.00 660.00

Making hole in the wall for installation of following sizes of exhaust fan and plastering with
40
1:3:6 pcc to match the hole finishing with the wall.
Making suitable hole in the wall for fixing of 300 mm exhaust fan and plastering with 1:3:6
50 EA 1 220.00 220.00
pcc to match the hole finishing with the wall.
Making suitable hole in the wall for fixing of 450 mm exhaust fan and plastering with 1:3:6
60 EA 1 220.00 220.00
pcc to match the hole finishing with the wall.
Supply and installation of following tube light fixtures of approved make including all
70
material and labour.
Energy efficient Fixture 28 W , T-5 with single tube light / LED of Phillips/CGL/ Havells make
80 EA 20 843.70 16,874.00
decorative type recessed/surface mounted as approved by EIC.
Energy efficient Fixture 2 X28 W / 4 X 14W , T-5 with tube lighst / LED of
90 EA 2 1,210.00 2,420.00
Phillips/CGL/Havells make decorative type recessed/surface mounted as approved by EIC.
100 SUPPLY & INSTALLATION OF FANS:-
Supply and installation of Energy efficient 240 V wall mounted fan of 650 sweep
110 EA 3 2,200.00 6,600.00
Havells/GEC/crompton/Usha/Almonard make.
Fixing of High bay light fittings in ware house / Shed at a height ranging from 5 mtr to 15
120 EA 94 660.00 62,040.00
Mtr., Ladder will be provided by GAIL
Installation, testing and commissioning of 240V ceiling fan of 1200/1400 mm sweep with
130 EA 2 82.50 165.00
regulator and down rod with all accessories.
Removal of 1200/1400mm sweep ceiling fan including the cost of removal of all
140 EA 1 96.80 96.80
connections, tools and tackles required.
Installation, and connection of following types flameproof lighting fixture along with
150
control gears and junction boxes.
160 pole mounted EA 1 275.00 275.00
170 bracket/structure mounted EA 138 275.00 37,950.00
180 Ceiling mounted EA 13 256.30 3,331.90
190 Supply and replacement lamps in IIA/IIB/IIC lighting fixture in plant area.
200 LAMP,HPMV,125W,240V,ES-27,PHILIPS/BAJAJ/CG make EA 13 330.00 4,290.00
210 LAMP,HPMV,250W,250V,ES,PHILIPS/BAJAJ/CG make EA 10 440.00 4,400.00
220 LAMP,HPMV,400W,250V,ES,PHILIPS/BAJAJ/CG make EA 5 550.00 2,750.00
230 LAMP,HPSV,70W,240V,ES-27,PHILIPS/BAJAJ/CG make EA 5 440.00 2,200.00
240 LAMP,LED,9W/11 W ,240V,ES-27,PHILIPS/BAJAJ/CG make EA 44 192.50 8,470.00

Domestic wiring: Replacement of PVC insulated copper wire of following sizes in existing
250 concealed or surface conduit. This includes removal of burnt/ damaged wire, supply and
laying of new wires of same size making connections.
260 3/20,3/22,3/18 M 3 36.30 108.90
270 7/20, 7/22 M 3 40.70 122.10
Supply and fixing of casing caping flat conduit on walls/ wooden panels etc. The flat
280 conduit shall be of 1"/1.5" width and shall be fixed using PVC rawal plugs and wooden M 50 46.20 2,310.00
screws of appropriates size. Material shall be duly approved by EIC.
Supply and laying of FRLS PVC insulated copper wire of Havells/Phinolex make of following
290 sizes in flat PVC conduit/M.S conduit & casing caping, connections on both ends including
its necessary terminations.
300 3/20, 3/22,3/18 M 25 44.00 1,100.00
310 7/20, 7/22 M 450 57.20 25,740.00
Supply & fixing of 25 mm dia black enamelled M.S conduit(As per list of approved makes
Annexure-5 of SCC part-B) on walls including supply of conduit, clamps, bends, unions,
320 M 5 91.30 456.50
Heavy duty saddles,MS junction boxes, all other required hardwares and accessiories, etc,
as per the direction of engineer in charge.
Supply & fixing of 25 mm PVC heavy gauge conduit (As per list of approved makes
Annexure-5 of SCC part-B)on walls including supply of conduit, clamps, bends, unions,all
330 M 113 62.70 7,085.10
other required hardwares and accessiories, PVC junction boxes and saddles etc, as per the
direction of engineer in charge.
Circuit wiring using 3Cx 2.5 armoured cable including the cost of Heavy Duty pressure
340 M 738 36.30 26,789.40
saddles, its welding, clamps , and lobour etc.
Circuit wiring in hazardous area using 3Cx 2.5 armoured cable including the cost of
350 M 69 41.80 2,884.20
pressure saddles, clamps ,screws and lobour etc.
Supply and fixing of ready made PVC modules of anchor make containing following switch
360
sockets of anchor make with all accessories
370 1nos 6 pin 15 amp switch socket of " anchor "make EA 10 201.30 2,013.00
380 1 nos 5 pin 5 amp switch socket of "anchor " make EA 30 110.00 3,300.00
390 Supply and fixing of 3Cx2.5 sqmm flexible copper cable in the above modules M 60 99.00 5,940.00
Supply and fixing of metallic outlet boxes(surface mounted) with 3mm thick hylem sheet
400 top with following switches and receptacles including the cost of all material and labour to
complete the job.
410 5 amp, 240 V piano type switch of anchor make. EA 5 143.00 715.00
420 15 amp, 240 V piano type switch, anchor make. EA 4 183.70 734.80
430 5 amp, 240 V receptacle with piano type switch of anchor make. EA 4 286.00 1,144.00
440 15 amp, 6 pin, 240 V receptacle with piano type switch of anchor make. EA 4 367.40 1,469.60
20 amp industrial type metal clad switch socket with 20 amp MCB of MDS/Havells make
450 EA 4 641.30 2,565.20
with plug top
Supply & fixing of PVC / wooden distribtuin boxes with following switched & sockets- 02
460 EA 5 495.00 2,475.00
15A anchor make switch socket & 02 no 5A switch & sockets.
Supply, installation and commissioning of following double door 3- phase lighting and
power DBs( Legrand / C&S / Havells make only ) surface mounted having one no. 4 pole
470
40/63 amp RCCB as incoming including supply of RCCB and single pole MCBs as outgoing
including the cost of MCBs`, consumables and labour to complete the job.
480 4 way with 10/16/20/32 amp single pole MCBs EA 3 10,450.00 31,350.00
490 6 way with 10/16/20/32 amp single pole MCBs EA 3 12,100.00 36,300.00
500 8 way with 10/16/20/32 amp single pole MCBs EA 1 12,466.30 12,466.30
Maintenance /fault rectification of aviation light installed on chiminy etc in boiler and
510 process plant area. Job includes replacement of lamp and other spares to rectify the light EA 1 1,815.00 1,815.00
fitting. Spares shall be supplied by GAIL.
520 Supply & installation of MCBSs & ELCBs/RCCBs of reputed makes
530 4 pole 40A MCB EA 1 1,026.30 1,026.30
540 4 Pole 63A MCB EA 2 1,246.30 2,492.60
550 4 Pole 40A ELCB/RCCB EA 1 3,410.00 3,410.00
560 4 Pole 63A TPN ELCB/RCCB EA 1 3,483.70 3,483.70
570 4 Pole 63A TPN RCCBO (ELCB + RCCB) EA 1 3,575.00 3,575.00
580 1 Pole 10A/16A/20A MCB EA 3 187.00 561.00
590 2 Pole 10A16A/20A MCB EA 3 606.10 1,818.30
600 Installation of MCCBs, & ELCBs/ RCCBs, material will be provided by GAIL
610 3 Phase TPN 40A/63A MCB EA 5 55.00 275.00
620 3 Phase TPN 40A/63A ELCB/RCCB EA 5 55.00 275.00
630 1-2 Pole 10A/16A/20A MCB EA 5 55.00 275.00
640 CABLE LAYING

Excavation and backfilling of cable trench in soft soil and soft rock upto 1.5 meter depth
650 M3 650 1,415.70 9,20,205.00
including dewatering of water logging and bush cleaning if required.
RCC/ PCC/HARD SURFACE : Excavation and backfilling with poring water to make suface
for cable trench Size 750 x400 mm maximum in RCC/PCC and hard surfaces in plant
660 M3 70 1,980.00 1,38,600.00
prephrical or existing cable trench etc. The works also include the supply of bricks ,sand as
required.
670 Cutting of roads/ floors/drains/ soft rocks etc. and remaking the same as original M3 8 302.50 2,420.00
680 Cutting of RCC floors for laying of pipe, cables etc. M3 6 1,100.00 6,600.00
Making Road crossinging of RCC/Tar Road by Horizontal Directional Drilling(HDD) either
690 through M/c or Manual drilling without disturbing road surface for laying of 6'' dia GI M 50 733.70 36,685.00
pipe for cable laying.
Preparation of cable trench bottom in already excavated trench and preparation of fine
700 M3 25 990.00 24,750.00
sand bed as per the instruction of EIC. Supply of sand is in contractor scope supply.

Supply/ Installation/ laying of approved second class bricks of 75mm thickness, cover after
710 M2 45 238.70 10,741.50
laying of cable and sand filling in cable trench as per direction of EIC.
Supply and laying of GI pipe "B" class of following sizes in already excavated trench/ above
720
ground.
730 32 mm M 5 261.80 1,309.00
740 38 mm M 5 308.00 1,540.00
750 50mm M 10 425.70 4,257.00
760 75mm M 25 715.00 17,875.00
770 100mm M 25 986.70 24,667.50
780 150mm M 25 1,540.00 38,500.00

Laying of HT/LT armoured PVC/XLPE armoured cable of following external overall diameter
on cable trays/ in open trench/cable rack/in hume pipe/GI pipes/in underground cable
trench/ on walls/MS structure including unrolling of cable, clamping fabrication of clamps,
790 dressing/fixing of clamps/cleats/welding of saddles etc. tagging of cables as per direction
of EIC.In case of water logging in cable trench, Contractor shall arrange for dewatering of
the trench. This includes transportation of cable from central store/cable yard etc and
unrolling at site.
800 Upto and including 30mm dia. M 6750 11.00 74,250.00
810 Above 30mm upto & including 50mm dia M 3750 15.40 57,750.00
820 Above 50mm upto & including 100mm dia M 3350 36.30 1,21,605.00
830 Above 100mm upto & including 125mm dia M 2150 44.00 94,600.00
Removal of already laid LT/HT armoured cables of following overall dia from aleady
excavated trenches/cable racks/wall/ MS structure/open cable trench/GI trays etc.
840
including removal of GI wire/earth, rolling of cable drums, transportation of cable to store
after measurement as per the direction of EIC.
850 Upto and including 30mm dia. M 500 5.50 2,750.00
860 Above 30mm upto & including 50mm dia M 500 7.70 3,850.00
870 Above 50 mm upto & including100mm dia. M 500 12.10 6,050.00
880 Above 100mm upto & including 125mm dia M 250 14.30 3,575.00

Dressing of already laid power and control cables in existing cable trays of all sizes
890 M 750 25.30 18,975.00
including tagging as per requirement. Tags shall be supplied by the contractor.
Making heat shrinkable straight joints of PVC insulated aluminum conductor armoured
900 cable of 1.1KV grade of following sizes including supply of jointing kit and other
accessories. Make of kit shall be Raychem / Mseal only.
910 Upto and including 30mm dia EA 1 2,750.00 2,750.00
920 Above 30mm upto & including 50mm dia EA 1 3,923.70 3,923.70
930 Above 50mm upto & including 100mm dia EA 1 5,683.70 5,683.70

Supply grouting and fixing of cable route markers along the cable route. It includes
construction of concretes blocks(PCC) in ratio of 1:3:6 0f size 300mmx300mmx300mm.The
cable marker of total length 800mm made of MS angle iron of size 50x50x5.Excavation and
940 then fixing of cable route marker block in paved/unpaved areas and making it good as EA 13 370.70 4,819.10
required including supply and fixing of suitable plate lettering HT/LT cables in projected
letters of size 40 mm and 2 mm thick as per the direction of EIC.. Supply of all material shall
be in the contractors scope.

CABLE TERMINATION:Termination of PVC insulated following size armoured cables(Upto


1100V grade) and connection of leads including the supply of lugs drilling of holes in gland
950
plates, fixing of gland, cutting, stripping of cable insulation/armour/sheath, crimping of lug
onto the conductor, clamping of cable cores, marking with wire no. and ferrules etc.
960 Power cables
970 Upto and including 30mm dia EA 5 62.70 313.50
980 Above 30mm upto & including 50mm dia EA 1 63.80 63.80
990 Above 50mm upto & including 100mm dia EA 1 212.30 212.30
1000 Control cables
1010 From 2 to 7 cores & conductor size 2.5 sq mm EA 1 62.70 62.70
1020 From 8 to 19 cores & conductor size 2.5 sq mm EA 1 62.70 62.70
1030 From 20 to 30 cores & conductor size 2.5 sq mm EA 1 62.70 62.70
1040 Supply & fixing of single compression gland
1050 Upto and including 30mm dia EA 5 128.70 643.50
1060 Above 30mm upto & including 50mm dia EA 3 190.30 570.90
1070 Above 50mm upto & including 100mm dia EA 3 311.30 933.90
1080 Supply & fixing of double compression gland
1090 Upto and including 30mm dia EA 10 256.30 2,563.00
1100 Above 30mm upto & including 50mm dia EA 3 366.30 1,098.90
1110 Above 50mm upto & including 100mm dia EA 3 586.30 1,758.90
1120 CABLE FAULT LOCATION
To locate the following cable fault in LT/HT power cable of all sizes with the help of cable
1130 fault locator to be arranged by the contractor. work shall be done as per the direction of EA 5 8,250.00 41,250.00
EIC.This excludes the excavation, backfilling if required during fault finding.
1140 LIGHT POLE ERECTION & REPAIR

Supply and Erection of MS pole/GI pole of following length in cement concrete of


ratio(1:3:6) foundation as per enclosed specifications/drawing including excavation upto
1150 1/6th length of pole, refilling muffing as required laying GI pipe for cable entry, laying and
connection of earth strip/GI wire from the nearest earth point, cement concrete, pole and
sand will be in the contractor scope of supply.
1160 Short pole (upto 6 meter height) EA 2 2,750.00 5,500.00
1170 Sreet pole (upto 10 meter height) EA 1 15,583.70 15,583.70
Supply and erection of platform lighting J pole of approx. 3 meter height with all
1180 EA 1 1,283.70 1,283.70
accessories and material as per the direction of EIC.
Dismantling the existing 12.00 /10.00 mtrs damaged / week MS tubular street light poles
from the existing position. the works including excavation, removing of pole, breaking of
1190 concrete foundation, shifting of old MS pole with garbage from existing location to 2 4,400.00 8,800.00
electrical store/yard or to location as decided by EIC . Excavated area of founadtion to be
levelled to original ground level up to the satisfaction of EIC.

Supply, erection and commissioning of weather proof power coated junction box size
(approx to this is only indicative purpose) 275mm(H)X 250mm(W)X 150mm(D) 16 SWG
thickness with hinge,canopy, locking arrangement including cable entry holes ,back side 12
mm dia nipple well push fitted with pole, earthing connection from pole to earting strip
1200 with 10 mm GI rope including lugs and connectors to accommodate 4CX16/25/35 Sqmm 2 990.00 1,980.00
cable glands, 2/6 Amp MCB arrangement, 2/3 nos. glanding hole and also providing
necessary 45X5 mm GI clamp for mounting the junction box on the MS tubular pole with
cadium coated nut bolts & washer.MCB chanel & conector chanel should be provided
inside the JBs.gland should be proper fitted with JBs & cables.

Repair of tilted street light pole including cutting straightening and welding etc. as required
and providing outer casing pipe, of size of suitable dia and of maximum length of 0.5
1210 EA 5 220.00 1,100.00
meter, for straightening of pole joint wherever found necessary. All material and
manpower required shall be in the contractor' scope of supply.
Repair of muffing of security/street light or short pole including casting of new muffing
1220 with PCC (1:3:6) for the pole as required. All material and manpower required shall be in EA 1 458.70 458.70
the contractor' scope of supply.
Supply and replacement of LED aviation light mounted on the middle / top of process
1230 EA 1 5,390.00 5,390.00
tower and chemney
Supply and replacement of GLS2 X 100 watt aviation light mounted on the middle / top of
1240 EA 2 2,530.00 5,060.00
process tower and chemney
1250 EARTH PITS
Testing of earthing system of electrical and cathodic protection system(anode bed)-
Checking and testing of earthpit resistance(individual & with grid) including cleaning of
1260 earth pits and connection tightening of bolts including supply of required size Cd coated EA 125 128.70 16,087.50
bolts and applying petroleum jelly on connection as directed by EIC. Only earth tester shall
be supplied by GAIL.
Salt Treatment of Earth pit with salt and water sloution to achive a desirable resistance
1270 value (individual & with grid) as directed by EIC.Salt and other materials are in the scope EA 85 190.30 16,175.50
of the contractor ,only earth tester shall be provided by GAIL.
Earth continuity checking of vessel/exchanger/column:Measuring resistance of each earth
1280 strip with nearest earth pit,Measuring resistance of vessel with nearest earth pit,cleaning EA 263 93.50 24,590.50
and tightening of connecting earth strip.
Supply installation testing and commissioning of earth pit with B class GI Earth electrode
of 65 mm dia., height complete including excavation, backfilling, making of earth pit as per
1290
IS:3043 including supply of required material. Chamber shall be provided with the MS
hinged cover , as per the direction of the EIC.
1300 In soft soil/ soft rock EA 2 5,683.70 11,367.40
1310 In hard rock/RCC/PCC EA 3 6,050.00 18,150.00
Supply and fixing of earth pit MS hinged 6mm chequere plate cover with frame, on existing
1320 EA 5 1,503.70 7,518.50
earth pits with 50X50X6 MS channel of size 600X600 mm.
Repairing of earth pit chambers including the cost of brick work/PCC(1:3:6) and labour to
1330 EA 8 403.70 3,229.60
complete the job.
Supply of SS Nut bolt with washer M8 X 50 mm for earthpit, earthplate, motor and vessel
1340 EA 100 22.00 2,200.00
earthing maintenance
Supply of SS Nut bolt with washer M10 X 50 mm for earthpit, earthplate, motor and vessel
1350 EA 100 30.80 3,080.00
earthing maintenance
1360 PAINTING
Painting / writing numbers and letters of following sizes, on ceiling fans / panels /
distribution boards, poles etc., as required after making proper base with White / yellow
1370
paint. Paint, brush, stencil, etc., shall be supplied by the contractor. Paint shall be approved
by EIC prior to it's use.
1380 Size upto and including 25mm EA 41308 1.00 41,308.00
1390 Size > 25mm <= 50mm EA 82670 2.00 1,65,340.00
1400 Size > 50mm <= 100mm EA 46723 2.00 93,446.00

Background Painting : Background painting with White / Yellow / Black colour paint for
writing of letters/numbers on Electric equipment, earth pits, other surfaces as required.
1410 Paint, brush, stencil etc. alongwith other consumables shall be supplied by the contractor. EA 14000 2.00 28,000.00
Proper surface preparation to be done prior to background painting of the colour as per
direction of EIC. Paint shall be approved by EIC.

Painting of lighting poles and other electrical equipments with Berger / Shalimar / Asian
1420 enamel paint. In the shades to be decided by the EIC. Job shall be done to the satisfaction
of the EIC and it includes supply of all material and consumables required for the job.

Supply and application of one coat of light build zinc phosphate primer after making
1430 M2 75 30.80 2,310.00
preparation of surface to be painted with the help of wire brush, emery or sand paper.
Supply and application of two coat of first quality synthetic enamel paint / aluminum paint
1440 after making preparation of surface to be painted with the help of wire brush, emery or M2 75 99.00 7,425.00
sand paper.
Supply and application of one coat of first quality synthetic paint / al. paint after making
1450 M2 750 66.00 49,500.00
preparation of surface to be painted with the help of wire brush, emery or sand paper.
Supply and application of two coat of epoxy paint of approved make as per the direction of
1460 engineer in charge by spray painting machine including the cost of paint and labour to M2 375 99.00 37,125.00
complete the job.
Cleaning of rubber mats of size 1 m X 1m 50 and thickness upto 15 mm with the help of
1470 water / detergent. The job includes lifting and shifting of rubber mats from the location to EA 2 60.50 121.00
out side substation and back to location after washing and drying.
1480 FABRICATION
Supply & erection of following prefabricated hot dipped galvanized slotted straight run
1490 channel cable tray 10mm thick , for supporting power and control cables all labour and
material complete as per the direction of engineer in charge
1500 100 mm M 5 91.30 456.50
1510 150 mm M 3 128.70 386.10
1520 300mm wide M 3 146.30 438.90
1530 600mm wide M 1 220.00 220.00
1540 750mm wide M 1 293.70 293.70

Supply, Fabrication and erection of MS base frames, supports for switchgear, push buttons
and brackets for miscellaneous electrical equipments. Cable and cable tray support out of
rolled MS sections, pipes, plates etc. including welding, bolting, reverting, supply of
necessary anchor bolts and grouting etc. Supply of paint and including applying one anti
1550 KG 2869 81.40 2,33,536.60
rust coat of primer and two finished coats of approved synthetic enamel paint including
breaking walls, floor etc for structures as required & making good the same, including
supply of all GI hardware material, all labour and materials complete as per direction of
Engineer in charge.

Fabrication and erection of MS base frames, supports for switchgear, push buttons and
brackets for miscellaneous electrical equipments. Cable and cable tray support out of
rolled MS sections, pipes, plates etc. including welding, bolting, reverting, supply of
necessary anchor bolts and grouting etc. Supply of paint and including applying one anti
1560 KG 4527 25.30 1,14,533.10
rust coat of primer and two finished coats of approved synthetic enamel paint including
breaking walls, floor etc for structures as required & making good the same, all labour and
materials complete as per direction of Engineer in charge.(All hardware material except
paint shall be supplied by GAIL.)

Supply, installation and erection of canopies of miscellaneous outdoor equipments like


motors, Welding receptacles, Local control stations, switchboards etc for rain/weather
1570 KG 2584 121.00 3,12,664.00
protection of 16 SWG ( 1.6mm) steel sheet including the cost of sheet, hardware, painting
and labour etc. to complete the job. As per the direction of EIC.

Supply, fabrication and installation of 22 SWG GI sheet covers for cable trays, including
1580 M2 40 476.30 19,052.00
necessary hardwares, including all labour and materials as per the direction of EIC.

Supply, fabrication & installation of dust & vermin proof sheet steel(16 SWG) junction box,
bus bar chamber, distribution board weather proof (IP-54) for out door installation with
1590 KG 2 366.30 732.60
gland plate, gaskets, locking system and fixing arrangement of accessories like MCB,
terminal block est.’s per instruction of EIC.
Supplying and installation of M.S chequered plate of 6mm thickness for covering floor
opening etc. including finishing of edges of cable trench with PCC and sides of chequered
1600 M2 3 1,320.00 3,960.00
plate, sealing of joints, painting with all labour and material complete as per direction of
Engineer in charge.
Repairing of chequred plates including the cost of cutting and grinding the sides as required
1610 M2 3 110.00 330.00
and also repairing of edges of cable trench with PCC of high strength.
Supply, drilling in RCC and fixing of metallic anchor fasteners for supporting of cable trays,
1620 miscellaneous electrical switch gears and supports including all material and labour to
complete the job.
1630 6 mm EA 25 13.20 330.00
1640 8 mm EA 25 16.50 412.50
1650 10 mm EA 379 20.90 7,921.10
1660 12 mm EA 10 24.20 242.00
1670 14 mm EA 5 28.60 143.00
1680 GI STRIP, ROPE & WIRE, MAT
Supply, installation and connection of following GI earthing strip/wire/rope/plate along the
cable trenches and cable trays or fixing to walls or structures or buried individually in paved
1690 /unpaved areas including welding of joints, providing anti corrosive paint or bitumen and
jute covering for welded portion, clamping and necessary hardware for connecting,
including all labour and materials complete as per direction of EIC.
1700 50X8 mm GI strip M 50 227.70 11,385.00
1710 40x5 mm GI strip M 50 143.00 7,150.00
1720 75x10 mm strip M 50 181.50 9,075.00
1730 3/8"(10 mm) flexible GI rope M 50 101.20 5,060.00
1740 5/8"(16 mm) flexible GI rope M 20 106.70 2,134.00
1750 8 SWG GI wire M 50 19.80 990.00
1760 16 SWG wire M 5 19.80 99.00
1770 360x80x10 mm GI earth plate EA 1 293.70 293.70
Dressing of already laid earth strip with aluminum strip clamp including supply of clamps
1780 M 25 33.00 825.00
and other accessories.
Supply of earthing clamp with one number welding holder & 10 meter long 16 sq mm PVC
1790 EA 1 880.00 880.00
insulated copper conductor flexible cable.
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF HAVING NOMINAL THICKNESS
OF 2.0 MM CONFORMING TO IS 15652: 2006, CLASS # A, FLAT SURFACE FINISH FOR
1800 M2 50 484.00 24,200.00
WORKINGUP UPTO 3.3 KV, including cutting in required shape, including all labour and
material as per the directions of EIC
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT HAVING NOMINAL THICKNESS OF
2.5 MM CONFORMING TO IS 15652: 2006,CLASS # B FLAT SURFACE FINISH FOR
1810 M2 40 605.00 24,200.00
WORKINGUP TO 11 KV including cutting in required shape, including all labour and material
as per the directions of EIC
SUPPLY AND LAYING OF ELECTRICAL INSULATING MAT OF NOMINAL THICKNESS 3.0 MM
CONFORMING TO IS 15652: 2006, CLASS # C FLAT SURFACE FINISH FOR WORKING UPTO 33
1820 M2 10 726.00 7,260.00
KVincluding cutting in required shape, including all labour and material as per the
directions of EIC
Supply of unskilled manpower for carrying out any unforeseen/ contingent nature job not
1830
covered under above items. This will be purely on call basis an and when required.
1840 Unskilled manpower EA 300 550.00 1,65,000.00
1850 Welder with welding M/C and all accessories. EA 110 1,650.00 1,81,500.00
1860 Supply and application of electrical consumable at electrical system as per direction of EIC

RTV SEALANT, SILICONE SEALANT, MOISTURE RESISTANT, WITH APPLICATOR GUN, TYPE-
NEUTRAL, TEMPERATURE STABILITY -40ºC TO 150ºC, EXPIRY- MIN. 06 MONTHS FROM
1870 EA 100 137.50 13,750.00
DATE OF SUPPLY. 1 PACK=310 ML (Make-STANVAC/ DOW CORNING/ BOSS) for sealing of
lighting and power distribution board / motor TB
ELECTRONIC COMPONENT CLEANER IN 500 ML CAN (Make - STANVAC/OKS 2621/ASV
1880 EA 100 330.00 33,000.00
ENVIRO) for switchgears maint.
ALUMINIUM TAPE 2" 50 MICRON OF 20 Mts roll for sealing of lighting and power
1890 EA 100 66.00 6,600.00
distribution board / motor TB
1900 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Red colour) EA 100 15.40 1,540.00
1910 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Yellow colour) EA 100 15.40 1,540.00
1920 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Blue colour) EA 100 15.40 1,540.00
1930 PVC Tap roll 1.1KV, 19MM X 10M X 0.125MM, (Black colour) EA 100 15.40 1,540.00
MAINTENANCE OF FEEDERS :
Maintenance of following feeders including cleaning, tightening of connections,
replacement of defective
1940
components/spares. All consumables like cotton cloth, screws, nut bolts est.#s required,
shall be supplied by
the contractor. All spares shall be supplied by GAIL.
1950 Lighting panels EA 1 82.50 82.50
1960 Motor contactor feeders including LCS EA 10 82.50 825.00
1970 Switch fuse units(16 amp to 630 amp) EA 5 82.50 412.50
1980 Welding receptacles flameproof EA 2 82.50 165.00
1990 Welding receptacle non-flameproof EA 2 82.50 165.00
2000 Single phase, 24 V socket EA 2 137.50 275.00
2010 Supply of 33 KV Grade Heat shrinkable indoor end termination kit
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 1CX185MM2, 33 KV, XLPE COPPER,
2020 EA 1 20,350.00 20,350.00
EARTHED, INDOOR
2030 33 KV Grade Heat shrinkable straight through termination kit
HEAT SHRINKALE STRAIGHT THROUGH JOINTING KIT FOR 1CX185 SQ MM, 33 KV, XLPE
2040 EA 1 22,000.00 22,000.00
COPPER, EARTHED, INDOOR
2050 6.6 KV Grade Heat shrinkable indoor end termination kit
2060 HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx185MM2, 6.6KV, UNEARTHED EA 1 19,066.30 19,066.30
HEAT SHRINKALE END TERMINATION JOINTING KIT FOR 3Cx (240-300)MM2, 6.6KV,
2070 EA 1 18,425.00 18,425.00
UNEARTHED
2080 6.6 KV Grade Heat shrinkable straight through termination kit
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx185MM2,6.6KV,
2090 EA 1 16,683.70 16,683.70
UNEARTHED
HEAT SHRINKABLE STRAIGHT THROUGH JOINTING KIT FOR 3Cx (240-300) MM2,6.6KV,
2100 EA 1 26,400.00 26,400.00
UNEARTHED
JOINTING OF CABLE END TERMINATION, INDOOR / OUTDOOR TYPE , HEAT SHRINKABLE
2110 EA 2 5,500.00 11,000.00
JOINT
2120 JOINTING OF CABLE STRAIGHT THROUGH JOINT, HEAT SHRINKABLE JOINT EA 3 5,500.00 16,500.00
2130 JOINTING / SPLICING OF OFC CABLE, RESTORATION & END TO END TESTING EA 1 5,500.00 5,500.00

Total Price Excluding GST for GROUP-C for Downstream Unit excluding GST 4,47,88,688.90
A Grand total of Group-A(IOP&S),Group-B (Upstream Unit) &Group-C(Downstream Unit) excluding GST 14,15,81,948.90

B Service Charge (in (%) Percentage plus or minus ) to be quoted by bidders


considering all groups 0.00% 0.00
C Total Amount With Service Charges but excluding GST
141581948.90
D GST @18% 25484750.8
E Total quoted Amount in Figures including GST
167066699.70
F Total Quoted Amount in words with GST

Signature of Authorised Signatory with date


Name & Designation of Authorised Signatory

Company Name & Address

Note : Service Charge (in (%) Percentage plus or minus ) to be quoted by bidders only.
GAIL (India) Limited
(A Govt. of India Undertaking)
A Maharatna Company
Pata Petrochemical Complex , Pata ,Auraiya (U.P.) – 206241 India

Dated : 28.09.2019

Sub: Corrigendum/Addendum No.01 including replies to bidders


queries

Ref: (i) e-tender no.: 8000015630 dtd 13.09.2019 for electrical AMC
Contract of IOP&S , Upstream & Downstream plant at
GAIL Pata for two years period
(ii) Pre-bid Meeting on 20.09.2019

Dear Sir/Madam,
With reference to above, we hereby issue corrigendum no.01 including replies to
bidder queries here as under :

Corrigendum:
Unit rate for SOR Item No.1740, 1750 & 1760 of Group-A, SOR Item No.1700,
1710 & 1720 of Group-B and SOR Item No.1700, 1710 & 1720 of Group-C is
revised as under :

SL No.: SOR Item Unit Rate Excluding GST Revised Unit Rate
Excluding GST
1 SOR Item 228 201.70
No.1740 of
Group-A,
SOR Item
No.1700 of
Group-B and
SOR Item
No.1700 of
Group-C

2 SOR Item 143 218.20


No.1750 of
Group-A,
SOR Item
No.1710 of
Group-B and
SOR Item
No.1710 of
Group-C

3 SOR Item 182 247.50


No.1760 of

Regd.Office: 16, Bhikaji Cama Place, New Delhi – 110066


Group-A,
SOR Item
No.1720 of
Group-B and
SOR Item
No.1720 of
Group-C

With the above the total combined value of SOR is revised to Rs.14,17,75,809/-
excluding GST & Rs.16,72,95,455/- including GST@18%.

Replies to bidder queries :

SL No.: Tender Reference Bidders queries GAIL’s Replies


No./Description
1 SOR Item Rates Request for Change in unit Request of
rate of some SOR items as bidders not
per market rate etc. accepted by GAIL,
hence unit rate as
per SOR & this
Corrigendum
above will prevail

The above Corrigendum/Addendum No.01 including replies to bidder queries


shall form an integral part of tender document and bidders are requested to
quote taking into cognizance of these clarification and submit their e-bid only
through e-tendering mode at https://etender.gail.co.in/irj/portal on due date &
time i.e. latest by 1500 Hrs IST on 04.10.2019 .

All other terms and condition of the bid document remains unchanged.

Thanking you.
Yours faithfully,
For & behalf of GAIL (India) Limited

( Ashish Dadel )

Regd.Office: 16, Bhikaji Cama Place, New Delhi – 110066

Das könnte Ihnen auch gefallen