OPEN DOMESTIC COMPETITIVE BIDDING

FOR SUPPLY INSTALLATION & COMMISSIONING OF INSTRUMENTATION CONTROL PANELS FOR SCADA IN GAIL CAUVERY BASIN

E-Tender No. 8000014918

(TENDER NO: GAIL/KKL/77862/ 8000014918/TS)

PRE-BID MEETING : 24th April, 2019 at 1100 Hrs. (IST)

DUE DATE & TIME FOR ONLINE th BID SUBMISSION (ONLY THROUGH E-TENDERING MODE): 14 May, 2019 at 1400 Hrs. (IST)

DUE DATE & TIME FOR BID OPENING: 14th May, 2019 at 1500 Hrs. (IST)

Phone: 04368-220914, E-mail- [email protected] Fax: +91-11-26185941, Website: www.gailonline.com

------

SECTION-I

INVITATION FOR BID (IFB)

- 2 -

------SECTION-I "INVITATION FOR BID (IFB)”

Ref No: GAIL/KKL/77862/ 8000014918/TS Date:12.04.2019

To,

[PROSPECTIVE BIDDERS]

SUB: TENDER DOCUMENT FOR SUPPLY INSTALLATION & COMMISSIONING OF INSTRUMENTATION CONTROL PANELS FOR SCADA IN GAIL CAUVERY BASIN

Dear Sir/Madam,

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

2.0 The brief details of the tender are as under:

SUPPLY INSTALLATION & COMMISSIONING OF INSTRUMENTATION (A) SCOPE OF SUPPLY /PROCUREMENT CONTROL PANELS FOR SCADA IN GAIL CAUVERY BASIN GAIL/KKL/77862/8000014918/TS (B) TENDER NO. & DATE [E-Tender Bid Invitation No.- 8000014918

(C) TYPE OF BIDDING SYSTEM TWO BID SYSTEM

(D) CONTRACTUAL DELIVERY DATE Refer SCC Rs. 7,66,000.00 (Refer clause no.16 of ITB)

Note: Bidders seeking preference and exemption for BID SECURITY / EARNEST MONEY EMD/Bid Security under MSMED Act 2006 should (E) DEPOSIT (EMD) meet the requirements mentioned at Public Procurement Policy (PPP) at clause no. 40.0 of Instruction to Bidders (ITB) of Section-III of tender document for complete details. The benefit of policy are not extended to the traders/dealers/ Distributors/Stockiest/Wholesalers. From 12.04.2019 (1700Hrs, IST) to 07.05.2019 (1400Hrs, IST) on following AVAILABILITY OF TENDER websites: (F) DOCUMENT ON WEBSITE(S) i. GAIL’s Tender Website – www.gailtenders.in ii. Govt. CPP Portal - https://eprocure.gov.in iii. GAIL’s e-Procurement Portal (e-Portal)-

- 3 -

------https://etender.gail.co.in iv. [in case of e-Tendering] v. Government E-Market (Gem) Portal vi. PMC, if any: 22.04.2019 (11:00 HRS) at GAIL, Karaikal

Venue: DATE, TIME & VENUE OF PRE-BID GAIL(India)Limited (G) MEETING 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 07.05.2019 (14:00 HRS) at GAIL, Karaikal

Venue: GAIL(India)Limited (H) BID DUE DATE AND TIME 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 07.05.2019 (15:00 HRS) at GAIL, Karaikal

Venue: DATE, & TIME OF UN-PRICED BID GAIL(India)Limited (I) OPENING 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 Mr. T.Shivadhandayuthabani, Manager (C&P), e- mail: [email protected] Ph 0883-2400720 Ext. 1380 CONTACT DETAILS OF TENDER (J) DEALING OFFICER Alternate Contact Person: Mr. K S Kumaresan, Officer (C&P), e-mail: [email protected]

In case the days specified above happens to be a holiday in GAIL, the next working day shall be implied.

3.0 Bids must be submitted strictly in accordance with Clause No. 11 of ITB. The IFB is an integral and inseparable part of the Tender Document.

4.0 The following documents in addition to uploading in the bid on GAIL‟s e-Portal shall also be submitted in Original (in physical form) within 7 (seven) days from the Bid Due Date provided the scanned copies of the same have been uploaded in e-Portal by the bidder along with e-bid within the Bid Due Date & Time, to the address mentioned in Bid Data Sheet (BDS):-

i) EMD/Bid Security ii) Power of Attorney iii) Integrity Pact

5.0 Bidder(s) are advised to submit their bid strictly as per terms and conditions of the Tender Documents and not to stipulate any deviations/exceptions.

- 4 -

------6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against this Tender Document, may download the complete Tender Document alongwith its amendment(s) if any from websites as mentioned at 2.0 (F) of IFB and submit their Bid complete in all respect as per terms & conditions of Tender Document on or before the Bid Due Date & Time.

7.0 Bid must be submitted only on https://etender.gail.co.in. Bid(s) received from bidders to whom tender/information regarding this Tender Document has been issued as well as offers received from the bidder(s) by downloading Tender Document from above mentioned website(s) shall be taken into consideration for evaluation & award provided that the Bidder is found responsive subject to provisions contained in Clause No. 2 of ITB.

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

8.0 Any revision, clarification, addendum, corrigendum, time extension, etc. to the this Tender Document will be hosted on the above mentioned website(s) only. Bidders are requested to visit the website regularly to keep themselves updated.

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

10.0 SAP generated Request for Quotation (RFQ), if any shall also form an integral part of the Tender Document.

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

12.0 DETAILS OF COURIER : GAIL, Karaikal is situated in the Union Territory of Puducherry, India. As per best of GAIL‟s knowledge, the following courier companies are having their offices in vicinity of Karaikal in addition to Indian Postal department:

M/s The Professional Couriers: M/s Blue Dart DHL. No. 59/74, Kailasanathar Koil, Karaikal, No: 15, Nagore Main Road, Opp to Rto Puducherry 609602 Office, Karaikal, Puducherry 609602

NOTE: The above list is indicative only and other couriers may also be operating from nearby places. Further, bidders are requested to verify the details from the websites of respective courier companies. GAIL shall not be responsible for any deficiency in the services by the above mentioned courier companies.

Document(s)/Bid(s) received after stipulated last date and time, due to any reasons what-so- ever, including postal delays, will not be considered.

This is not an Order.

For & on behalf of GAIL (India) Limited

T.Shivadhandayuthabani Manager(C&P) E-mail ID: [email protected] - 5 -

------

DO NOT OPEN - THIS IS A QUOTATION

Bid Document No. : ………………… …………………

Description : ………………………………………

Bid Due Date& Time : ………………………………………..

From: To:

…………………………………… …………………………………………………

…………………………………… …………………………………………………

(To be pasted on the envelope containing Physical documents)

======

- 6 -

------

SECTION-II

BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

- 7 -

------SECTION-II

BID EVALUATION CRITERIA (BEC) & EVALUATION METHODOLOGY

A. Technical Criteria

1) Bidder must be a manufacturer/authorized dealer/ authorized distributor / authorized stockiest of Instrumentation control systems/PLC/ DCS/Panels.

AND

2) Bidder must have successfully executed a purchase order / work order for supply installation and commissioning of Instrumentation Control Systems having minimum 1200 total I/Os counts with multi type I/Os (i.e. Analog/ Digital/ Serial/ Optical I/Os) or supply Installation and commissioning of at least 10 number of Instrumentation Control Systems for any Oil and Natural Gas Industries / Natural Gas Distribution / receiving terminals/ Petroleum Refinery/ Petrochemicals/ Fertilizers plant/ Nuclear Industries/chemical process industries in any of preceding 07 years prior to final due date of bid opening.

Note:

(i) A Job executed by a Bidder for its own plant/ project cannot be considered as experience for the purpose of meeting BEC of this Tender Document. 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 to meet BEC.

B. Financial Criteria

a. The turnover of the bidder should be minimum Rs.191 Lakhs in any of the three (03) preceding financial years.

b. Net worth of the bidder should be positive as per the last audited financial statement.

c. The bidder should have minimum working capital of Rs. 38 Lakhs as per last audited financial year.

Note:

(i) If the bidder‟s working capital is negative or inadequate, the bidder shall submit a letter from their bank having net worth not less than Rs.100 crores (or equivalent in USD), confirming the availability of line of credit for working capital mentioned herein above. The line of credit letter from bank to be submitted strictly as per format at F-9.

(ii) Annual Turnover: In case the tenders having the bid closing date up to 30th September of the relevant financial year, and audited financial results of the immediate 3 preceding financial years are not available, the bidder has an option to submit the audited financial results of the 3 years immediately prior to that. Wherever the closing date of the bid is after 30th Sept. of the relevant financial year, - 8 -

------bidder has to compulsorily submit the audited financial results for the immediate 3 preceding financial years. However, in case bidder is meeting the Annual Turnover criteria of BEC based on Audited Financial Statement of any one of the preceding 3 financial years, the same shall suffice.

(iii) Net Worth/Working Capital: In case the tenders having the bid closing date up to 30th September of the relevant financial year, and audited financial results of the immediate preceding financial year is not available, in such case the audited financial results of the year immediately prior to that year will be considered as last financial year for Net worth/ Working Capital calculation. Wherever the closing date of the bid is after 30th Sept. of the relevant financial year, Bidder has to compulsorily submit the audited financial results for the immediate preceding financial year.

C. Only documents (Purchase Order, Completion certificate, Execution Certificate etc.) which have been referred/ specified in the bid shall be considered in reply to queries during evaluation of Bids.

Experience of bidder acquired as a subcontractor can be accepted against submission of certificate from end user by such bidder along with other specified documents.

D. DOCUMENTS TO BE SUBMITTED FOR COMPLIANCE TO BEC

(i) Technical Criteria of BEC: For 1 of Technical BEC:

(a) In case, bidder is a manufacturer, Bidder to submit copy of registration certificate / ISO certificate / NSIC certificate / SSI certificate/ any certificate evidencing bidder is manufacturer of Instrumentation control systems/PLC/ DCS/Panels towards meeting the above criteria along with the offer valid as on date of bid opening.

(b) In case, bidder is an authorized dealer/ authorized distributor / authorized stockiest, Bidder to submit copy of authorization certificate issued by OEM, valid as on date of bid opening, along with manufacturer proof as mentioned at (a) above.

For 2 of Technical BEC: Bidder to submit following document in support of the above points:

(c) Copy of complete Purchase Order/ Work Order clearly indicating the requisite details AND (d) Copy of execution proof clearly establishing cross reference of above purchase order. Any of the following documents to be submitted towards execution proof:

(i) Supply, Installation, commissioning report duly accepted by end user, (ii) Execution /completion certificate from end user (iii) Any other documents clearly evidencing execution of submitted purchase order.

(ii) Financial Criteria of BEC:

- 9 -

------(a) Bidder shall submit “Details of financial capability of Bidder” in prescribed format (F-10) duly signed and stamped by a chartered accountant / Certified Public Accountant (CPA). (b) copy of audited annual financial statements submitted in bid shall be duly certified/ attested by Notary Public with legible stamp

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

(i) Technical Criteria of BEC:

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

(ii) Financial Criteria of BEC:

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

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

F. EVALUATION METHODOLOGY:

(1) Methodology for Evaluation and Award shall also include price evaluation based on overall lowest evaluated price (L-1) basis.

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

i) Ex-works price quoted by the bidder (including packing, forwarding, and GST on components and raw materials) including cost of Inspection by Third Party Agency, mandatory spares etc. (wherever applicable). ii) Inland transportation upto Delivery location and other costs incidental to delivery of goods iii) GST (CGST & SGST/UTGST or IGST) on the finished goods including inland transportation (i.e. on sl. no. i and ii above). Input tax credit not applicable. iv) Charges for incidental services like Erection, Installation & Commissioning etc., and GST (CGST & SGST/UTGST or IGST) on these services, if any. v) Other loading, if any, as specified in Tender Document

Notes:

(i) In case the bidder is covered under Composition Scheme under GST laws, then bidder should quote the price inclusive of the GST (CGST & SGST/UTGST or IGST). Further, such bidder should mention “Cover under composition system” in column for GST (CGST & SGST/UTGST or IGST) of price schedule.

(ii) In case any unregistered bidder is submitting their bid, their prices will be loaded with applicable GST (CGST & SGST/UTGST or IGST) during

- 10 -

------evaluation of bid (if applicable as per 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.

(iii) In case any cess on GST is applicable, same shall also be considered in evaluation.

- 11 -

------

SECTION-III

INSTRUCTIONS TO BIDDERS

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

- 12 -

------SECTION-III INSTRUCTION TO BIDDERS

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

[B] TENDER DOCUMENT: 7. CONTENTS OF TENDER DOCUMENT 8. CLARIFICATION OF TENDER DOCUMENT 9. AMENDMENT OF TENDER DOCUMENT

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

[D] SUBMISSION OF BIDS: 21. SUBMISSION, SEALING AND MARKING OF BID 22. DEADLINE FOR SUBMISSION OF BID 23. LATE BID 24. MODIFICATION AND WITHDRAWAL OF BID

[E] BID OPENING AND EVALUATION: 25. PURCHASER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS 26. BID OPENING 27. CONFIDENTIALITY 28. CONTACTING THE PURCHASER 29. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 30. CORRECTION OF ERRORS 31. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS 32. EVALUATION AND COMPARISON OF BIDS 33. QUANTITY VARIATION 34. PURCHASE PREFERENCE

[F] AWARD OF CONTRACT: 35. AWARD

- 13 -

------36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA] 37. DISPATCH SCHEDULE 38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT 39. PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT /COLLUSIVE/COERCIVE PRACTICES 40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISE 41. PACKING INSTRUCTIONS 42. VENDOR PERFORMANCE EVALUATION 43. MENTIONING OF PAN NO. IN INVOICE/BILL 44. DISPUTE RESOLUTION MECHANISM 45. DISPUTES BETWEEN CPSE‟S/GOVERNMENT DEPARTMENT‟S/ ORGANIZATIONS 46. REPEAT ORDER 47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS 48. QUARTERLY CLOSURE OF THE CONTRACT 49. PROVISION FOR STARTUPS 50. GUIDLINES FOR PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT NOTE TOWARDS PRS [G] ANNEXURES: 1. ANNEXURE-I: PROCEDURE FOR ACTION IN CASE CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES 2. ANNEXURE-II: PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/ CONSULTANTS 3. ANNEXURE-III : ADDENDUM TO INSTRUCTIONS TO BIDDERS (INSTRUCTION FOR PARTICIPATION IN E-TENDER) 4. ANNEXURE-IV: BIDDING DATA SHEET (BDS)

- 14 -

------INSTRUCTIONS TO BIDDERS [ITB]

[A] – GENERAL 1 SCOPE OF BID

1.1 The Purchaser as defined in the "General Conditions of Contract-Goods [GCC-Goods]", wishes to receive bids as described in this invitation to offer (the “Tender Document /Bid Document”) issued by the Purchaser. Purchaser/Owner occurring herein under shall be considered synonymous. 1.2 SCOPE OF BID: The scope of Supply shall be as defined in the Tender Document. 1.3 The successful Bidder (the “Supplier”) shall complete delivery of goods alongwith its incidental services (if any) as per Specification, Scope of Supply/Job within the period stated in Special Conditions of Contract. 1.4 Throughout the Tender Documents, the terms 'Bid', 'Tender' & „Offer‟ and their derivatives [Bidder/Tenderer, Bid/Tender/Offer etc.] are synonymous. Further, 'Day' means 'Calendar Day' and 'Singular' also means 'Plural'.

2 ELIGIBLE BIDDERS

2.1 The Bidder shall not be under a declaration of ineligibility by Purchaser for Corrupt/ Fraudulent/ Collusive/ Coercive practices, as defined in ITB, Clause No. 39” (Action in case Corrupt/ Fraudulent/ Collusive/ Coercive Practices). 2.2 The Bidder is not put on „Holiday‟ by GAIL or Public Sector Project Management Consultant (like EIL, Mecon etc. only due to “poor performance” or “corrupt and fraudulent practices”) or banned/blacklisted by Government department/ Public Sector on due date of submission of bid. Further, neither bidder nor their allied agency/(ies) (as defined in the Annexure-I, Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas. If the Tender Document is/was issued inadvertently / downloaded from, then Bid submitted by such Bidder shall not be considered for opening/ evaluation/ award. In case there is any change in status of the declaration prior to award of Contract, the same has to be promptly informed to GAIL by the Bidder.

It shall be the sole responsibility of the bidder to inform about their status regarding para 1 of clause 2.2 herein above on due date of submission of bid and during the course of finalization of the tender. Concealment of the facts shall tantamount to misrepresentation of facts and shall lead to action against such Bidders as per clause 39 of ITB. 2.3 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 Purchaser during the preparatory stages of the work or of the project of which the works/services forms a part of or (ii) that has been hired (proposed to be hired) by the Purchaser as an Engineer/ Consultant for the Contract. 2.5 Neither the firm/entity appointed as the Project Management Consultant (PMC) for a Project (except feasibility report) nor its affiliates shall be allowed to participate in the tendering process unless it is the sole Licensor/Licensor nominated agent/ vendor.

- 15 -

------2.6 Pursuant to qualification criteria set forth in the Tender Document, the Bidder shall furnish all necessary supporting documentary evidence to establish Bidder‟s claim of meeting qualification criteria.

2.7 Power of Attorney:

- For Single Bidder:

In case of a Single Bidder, Power of Attorney issued by the Board of Directors/ Chairman/CEO / MD / Company Secretary of the Bidder/all partners in case of Partnership firm/ any partner or partners being authorized under the partnership deed or by way of a special resolution passed by the partners of the partnership/any person authorized in terms of Deed of LLP or by a resolution passed by 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 BID FROM "CONSORTIUM"/"JOINT VENTURE – NOT APPLICABLE

4 ONE BID PER BIDDER

4.1 A 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 Bids in which the Bidder has participated to be disqualified. 4.2 Alternative Bids shall not be considered.

5 COST OF BIDDING

5.1 The Bidder shall bear all costs associated with the preparation and submission of the Bid including but not limited to Documentation Charges, Bank charges, all courier charges, translation charges, authentication charges and any associated charges including taxes & duties thereon. Further, GAIL will in no case, be responsible or liable for these costs, regardless of the outcome of the bidding process.

6 SITE VISIT

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

7 CONTENTS OF TENDER DOCUMENT

- 16 -

------7.1 The contents of Tender Document are those stated below, and should be read in conjunction with any 'Addendum / Corrigendum and Clarification(s) ' issued in accordance with "ITB: Clause- 8 & 9":  Section-I : Invitation for Bid [IFB]*  Section-II : Bid Evaluation Criteria [BEC] & Evaluation Methodology  Section-III : Instructions to Bidders [ITB], Annexures & Forms & Format **  Section-IV : General Conditions of Contract [GCC]***  Section-V : Special Conditions of Contract [SCC]  Section-VI : Technical Specifications , Drawing (wherever applicable) and scope for incidental services (wherever applicable)  Section-VII : Price Schedule/ Schedule of Rates

*Request for Quotation‟, wherever applicable, shall also form part of the Bidding Document.

** The subject tender is based on standard formats and applicability of some specific clauses may be seen in Annexure-IV i.e. BDS (Bidding Data Sheet) ***Hindi version of GCC is available on GAIL‟s tender website (www.gailtenders.in) for reference. However, in case of any discrepancy in English & its Hindi translation, for interpretation and legal aspects, the English version shall prevail. 7.2 The Bidder is expected to examine all instructions, forms, terms & conditions of the Tender Document. The RFQ & IFB together with all its attachments thereto, shall be considered to be read, understood and accepted by the Bidders. Failure to furnish all information required by the Tender Document or submission of a Bid not substantially responsive to the Tender Document in every respect will be at Bidder's risk and may result in the rejection of his Bid.

8 CLARIFICATION OF TENDER DOCUMENT

8.1 A prospective Bidder requiring any clarification(s) of the Tender Document may notify GAIL in writing or by email in the format “F-11” at GAIL's mailing address indicated in the IFB/BDS no later than 02 (two) days prior to pre-bid meeting (in cases where pre-bid meeting is scheduled) or 05 (five) days prior to the bid closing date in cases where pre-bid meeting is not 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 Websites as mentioned at clause no. 2.0 (F) of IFB/ communicated to prospective bidders by e-mail. 8.2 Any clarification or information required by the Bidder but same not received by the Purchaser as per instructions at clause 8.1 above is liable to be considered as "no clarification / information required".

9 AMENDMENT OF TENDER DOCUMENT

9.1 At any time prior to the 'Due Date & Time of Bid Submission', Purchaser may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder(s), modify the Tender Document by addenda/ corrigendum. 9.2 Any addendum/ corrigendum thus issued shall be integral part of the Tender Document and shall be hosted on the websites as provided at clause no. 2.0 (F) of IFB /communicated to prospective bidders by e-mail. Bidders have to take into account all such addendum/ corrigendum before submitting their Bid. 9.3 The Purchaser, 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 addenda/ corrigendum issued thereof.

[C] – PREPARATION OF BID

10 LANGUAGE OF BID:

- 17 -

------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 Bidders are requested to refer instructions for participating in e-Tendering, Ready Reckoner for Bidders and FAQs available in e-Portal and bids submitted manually shall be rejected. The Bid must be submitted on GAIL‟s E-Portal as follows:-:

11.1.1 PART-I: "TECHNO-COMMERCIAL / UN-PRICED BID"

Comprising all the below mentioned documents should be uploaded in the private area earmarked (Tender Document) in the GAIL‟s e- portal. All pages of the Bid must be digitally signed by the "authorized signatory" of the Bidder holding Power of Attorney:

(a) 'Covering Letter' on Bidder's 'Letter head' clearly specifying the enclosed contents. (b) 'Bidder's General Information', as per 'Form F-1'. (c) Copy of Price Schedule/ Schedule of Rate (SOR) with prices blanked out but mentioning “Quoted” / “Not Quoted” (as applicable) written against each item, in support of having submitted prices in the Priced Bid/SOR strictly in the format provided in the Tender Document. (d) 'Letter of Authority‟ on the Letter Head, as per 'Form F-3' (e) 'Agreed Terms and Conditions', as per 'Form F-5‟ (f) Duly certified / attested documents in accordance with the "Bid Evaluation Criteria [BEC]", Section II of Tender Document. (g) Copy of Power of Attorney /copy of Board Resolution, in favour of the authorized signatory of the Bid, as per clause no.2.7 of ITB. (h) Any other information/details required as per Tender Document (i) Copy of EMD, as per Clause 16 of ITB (j) All other forms and Formats including Annexures. (k) Copy of Integrity Pact as per Form F-13 (l) Tender Document, its Corrigendum/Amendment/Clarification(s) digitally signed by the Authorized Signatory holding POA. (m) Additional document specified in BDS, SCC, Scope of Supply or mentioned elsewhere in the Tender Document.

Further, Bidders must submit the original "Bid Security / EMD”, Power of Attorney, Integrity Pact and any other documents specified in the Tender Document to the address mentioned in IFB, in a sealed envelope, superscribing the details of Tender Document (i.e. tender number & tender for) within 7 days from the Bid Due Date.

Bidders are required to submit the EMD in original by Bid Due Date and Time or upload a scanned copy of the same in the Part-I of the Bid. If the Bidder is unable to submit EMD in original by Bid Due Date and Time, the Bidder is required to upload a scanned copy of the EMD in Part-I of Bid, provided the original EMD, copy of which has been uploaded, is received within 7 days from the Bid Due Date, failing which the Bid will be rejected irrespective of their status/ranking in tendering process and notwithstanding the fact that a copy of EMD was earlier uploaded by the Bidder.

11.1.2 PART-II: Price Bid

Part-II of the Bid shall contain Price Bid only. The Prices are to be submitted strictly in the Price Schedule/ Schedule of Rate (SOR) format of the Tender Document as per instructions - 18 -

------mentioned hereunder and to be uploaded in SOR attachment in GAIL‟s e-Portal. GAIL shall not be responsible for any failure on the part of the bidder to follow the instructions given in the Note below.

Note: i) Bidders are advised NOT to mention Rebate/Discount separately, either in the SOR format or anywhere else in the Bid. In case Bidder(s) intend to offer any Rebate/Discount, they should include the same in the item rate(s) itself under the “Price Schedule/ Schedule of Rates (SOR)” and indicate the discounted unit rate(s) only. ii) If any unconditional rebate has been offered in the quoted rate the same shall be considered in arriving at evaluated price. However, no cognizance shall be taken for any conditional discount for the purpose of evaluation of the Bid. iii) In case, it is observed that any of the Bidder(s) has/have offered suo-moto Discount/Rebate after opening of unpriced bid but before opening of price bid, such discount /rebate(s) shall not be considered for evaluation. However, in the event of the Bidder emerging as the lowest evaluated Bidder without considering the discount/rebate(s), then such discount/ rebate(s) offered by the Bidder shall be considered for Award and the same will be conclusive and binding on the Bidder. iv) In the event as a result of techno-commercial discussions or pursuant to seeking clarifications / confirmations from Bidder, while evaluating the un-priced part of the Bid, any of the bidders offers upward revised prices; such Bidder(s) will be requested to withdraw the revised prices failing which the bid will not be considered for further evaluation.

11.2 In case of bids invited under Single Bid System (clause no. 2.0(C) of IFB refers), a single part containing all documents specified at Clause 11.1.1 & 11.1.2 of ITB shall form the Bid.

12 BID PRICES

12.1 Bidders shall indicate the following in the Price Schedule/SOR format:-

A) Ex-works Price including packing and forwarding charges (such price to include all costs as well as duties and taxes paid or payable on components and raw materials incorporated or to be incorporated in the goods).

B) GST (CGST & SGST/UTGST or IGST) on the finished goods including inland transportation (which will be payable on the finished goods, if this Contract is awarded.

C) The Bidder shall indicate breakup of the quantum of imports involved for import of necessary raw materials and components giving CIF value of Import and included in bid price (wherever specified in BDS). Essentiality certificate may be provided by the Purchaser for Project imports (wherever applicable).

D) Inland transportation upto Delivery Location and other costs incidental to delivery.

The material is required to be delivered through a reliable bank approved Road Transport Company and who is a registered common carrier as per section 3 of Carriage by the Road Act 2007.

Also, GAIL reserves the right to transport the material with it‟s own transporter.

E) Charges for incidental services and GST (CGST & SGST/UTGST or IGST) on these services as per the Price Schedule/ Schedule of Rates.

12.2 In case of import of raw material and components incorporated or to be incorporated in the finished goods (clause no. 12.1 (C) refers), the Bidder shall provide description of such

- 19 -

------material, quantity, rate, value, Import Duty considered etc. as per proforma provided in Price Schedule/ SOR. 12.3 It shall be the endeavour of the Purchaser to arrange transit insurance (refer BDS for details). For the purpose of arranging transit insurance of the goods dispatched / shipped, vendors are required to furnish the dispatch / shipping particulars to the Insurance Company giving complete details of dispatches along with Policy No. etc. 12.4 Prices must be filled exactly in the format for "Price Schedule/ Schedule of Rates [SOR]" enclosed as part of Tender Document. If quoted in separate typed sheets and any variation in item description, unit, quantity, any conditions of SOR etc. is noticed, the Bid is liable to be rejected. 12.5 The delivery basis of the goods is mentioned in BDS. The date of LR/GR shall be considered as date of delivery. Other terms shall be interpreted as per INCOTERMS®2010 or its latest version. 12.6 All duties, taxes and other levies (if any) payable by the Seller under the Contract or for any other cause, except GST (CGST & SGST/UTGST or IGST) on finished product & on the incidental services, shall be included in the rates / prices and the total bid-price submitted by the Bidder. The quoted rate of GST (CGST & SGST/UTGST or IGST) on finished product & on the incidental services shall be indicated in Agreed Terms & Conditions and the bid prices. Bidders are required to quote the prices after carefully reading the provisions mentioned in tender document including SCC, GCC, Scope of Work, etc. 12.7 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, whatsoever. 12.8 The Bidder shall quote the rates in „figures' & „words‟, as per Price Schedule /SOR format provided in the Tender Document. There should not be any discrepancy between the prices indicated in figures and in words. In case of any discrepancy, the same shall be dealt as per clause no. 30 of ITB. 12.9 Further, Bidder shall also mention the Harmonized System Nomenclature (HSN) at the designated place in Price Schedule.

13 GST (CGST & SGST/ UTGST or IGST)

13.1 Within the contractual delivery period, the statutory variation in applicable GST (CGST & SGST/UTGST or IGST) on supply and on incidental services, shall be to GAIL‟s account.

Beyond the contractual delivery 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 Supplier‟s account whereas any decrease in the rate GST (CGST & SGST/UTGST or IGST) shall be passed on to the Purchaser.

Beyond the contractual delivery 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.

The base date for the purpose of applying statutory variation shall be the Bid Due Date.

13.2 In case of statutory variation(s) in the taxes & duties mentioned at clause no. 13.1 above, the Supplier 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. Claim for payment of Statutory variation should be raised preferably along with the Invoice. Any claim for arrears on account of statutory variation shall be submitted to Purchaser within two [02] months from the date of issue of such „Government Notification‟, otherwise such claim may not be entertained. 13.3 With respect to clause no. 12.1 (C) and 12.2, the statutory variation in Import Duty (except component (s) for which input tax credit is available) on CIF value indicated, within contractual delivery period shall be to Purchaser‟s account against submission of the - 20 -

------documentary evidence. However, any increase in the rate of Import Duty beyond the contractual delivery / completion period shall be to Bidder‟s account. In case of wrong classification, no variation including statutory variation of Import Duty will be payable to Supplier and any penalty due to the same shall be to Supplier‟s account. Any decrease in the rate of Import Duty shall be passed on to the Purchaser. Statutory variation on account of Import Duty will be allowed only on component for which input tax credit is not available. 13.4 New Taxes & duties: Any new taxes & duties, if imposed by the State/ Central Govt. of India on the finished goods after the due date of bid submission but before the Contractual Delivery/Completion Date, shall be reimbursed to the Supplier on submission of copy of notification(s) issued from State/ Central Govt. Authorities along with documentary evidence for proof of payment of such taxes & duties, but only after ascertaining it‟s applicability with respect to the Contract. 13.5 Deemed Export benefits are not applicable and Bidder should furnish prices without considering the same. 13.6 Regarding Reconciliation between GSTR 2A and Input Tax Credit

Supplier 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 Supplier of Goods / Services 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 Supplier/Contractor under this contract or under any other contract.

In case CBIC (Central Board of Indirect Taxes and Customs)/ any tax authority / any equivalent government agency brings to the notice of GAIL that the Supplier has not remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government exchequer, then, that Supplier shall be put under Holiday list of GAIL for period of six months after following the due procedure. This action will be in addition to the right of recovery of financial implication arising on GAIL. 13.7 The supplier shall mention the particulars of GAIL (India) Limited, (place specified in BDS) on the Invoice . Besides, if any other particulars of GAIL are required to be mentioned, under GST rules/ regulations on the date of dispatch, the same shall also be mentioned on the Invoice. 13.8 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, there prices will be loaded with applicable GST (CGST & SGST/UTGST or IGST) during evaluation of 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. 13.9 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 for supply of goods / services, then GAIL shall not be obligated or liable to pay or reimburse GST (CGST & SGST/UTGST or IGST) to such vendor and shall also be entitled to deduct / recover such GST (CGST & SGST/UTGST or IGST) along with all penalties / interest, if any, incurred by GAIL.

- 21 -

------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 GST (CGST & SGST/UTGST or IGST) is implemented w.e.f. 01.07.2017 which subsumed various indirect taxes and duties applicable before 01.07.2017. Accordingly, the provisions of General Condition of Contract relating to taxes and duties which are subsumed in GST are modified to aforesaid provisions mentioned in clause no. 12 and 13 of ITB. 13.12 The rate of GST as quoted in Price Schedule 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 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:

15.1 Bid shall be kept valid for period specified in BDS from the final „Bid Due Date‟. A Bid valid for a shorter period may be rejected by GAIL as „non-responsive‟. 15.2 In exceptional circumstances, prior to expiry of the original „Bid Validity Period‟, the Purchaser may request the Bidder to extend the „Period of Bid Validity‟ for a specified additional period. The request and the responses thereto shall be made in writing or by email. A Bidder may refuse the request without forfeiture of his „Bid Security‟. 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 „Bid Security‟ for the period of the extension and in accordance with “ITB: Clause-16” in all respects.

16 EARNEST MONEY DEPOSIT (EMD)

16.1 Bid must be accompanied with earnest money (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 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.

- 22 -

------16.2 The bidder can also submit the EMD through online banking transaction i.e. IMPS/NEFT/RTGS etc. For this purpose, the details of GAIL‟s Bank Account are mentioned under BDS. While remitting, the bidder must indicate EMD and tender/E-tender no. under remarks. Bidders shall be required to submit/ upload the successful transaction details along-with their bid/e-bid in addition to forwarding the details to dealing officer through email/letter with tender reference number immediately after remittance of EMD. In absence of submitting/ uploading the remittance details, the bid is likely to be considered as bid not accompanied with EMD. Further, in case of the online transaction, submission of EMD in original is not applicable. 16.3 GAIL shall not be liable to pay any documentation charges, Bank charges, commission, interest etc. on the amount of EMD. In case EMD is in the form of a „Bank Guarantee‟, the same shall be from any Indian scheduled Bank 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. 16.4 Any Bid not secured in accordance with “ITB: Clause-16.1, 16.2 & Clause-16.3” may be rejected by GAIL as non-responsive. 16.5 Unsuccessful Bidder‟s EMD will be discharged/ returned as promptly as possible, but not later than „thirty [30] days‟ after finalization of tendering process. 16.6 The successful Bidder‟s EMD will be discharged upon the Bidder‟s acknowledging the „Award‟ and signing the „Agreement‟ (if applicable) and furnishing the „Contract Performance Security (CPS)/ Security Deposit‟ pursuant to clause no. 38 of ITB. 16.7 Notwithstanding anything contained herein, the EMD may also be forfeited in any of the following cases:

(a) If a Bidder withdraws his Bid during the „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.

16.8 In case EMD is in the form of „Bank Guarantee‟ the same must indicate the Tender Document No. and the name of Tender Document for which the Bidder is quoting. This is essential to have proper correlation at a later date. 16.9 MSEs (Micro & Small Enterprises) are exempted from submission of EMD in accordance with the provisions of PPP-2012 and Clause 40 of ITB. However, Traders/Dealers/ Distributors /Stockiest /Wholesaler are not entitled for exemption of EMD. The Government Departments/PSUs/ Startups are exempted from the payment of EMD. 16.10 In case of forfeiture of EMD/ Bid Security, the forfeited amount will be considered inclusive of tax and tax invoice will be issued by GAIL. The forfeiture amount will be subject to final decision of GAIL based on other terms and conditions of order.

- 23 -

------17 PRE-BID MEETING

17.1 The Bidder(s) or his designated representative are invited to attend a “Pre-Bid Meeting” which will be held at Date, Time & Venue as specified in IFB. It is expected that a Bidder shall not depute more than 02 representatives for the meeting. 17.2 Purpose of the meeting will be to clarify issues and to answer questions on any matter that may be raised at that stage and give hands-on demonstration of e-tendering process. The Bidder must submit their queries / clarifications to GAIL in the format “F-11”, as mentioned at clause no. 8.0 of ITB. 17.3 The text of the questions raised and the responses that may become necessary as a result of the Pre-Bid Meeting, will be prepared in the form of Addendum / Corrigendum /Clarification to the Tender Document and will be uploaded on websites of GAIL, Govt. and GAIL‟s e-Portal (in case of e-tendering) and not through the minutes of the Pre-Bid Meeting. 17.4 Non-attendance of the Pre-Bid Meeting will not be a cause for disqualification of Bidder.

18 FORMAT AND SIGNING OF BID

18.1 The original and all copies of the Bid shall be typed or written in indelible ink [in the case of copies, photocopies are also acceptable] and shall be signed by a person(s) duly authorized to sign on behalf of the Bidder (as per POA). The name and position held by 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) has been made, shall be initialed by the person or persons signing the Bid. 18.2 The Bid shall contain no alterations, omissions, or additions, unless such corrections are initialed by the person(s) signing the Bid. 18.3 Digitally signed documents to be uploaded as detailed in addendum to ITB.

19 ZERO DEVIATION AND REJECTION CRITERIA

19.1 ZERO DEVIATION: Deviation to terms and conditions of Tender Document may lead to rejection of Bid. GAIL will accept Bid based on terms & conditions of Tender Document only. Bidder may note, GAIL will determine the substantial responsiveness of each bid to the Tender Document pursuant to provision contained in clause 29 of ITB. For purpose of this, a substantially responsive bid is one which conforms to all terms and conditions of the Tender Document without deviation(s) or exception n(s). GAIL‟s determination of a Bid‟s responsiveness is based on the content of the Bid itself without recourse to extrinsic evidence. GAIL reserves the right to raise technical and/or commercial query(ies) to the Bidder(s), if required . The response(s) to the same shall be in writing, and no change in the price(s) or substance of the Bid shall be sought, offered or permitted. The substance of the Bid includes but not limited to prices, completion/delivery period, scope, technical specifications etc. Bidder is requested not to take any deviation(s)/exception(s) to the terms & conditions of Tender Document, and submit all requisite documents as mentioned in this Tender Document, failing which their Bid will be liable for rejection. If a Bidder does not reply to the queries in the permitted time frame then its Bid shall be evaluated based on the documents available in the Bid. 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 (c) Specifications (d) Schedule of Rates / Price Schedule / Price Basis (e) Delivery Period / Period of Contract/ Completion schedule (f) Period of Validity of Bid - 24 -

------(g) Price Reduction Schedule (h) Contract Performance Security / Security Deposit (i) Warranty/ Guarantee (j) Arbitration / Resolution of Dispute/Jurisdiction of Court (k) Force Majeure & Applicable Laws (l) Integrity Pact (m) Any other condition specifically mentioned in the Tender Document elsewhere that non-compliance of the clause lead to rejection of Bid Note: Further, it is once again reminded not to mention any condition in the Bid which is contradictory to the terms & conditions of Tender Document.

20 E-PAYMENT

GAIL (India) Limited has initiated payments electronically to Suppliers / Contractors electronically through „e-banking‟. 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 BID

21.1 Bid shall be submitted through e-tender mode in the manner specified in Tender Document. No Manual/ Hard Copy (Original) Bid shall be acceptable. 21.2 EMD /physical documents shall be addressed to the owner at address specified in IFB. 21.3 Bids submitted under the name of AGENT/ CONSULTANT/ REPRESENTATIVE /RETAINER/ ASSOCIATE etc. on behalf of a Bidder /Affiliate shall not be accepted.

22 DEADLINE FOR SUBMISSION OF BID

22.1 the Bid must be uploaded on GAIL‟s e-Portal not later than the Bid Due Date & Time specified in IFB of the Tender Documents. 22.2 GAIL may, in exceptional circumstances and at its discretion, extend the Due Date & Time for Bid submission through a Corrigendum as per clause no. 9.0 of ITB. In which case all rights and obligations of GAIL and the Bidder, previously subject to the original Due Date & Time will thereafter be subject to the Due Date & Time as extended. Such Corrigendum for extension of Due Date & Time of Bid submission will be uploaded on websites of GAIL and Govt. and GAIL‟s e-Portal and will be communicated to the prospective bidders.

23 LATE BID

23.1 Any Bid received after the Bid Due Date & Time of tenders will be treated as late bids. However, e-tendering system of GAIL shall close immediately after the Due Date & Time of Bid submission and no bids can be submitted thereafter. In case the EMD /physical documents have been received but the Bid is not submitted by the bidder in the e-Portal, such EMD/ physical documents shall be returned immediately. 23.2 EMD /physical documents received to address other than one specifically stipulated in the Tender Document will not be considered for evaluation/opening/award if not received to the specified destination within stipulated date & time.

24 MODIFICATION AND WITHDRAWAL OF BID

24.1 The Bidder may withdraw or modify its Bid after bid submission but before the Bid Due Date & Time. No bid shall be modified/ withdrawn after the Bid Due Date & Time. 24.3 Any withdrawal/ modification/substitution of Bid in the interval between the Bid Due Date & Time and the expiration of the period of bid validity specified by the Bidder in their Bid

- 25 -

------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.

[E] BID OPENING AND EVALUATION:

25 PURCHASER'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(s) or any obligations to inform the affected Bidder(s) of the ground for GAIL's action. However, Bidder if so desire may seek the reason (in writing) for rejection of their Bid to which GAIL shall respond quickly.

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 bid is determined to be technically and commercially responsive. Bidders selected for opening of their price bid shall be informed about the date & time of price bid opening. Bidders may depute their authorized representative to witness the price bid opening. The Bidders‟ representatives, who are present shall sign a Price Bid Opening Register evidencing their attendance and may be required to be present on a short notice. 26.2.2 The price bids of those Bidders who were not found to be techno-commercially responsive shall not be opened. 26.3 In case of Bids invited under the Single Bid System, Bid shall be opened on the Due Date & Time of Bid Opening as specified in the Tender Document.

27 CONFIDENTIALITY

Information relating to the examination, clarification, evaluation and comparison of Bids, and recommendations for the award of a Contract, shall not be disclosed to Bidder(s) or any other persons not officially concerned with such process.

28 CONTACTING THE PURCHASER

28.1 From the time of Bid opening to the time of placement of order, if any Bidder wishes to contact the Purchaser 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 a Bidder to influence the Purchaser in the Purchaser‟s processing of Bid(s) including „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 the GAIL‟s procedure in this regard.

29 EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS

29.1 The purchaser‟s determination of a bid‟s responsiveness is based on the content of the bid only. Prior to the detailed evaluation of Bids, the Purchaser will determine whether each Bid:- (a) meets the “Bid Evaluation Criteria” of the Tender Document; (b) has been properly signed; (c) is accompanied by the required EMD; (d) is substantially responsive to the requirements of the Tender Document; and - 26 -

------(e) provides any clarification and/or substantiation that the Purchaser may require to determine responsiveness pursuant to “ITB: Clause-29.2”

29.2 A substantially responsive Bid is one which conforms to all the terms & conditions, specifications etc. of the Tender Document without any material deviation or reservation or omission, for this purpose Purchaser defines the foregoing terms below:- a) “Deviation” is departure from the requirement specified in the Tender Documents. b) “Reservation” is the setting of limiting condition(s) or withholding from complete acceptance of the requirement in the Tender Documents. 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 Document. ii) limit, in any substantial way, inconsistent with the Tender Document, the Purchaser‟s rights or the Bidder‟s obligation under the proposed Contract. b) If rectified, would unfairly affect the competitive position of other bidders presenting substantially responsive bids. 29.4 The Purchaser shall examine all aspects of the Bid to confirm that all requirements have been met without any material deviation, reservation or omission. 29.5 If a Bid is not substantially responsive, it may be rejected by the Purchaser 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 Purchaser for any arithmetic errors. Errors will be corrected by the Purchaser as follows: (i) When there is a difference between the rates in figures and words, the rate which corresponds to the amount worked out by the Bidder (by multiplying the quantity and rate) shall be taken as correct. (ii) When the rate quoted by the Bidder in figures and words tallies but the amount is incorrect, the rate quoted by the 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 Purchaser 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 EMD 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 Methodology mentioned in Section-II of Tender Document (refer clause 7.0 of ITB). 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.

- 27 -

------33 QUANTITY VARIATION

33.1 Where nature of items is such that the items cannot be supplied in exact quantity of the Purchase Order as in case of cables/ steel/ chemicals etc., quantity tolerance upto ± 5% may be allowed. For such tolerance, separate amendment to Purchase Order would not be necessary. 33.2 The Purchaser reserves the right to delete the requirement of any one or more items of Tender Document without assigning any reason.

34 PURCHASE PREFERENCE

Purchase preference to Central Government Public Sector Undertaking, Micro & Small Enterprises (MSEs) and Domestically Manufactured Electronic Products / Telecom Products shall be allowed as per Government instructions in vogue, as applicable.

[F] – AWARD OF CONTRACT 35 AWARD

Subject to “ITB: Clause-29.0”, GAIL will place order to the successful Bidder whose Bid has been determined to be substantially responsive and has been determined as the lowest provided that Bidder, is determined to be qualified to satisfactorily perform the Contract. “GAIL intent to place the order/contract directly on the address from where Goods are produced/dispatched 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 [FOA]

36.1 Prior to the expiry of „Period of Bid Validity‟, Notification of Award for acceptance of the Bid will be intimated to the successful Bidder by GAIL either by 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. Supplier/Seller). The Notification of Award/FOA will constitute the formation of a Contract. The detailed Purchase Order /Contract shall be issued thereafter incorporating terms & conditions of Tender Document, Corrigendum, Clarification(s), Bid and agreed variation(s)/acceptable deviation(s), if any. GAIL may choose to issue Notification of Award in form of detailed Purchase Order without issuing FOA and in such case the Contract shall enter into force on the date of detailed Purchase Order only. 36.2 Contract/ Delivery/Completion Period shall commence from the date of Notification of Award/FOA or as mentioned therein. 36.3 Upon the successful Bidder‟s / Supplier‟s furnishing of „Contract Performance Security / Security Deposit‟, pursuant to “ITB: Clause-38”, GAIL will promptly discharge his EMD, pursuant to “ITB: Clause-16”. 36.4 The order value is subject to Price Reduction Schedule (PRS) clause.

37.0 DISPATCH SCHEDULE

37.1 If Purchase Order issued based on FOT (Free on Truck) / FOR (Free on Rail) project site basis, materials shall be delivered at the destination on freight prepaid & door delivery basis and for the cases where order(s) are finalized on Ex-works basis the transportation will be arranged by supplier(s) / GAIL on 'freight to pay' basis and the freight will be paid at the destination. Seller shall submit the following details of goods/cargo within 15 days from Notification of Award to the designated authority as per Purchase Order: (i) Shipments Schedule (ii) Dimension details of packages (iii) Detailed technical write-up along with Catalogue (if applicable) (iv) Any other document/details, if mentioned in Purchase Order - 28 -

------37.2 The consignment should be handed over to transporter with E-way bill, wherever required as per law/act. In case such e-way bill is required to be issued by GAIL , the concerned designated order issuing authority may be contacted in this regard. It will be the responsibility of the supplier to ensure the compliance of the provisions relating to E-Way bill before dispatch of the consignment and any financial implication arising due to non- compliance in this regard will be to the account of the supplier. 37.3 It shall be responsibility of the seller to send intimation immediately on dispatch of the material so that necessary arrangements can be made at site. Delays on account of the same shall solely be attributable to the Supplier.

38 CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT

38.1 Within 30 days of the receipt of the notification of award/ FOA from GAIL, the successful Bidder shall furnish the Contract Performance Security/Security Deposit (CPS) in accordance with of General Conditions of the Contract. The CPS shall be in the form of either Banker‟s Cheque or Demand Draft or Bank Guarantee or Letter of Credit and shall be in the currency of the Contract. However, CPS shall not be applicable in cases wherein the individual order value as specified in Notification of Award is less than INR 5 Lakh (exclusive GST). 38.2 The CPS shall be for an amount as specified in BDS towards faithful performance of the contractual obligations and performance of equipment/material. For the purpose of CPS, Contract/Order Value shall be exclusive of GST (CGST & SGST/UTGST or IGST) to be reimbursed by Purchaser as per provision of contract. 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 Warranty/ Guarantee Period specified in Tender Document. 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 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. 38.5 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. 38.6 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.

39 PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT /COLLUSIVE/ COERCIVE PRACTICES

39.1 Procedure for action in case Corrupt/ Fraudulent/Collusive/Coercive Practices is enclosed at Annexure-I. - 29 -

------39.2 The Fraud Prevision 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 or elsewhere in the Purchase Order, in case it is found that the Bidder/ Supplier indulged in fraudulent/ coercive practices at the time of bidding, during execution of the Contract and/or on other grounds as mentioned in GAIL‟s “Procedure for action in case Corrupt/ Fraudulent/ Collusive/Coercive Practices” (Annexure-I), the Bidder/Supplier shall be banned (in terms of aforesaid procedure) from the date of issuance of such order by GAIL (India) Ltd., to such Bidder/Supplier.

The Bidder /Supplier / understands and agrees that in such cases where Bidder /Supplier has been banned (in terms of aforesaid procedure) from the date of issuance of such order by GAIL, such decision of GAIL shall be final and binding on the Bidder /Supplier and the „Arbitration Clause‟ mentioned in the GCC or elsewhere in the Purchase Order shall not be applicable for any consequential issue /dispute arising in the matter.

40 PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISES (MSE)

40.1 Following provision has been incorporated for Micro and Small Enterprises (MSE), in line with notification of Government of India, vide Gazette of India No. 503 dated 26.03.2012 proclaiming the Public Procurement Policy on procurement of goods and services from MSEs. i) Issue of tender document to MSEs free of cost. ii) Exemption to MSEs from payment of EMD. iii) In Tender, participating Micro and Small Enterprises quoting price within price band of L1+15% shall also be allowed to supply a portion of requirement by bringing down their prices to L1 price in a situation where L1 price is from someone other than a micro and small enterprises and such micro and small enterprises shall be allowed to supply upto 25% of the total tendered value. In case of more than one such Micro and Small Enterprises, the supply shall be shared proportionately (to tendered quantity). Further, out of above 25%, 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 atleast 51% share in the unit c) In case of private Limited Companies, at least 51% share is held by SC/ST. If the MSE is owned by SC/ST Entrepreneurs, the bidder shall furnish appropriate documentary evidence in this regard.

The MSE(s) owned by Women shall mean:- a) In case of proprietary MSE, Proprietor(s) shall be Women. - 30 -

------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 Aadhar Memorandum. b) If the MSE is owned by SC/ST Entrepreneurs, the Bidder shall furnish appropriate documentary evidence in this regard. The above document(s) submitted by the Bidder shall be duly certified by the Chartered Accountant (not being an employee or a Director or not having any interest in the bidder‟s company/firm) and notary public with legible stamp. If the bidder does not provide the above confirmation or appropriate document or any evidence, then it will be presumed that they do not qualify for any preference admissible in the Public Procurement Policy (PPP) 2012. The Public Procurement Policy for MSEs is meant for procurement of only goods produced & Services rendered by MSEs. The benefit of policy are not extended to the traders/dealers/ Distributors/Stockiest/Wholesalers. 40.4 If against an order placed by GAIL, successful Bidder(s) (other than Micro/Small Enterprise) is procuring material/services from their sub-vendor who is a Micro or Small Enterprise 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 from GAIL, the details like Name, Registration No., Address, Contact No. details of material & value of procurement made, etc. of such Enterprises shall be furnished by the successful Bidder at the time of submission of invoice/Bill. 40.5 Further, MSEs who are availing the benefits of the Public Procurement Policy (PPP) 2012 get themselves registered with MSME Data Bank being operated by NSIC, under SME Division, M/o MSME, in order to create proper data base of MSEs which are making supplies to CPSUs.

40.6 NSIC has initiated a scheme of “Consortia and Tender Marketing Scheme” under which they are assisting the Micro & Small enterprises to market their products and services through tender participation on behalf of the individual unit or through consortia. Accordingly, if the MSEs or the consortia, on whose behalf the bid is submitted by NSIC, is meeting the BEC and other terms and conditions of tender their bid will be considered for further evaluation. Further, in such cases a declaration is to be submitted by MSE/ consortia on their letter head (s) that all the terms and conditions of tender document shall be acceptable to them. 40.7 It may be noted that Government of India has implemented Trade Receivable Discounting System (TReDS) to address challenges faced by MSMEs in delayed payments (after receipt/acceptance of Material/Services) from Government buyers leading to shortfall of Working Capital. TReDS is an online electronic institutional mechanism for facilitating the financing of trade receivables of MSMEs through multiple financiers. GAIL is already registered on the following TReDS platform:

 M/s Receivable Exchange of India (RXIL), Mumbai  M/s Mynd Solutions Private Limited (Mynd), New Delhi

- 31 -

------ M/s A. TREDS (Invoicemart), Mumbai

MSME Bidders are requested to register on the TReDS platform. The MSME vendors can avail the TReDS facility, if they want to.

41 PACKING INSTRUCTIONS

41.1 Packing shall be strong and sturdy such that it can withstand loading/unloading & pushing by mechanical devices. All packaging shall be done in such a manner as to reduce volume and weight as much as possible without jeopardizing the safety of the material. All packing materials shall be new. 41.2 Fragile articles should have special packing materials depending on type of materials. 41.3 All soft and delicate surfaces on equipment/material should be carefully protected / painted with suitable coating and wrapped to prevent rusting and damage. All mechanical and electrical equipment and other heavy articles should be securely fastened to the bottom of the case, to avoid damage. 41.4 Attachments and spare parts of equipment and all small pieces shall be packed separately in wooden cases with adequate protection inside the case and sent along with main equipment. Each item shall be tagged so as to identify it with the main equipment and part number and reference number shall be indicated. 41.5 All protrusions shall be suitably protected and openings shall be blocked by wooden/steel covers as may be required. 41.6 Detailed case wise packing list in water proof envelope shall be inserted in each package together with equipment/material. One copy of „Detailed Packing List‟ shall be fastened outside of the package in waterproof envelope and covered by metal cover. 41.7 Each package shall be marked on three sides with proper paints/indelible waterproof ink as follows:

PURCHASER: DESTINATION: Purchase Order No…...... Net Wt...... …………….... Kgs, Gross Wt...... Kgs. Dimensions...... X...... X...... CM. Package No. (Sl. No. of total packages)...... Seller‟s Name......

41.8 Permits are to be obtained separately for entry/use of vehicles/trailers etc. inside the plant. The following requirements are to be met to obtain vehicle permit:- a) Vehicle/Equipment etc. should be brought to site in good conditions. b) Valid Road Tax Certificate, fitness certificate and insurance policy from Competent Authority c) Valid operating/driving license of driver/operator d) Any other requirement mentioned elsewhere in Tender Document

42 VENDOR PERFORMANCE EVALUATION

The procedure for evaluation of performance of Supplier containing provisions for putting a Bidder / Supplier on suspension and/or holiday list (as the case may be) is enclosed as Annexure II to ITB herewith.

43. MENTIONING OF PAN NO. IN INVOICE/BILL

As per CBDT Notification No. 95/2015 dated 30.12.2015, mentioning of PAN no. is mandatory for transactions related to procurement of goods / services/ exceeding Rs. 2 Lacs per transaction. Accordingly, Supplier should mention their PAN no. in their invoice/ bill for any transaction exceeding Rs. 2 lakhs. As provided in the notification, in case Supplier do not have PAN

- 32 -

------no., they have to submit declaration in Form 60 along with invoice/ bill for each transaction. Payment of Supplier shall be processed only after fulfilment of above requirement.

44. DISPUTE RESOLUTION MECHANISM

1.0 CONCILIATION

GAIL (India) Limited has framed the Conciliation Rules 2010 in conformity with Part – III of the Arbitration and Conciliation Act 1996 as amended from time to time for speedier, cost effective and amicable settlement of disputes through conciliation. All issue(s)/dispute(s) arising under the Contract, which cannot be mutually resolved within a reasonable time, may be referred for conciliation in accordance with GAIL Conciliation Rules 2010 as amended from time to time A copy of the said rules have been made available on GAIL‟s web site i.e www.gailonline.com.

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

2.0 ARBITRATION

All issue(s)/dispute(s) excluding the matters that have been specified as excepted matters and listed at clause no. 2.6 and which cannot be resolved through Conciliation, such issue(s)/dispute(s) shall be referred to arbitration for adjudication by Sole Arbitrator.

The party invoking the Arbitration shall have the option to either opt for Ad-hoc Arbitration as provided at Clause 2.1 below or Institutionalized Arbitration as provided at Clause 2.2 below, the remaining clauses from 2.3 to 2.7 shall apply to both Ad-hoc and Institutional Arbitration:-

2.1 On invocation of the Arbitration clause by either party, GAIL shall suggest a panel of three independent and distinguished persons (Retd Supreme Court & High Court Judges only) to the other party from the Panel of Arbitrators maintained by „Delhi International Arbitration Centre (DIAC) to select any one among them to act as the Sole Arbitrator. In the event of failure of the other party to select the Sole Arbitrator within 30 days from the receipt of the communication from GAIL suggesting the panel of arbitrators, the right of selection of the sole arbitrator by the other party shall stand forfeited and GAIL shall appoint the Sole Arbitrator from the suggested panel of three Arbitrators for adjudication of dispute(s). The decision of GAIL on the appointment of the sole arbitrator shall be final and binding on the other party. The fees payable to Sole Arbitrator shall be governed by the fee Schedule of „„Delhi International Arbitration Centre‟. OR 2.2 If a dispute arises out of or in connection with this contract, the party invoking the Arbitration shall submit that dispute to any one of the Arbitral Institutions i.e ICADR/ICA/DIAC/SFCA and that dispute shall be adjudicated in accordance with their respective Arbitration Rules. The matter shall be adjudicated by a Sole Arbitrator who shall necessarily be a Retd Supreme Court/High Court Judge to be appointed/nominated by the respective institution. The cost/expenses pertaining to the said Arbitration shall also be governed in accordance with the Rules of the respective Arbitral Institution. The decision of the party invoking the Arbitration for reference of dispute to a specific Arbitral institution for adjudication of that dispute

- 33 -

------shall be final and binding on both the parties and shall not be subject to any change thereafter. The institution once selected at the time of invocation of dispute shall remain unchanged.

2.3 The cost of arbitration proceedings shall be shared equally by the parties.

2.4 The Arbitration proceedings shall be in English language and the seat, venue and place of Arbitration shall be New Delhi, India only.

2.5 Subject to the above, the provisions of Arbitration & Conciliation Act 1996 and any amendment thereof shall be applicable. All matter relating to this Contract and arising out of invocation of Arbitration clause are subject to the exclusive jurisdiction of the Court(s) situated at New Delhi.

2.6 List of Excepted matters:

a) Dispute(s)/issue(s) involving claims below Rs 25 lakhs and above Rs 25 crores. b) Dispute(s)/issue(s) relating to indulgence of Contractor/Vendor/Bidder in corrupt/fraudulent/collusive/coercive practices and/or the same is under investigation by CBI or Vigilance or any other investigating agency or Government. c) Dispute(s)/issue(s) wherein the decision of Engineer-In-Charge/owner/GAIL has been made final and binding in terms of the Contract.

2.7. Disputes involving claims below Rs 25 Lakhs and above Rs. 25 crores:- Parties mutually agree that dispute(s)/issue(s) involving claims below Rs 25 Lakhs and above Rs 25 crores shall not be subject matter of Arbitration and are subject to the exclusive jurisdiction of the Court(s) situated at New Delhi.

3. GOVERNING LAW AND JURISDICTION:

The Contract shall be governed by and construed in accordance with the laws in force in India. The Parties hereby submit to the exclusive jurisdiction of the Courts situated at New Delhi for adjudication of disputes, injunctive reliefs, actions and proceedings, if any, arising out of this Contract.

45. DISPUTES BETWEEN CPSE‟S/GOVERNMENT DEPARTMENT‟S/ ORGANIZATIONS

Subject to conciliation as provided above, 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/ Port Trusts 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 OPE OM No. 4(1)/2013- DPE(GM)/FTS-1835 dated 22-05-2018.

Any party aggrieved with the decision of the Committee at the First level (tier) may prefer an appeal before the Cabinet Secretary at the Second level (tier) within 15 days from the date of receipt of decision of the Committee at First level, through it's administrative Ministry/Department, whose decision will be final and binding on all concerned.

The above provisions mentioned at clause no.44 & 45 shall supersede provisions relating to Conciliation, Arbitration, Governing Law & Jurisdiction and Disputes between CPSE‟s/ Government Department‟s/ Organizations mentioned in General Conditions of Contract (GCC) and elsewhere in tender document.

- 34 -

------46 REPEAT ORDER

PURCHASER reserves the right, within 6 months of order to place repeat order upto 50% of the original ordered quantity (s) without any change in unit price or other terms and conditions.

47 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

48 QUARTERLY CLOSURE OF THE CONTRACT (FOR APPLICABLITY 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.”

49.0 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, the order on such Startup shall be placed for entire tendered quantity.

However, before supplying the total quantity, the startup enterprise shall first demonstrate its performance by supplying 10% of total ordered quantity (rounded off to the next higher digit in terms of Unit of Measurement (UoM), wherever required) and only after successful execution of this quantity the balance 90% quantity will be cleared for supply. In case, the demonstration of performance fails, the entire order will be canceled without any financial implication on either side.

50.0 GUIDLINES FOR PROVISION REGARDING INVOICE FOR REDUCED VALUE OR CREDIT NOTE TOWARDS PRS

PRS is the reduction in the consideration / contract value for the goods / services covered under this contract. In case of delay in supply/ execution of contract, supplier should raise invoice for reduced value as per Price Reduction Schedule Clause (PRS clause). If supplier has raised the invoice for full value, then supplier should issue Credit Note towards the applicable PRS amount with applicable taxes. In such cases if supplier fails to submit the invoice with reduced value or does not issue credit note as mentioned above, GAIL will release the payment to supplier after giving

- 35 -

------effect of the PRS clause with corresponding reduction of taxes charged on vendor‟s invoice, to avoid delay in delivery/collection of material.” In case any financial implication arises on GAIL due to issuance of invoice without reduction in price or non-issuance of Credit Note, the same shall be to the account of supplier. GAIL shall be entitled to deduct / setoff / recover such GST amount (CGST & SGST/UTGST or IGST) together with penalties and interest, if any, against any amounts paid or becomes payable by GAIL in future to the Supplier under this contract or under any other contract.

- 36 -

------Annexure-I

PROCEDURE FOR ACTION IN CASE CORRUPT/FRAUDULENT/COLLUSIVE/COERCIVE PRACTICES

A Definitions:

A.1 “Corrupt Practice” means the offering, giving, receiving or soliciting, directly or indirectly, anything of value to improperly influence the actions in selection process or in contract execution.

“Corrupt Practice” also includes any omission for misrepresentation that may mislead or attempt to mislead so that financial or other benefit may be obtained or an obligation avoided.

A2 “Fraudulent Practice” means and include any act or omission committed by an 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 Purchaser of the benefits of free and open competition.

A.4 “Coercive practice” means impairing or harming or threatening to impair or harm directly or indirectly, any agency or its property to influence the improperly actions of an agency, obstruction of any investigation or auditing of a procurement process.

A.5 “Vendor/Supplier/Contractor/Consultant/Bidder” is herein after referred as “Agency” in this Annexure.

A.6 “Appellate Authority” shall mean Committee of Directors of GAIL 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 of GAIL, who is competent to take final decision for Suspension of business dealing with an Agency( ies) and Banning of business dealings with Agency(ies) and shall be the “Director” concerned.

A.8 “Allied Agency” shall mean all 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.

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 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.

- 37 -

------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 Engineer-in-Charge (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)/ Contract Performance Security (CPS) submitted by agency against such Order(s)/ Contract(s) shall also be forfeited. The amount that may have become due to the Contractor/Supplier on account of work/supplies already executed by him shall be payable to the Contractor/Supplier and this amount shall be subject to adjustment against any amounts due from the Contractor/Supplier 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 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 CPBG/CPS submitted by Agency against such Order(s)/Contract(s) shall be forfeited.

(iii) After expiry of DLP/ Warranty/Guarantee Period

If an Agency is found to have indulged in corrupt/fraudulent/ collusive /coercive practices, after expiry of DLP/ Warranty/Guarantee Period, the Agency shall be banned for future business with GAIL for a period specified in para B 2.2 below from the date of issue of banning order.

B.2.2 Period of Banning

The period of banning of agencies indulged in Corrupt/Fraudulent/Collusive/Coercive Practices shall be as under and to be reckoned from the date of banning order:

S. No. Description Period of banning from the date of issuance of Banning order 1 Misrepresentation/False information other than 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 03 years tender) /Collusive/Coercive Practices

- 38 -

------2.1 If an agency again commits Corrupt/Fraudulent (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:

(v) Repeated once 7 years (in addition to

the period already

served) (vi) Repeated twice or more 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 tender(s)/future tender(s).

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 Tender Document but before opening of Part-I/Technical Bid, the bid submitted by the Agency shall be ignored.

C.3.2 after opening Part-I/Technical bid but before opening the Price bid, the Price bid of the Agency shall not be opened and EMD submitted by the Agency shall be returned to the Agency.

C.3.3 after opening of price (Part-II), EMD submitted 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 Document/other tender where errant Agency emerges as the lowest (L1), then such tendering process 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 by Corporate C&P Department, GAIL when :-

(i) Corporate Vigilance Department, GAIL based on the fact of the case gathered during investigation by them recommend for specific immediate action against the Agency.

(ii) Corporate Vigilance Department, GAIL based on the input from Investigating agency, forward for specific immediate action against the Agency.

(iii) Non performance of Vendor/Supplier/Contractor/Consultant leading to termination of Contract/Order.

D.2 Suspension Procedure:

D.2.1 The order of suspension would operate initially for a period not more than 6 (six) months and is to be communicated to the Agency and also to Corporate Vigilance Department, GAIL. Period of suspension can be extended with the approval of the Competent Authority by 1 (one) month at a

- 39 -

------time with a ceiling of 6(six) months pending a conclusive decision to put the Agency on banning list.

D.2.2 During the period of suspension, no new business dealing may be held with the Agency.

D.2.3 Period of suspension shall be accounted for in the final order passed for banning of business with the Agency.

D.2.4 The decision regarding suspension of business dealings should also be communicated to the Agency.

D.2.5 If a prima-facie, case is made out that the agency is guilty on the grounds which can result in banning of business dealings, proposal for issuance of suspension order and show cause notice shall be put up to the Competent Authority. The suspension order and show cause notice must include that (i) the Agency is put on suspension list and (ii) why action should not be taken for banning the Agency for future business from GAIL.

The Competent Authority to approve the suspension will be same as that for according approval for banning.

D 3 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 process: D.3.2.1 after issue of the Tender Document but before opening of Part-I/Technical Bid, the Bid submitted by the Agency shall be ignored. D.3.2.2 after opening Part-I/ Technical Bid but before opening of Part-II/ Price bid, the Price bid of the Agency shall not be opened and EMD submitted by the Agency shall be returned to the Agency. D.3.2.3 after opening of price, EMD submitted by the Agency shall be returned; the Offer/Bid 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/other tendering process where errant Agency emerges as the lowest (L1), then such tendering process shall also be cancelled and re- invited.

D.3.3 The existing contract (s)/ order (s) under execution shall continue.

D.3.4 The Bidder confirms/undertake that (i) neither the Bidder themselves nor their allied Agency(ies) are on banning list of GAIL or the Ministry of Petroleum and Natural Gas and (ii) Bidder is not banned by any Government department/ Public Sector.

F. Appeal against the Decision of the Competent Authority:

F.1 The Agency may file an appeal against the order of the Competent Authority for putting the Agency on banning list. The Appeal shall be filed to Appellate Authority of GAIL. Such an appeal shall be preferred within one month from the date 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.

- 40 -

------Annexure-II

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

1.0 GENERAL

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

2.0 OBJECTIVE

The objective of Evaluation of Performance aims to recognize and develop reliable Vendors/ Suppliers/Contractors/ Consultants so that they consistently meet or exceed expectations and requirements.

The purpose of this procedure is to put in place a system to monitor performance of Vendors/ Suppliers/Contractors/ Consultants associated with GAIL in Projects and in O&M so as to ensure timely completion of various projects, timely receipt of supplies including completion of works & services for operation and maintenance of operating plants and quality standards in all respects.

3.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet (PRDS)

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

ii) Measurement of Performance

Based on the parameters defined in PRDS, 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.

- 41 -

------4.0 EXCLUSIONS:

The following would be excluded from the scope of evaluation of performance of Vendors/ Suppliers/Contractors/ Consultants:

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is not on watch list/ holiday list/ banning list. ii) Orders for Misc./Administrative items/ Non stock Non valuated items (PO with material code ending with 9).

However, concerned Engineer-in-Charge /OICs will continue to monitor such cases so as to minimize the impact on Projects/O&M plants due to non performance of Vendors/ Suppliers/Contractors/ Consultants in all such cases.

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

5.1 FOR PROJECTS

i) Evaluation of performance of 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 PRDS (Format at Annexure-1) for all Orders and Contracts.

iii) Depending upon the Performance Rating, following action need to 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, PRDS to be closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after execution of Order/ Contract and where no reply/ unsatisfactory reply is received from party against the letter seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with sharing the performance rating)

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

(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.

- 42 -

------(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 Clause no. 28.3.1 of GCC-Goods)

(a) First instance: Advisory notice (Yellow Card) shall be issued and Vendor/Supplier/Contractor /Consultant shall be put on watch list for a period of 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/ 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.

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 PRDS (Format at Annexure-2) shall be prepared for Orders by Site C&P and for Contracts/Services by respective Engineer-In-Charge.

- 43 -

------

iii) Depending upon Performance Rating, following action need to be initiated by Site C&P: 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, PRDS to be closed with a letter to the concerned for improving performance in future.

v) When no reply is received or reasons indicated are unsatisfactory, the following actions need to be taken:

A) Where performance rating is “POOR” (as per Performance Rating carried out after execution of Order/ Contract and where no reply/ unsatisfactory reply is received from party against the letter seeking the explanation from Vendor/Supplier/Contractor/ Consultant along with sharing the performance rating)

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

(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. 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

(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. 28.3.1 of GCC-Goods)

(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 - 44 -

------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.

(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.

(C) Where Performance rating is “FAIR”: Issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to improve their performance.

6.0 REVIEW & RESTORATION OF 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 should not be considered in ongoing tendering process/future tenders. 7.2 However, if such Vendor/ Supplier/Contractor/ Consultant is already executing any other order/ contract and their performance is satisfactory in terms of the relevant contract, should be allowed to continue till its completion without any further increase in scope except those incidental to original scope mentioned in the contract. In such a case CPBG/CPS will not be forfeited and payment will be made as per provisions of concerned Contract. However, this would be without prejudice to other terms and conditions of the Contract. 7.3. Effect on other ongoing tendering process:

7.3.1 after issue of the Tender Document but before opening of Part-I/Technical Bid, the Bid submitted by the party shall be ignored.

7.3.2 after opening of Part-I/Technical Bid but before opening the Part-II/Price Bid, the Price Bid of the party shall not be opened and EMD submitted by the party shall be returned to the party.

7.3.3 after opening of Part-II/Price Bid, EMD submitted by the party shall be returned; the Bid of the party shall be ignored & will not be further evaluated. If errant party emerges as the lowest (L1), then such Tender Document 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.

- 45 -

------

Any bidder, put on holiday, will not be allowed to bid through consortium route also against any Tender Document 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 date of receipt of Holiday order. (b) Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the party as well as the Competent Authority.

(c) Appeal process may be completed within 45 days of filing of appeal with the Appellate Authority.

(d) “Appellate Authority” shall mean Committee of Directors consisting of Director (Finance) and Director (BD) for works centers under Director (Projects). For all other cases committee of Directors shall consist of Director (Finance) & Director (Projects).

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 tendering process or withdrawal of Bid or modification of Bid or varying any term in regard thereof leading to re-tendering, GAIL shall forfeit EMD submitted 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.

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

- 46 -

------

Annexure-1 GAIL (India) Limited

PERFORMANCE RATING DATA SHEET [PRDS] (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

- 47 -

------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

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, CPS/PBG, Drawings and 4 marks other documents within time ii) Mobilization of resources as per Contract and in time 4 marks iii) Liquidation of Check-list points 4 marks iv) Compliance to statutory and HS&E requirements 4 marks or Reliability of Estimates/Design/Drawing etc. in case of Consultancy jobs v) Timely submission of estimates and other documents for Extra, 4 marks Substituted & AHR items B. FOR SUPPLIES i) Submission of order acceptance, CPS/PBG, Drawings and other 5 marks documents within time ii) Attending complaints and requests for after sales service/ warranty 5 marks - 48 -

------repairs and/ or query/ advice (upto the evaluation period). iii) Response to various correspondence and conformance to standards like 5 marks ISO iv) Submission of all required documents including Test Certificates at the 5 marks time of supply

- 49 -

------Annexure-2

GAIL (India) Limited

PERFORMANCE RATING DATA SHEET [PRDS] (FOR O&M) i) Location : ii) Order/ Contract No. & date : iii) Brief description of Items : Works/Assignment iv) Order/Contract value (Rs.) : v) Name of Vendor/Supplier/ : Contractor/ Consultant vi) Contracted delivery/ : Completion Schedule vii) Actual delivery/ : Completion date

Performance Parameter Delivery Performance Quality Performance Reliability Performance# Total Maximum Marks 40 40 20 100 Marks Allocated (*) Remarks (if any) PERFORMANCE RATING (**) Note : (#) Vendor/Supplier/Contractor/Consultant who seek repeated financial assistance or deviation beyond contract payment term or seeking direct payment to the sub-vendor/sub-contractor due to financial constraints, then „0‟ marks should be allotted against Reliability Performance (*) Allocation of marks should be as per enclosed instructions (**) Performance rating shall be classified as under :

Sl. Range (Marks) Rating Signature of No. Authorised Signatory: 1 60 & below POOR 2 61-75 FAIR Name: 3 76-90 GOOD 4 More than 90 VERY Designation: GOOD

Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under:

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks Completion Schedule

a) Upto 3 months Before CDD 40 Delay upto 4 weeks 35 ” 8 weeks 30 ” 10 weeks 25 ” 12 weeks 20 ” 16 weeks 15 More than 16 weeks 0

b) Above 3 months Before CDD 40

- 50 -

------Delay upto 4 weeks 35 ” 8 weeks 30 ” 10 weeks 25 ” 16 weeks 20 ” 20 weeks 15 ” 24 weeks 10 More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

For Normal Cases : No Defects/ No Deviation/ No failure: 40 marks

i) Rejection/Defects Marks to be allocated on 10 marks prorata basis for acceptable quantity as compared to total quantity for normal cases

ii) When quality Failure of severe nature 0 marks failure endanger - Moderate nature 5 marks system integration - low severe nature 10-25 marks and safety of the system

iii) Number of 1. No deviation 5 marks deviations 2. No. of deviations < 2 2 marks 3. No. of deviations > 2 0 marks

1.3 RELIABILITY PERFORMANCE 20 Marks

A. FOR WORKS/CONTRACTS

i) Submission of order acceptance, agreement, CPS/PBG, Drawings and 4 marks other documents within time ii) Mobilization of resources as per Contract and in time 4 marks iii) Liquidation of Check-list points 4 marks iv) Compliance to statutory and HS&E requirements 4 marks or Reliability of Estimates/Design/Drawing etc. in case of Consultancy jobs v) Timely submission of estimates and other documents for Extra, 4 marks Substituted & AHR items B. FOR SUPPLIES

i) Submission of order acceptance, CPS/PBG, Drawings and other 5 marks documents within time ii) Attending complaints and requests for after sales service/ warranty 5 marks repairs and/ or query/ advice (upto the evaluation period). iii) Response to various correspondence and conformance to standards like 5 marks ISO iv) Submission of all required documents including Test Certificates at the 5 marks time of supply

- 51 -

------Annexure-III

ADDENDUM TO INSTRUCTIONS TO BIDDERS (INSTRUCTIONS FOR PARTICIPATION IN E-TENDER)

Available on GAIL‟s e-tender website (https://etender.gail.co.in)

- 52 -

------ANNEXURE-IV

BIDDING DATA SHEET (BDS)

ITB TO BE READ IN CONJUNCTION WITH THE FOLLOWING: ITB clause Description A. GENERAL 1.1 The Purchaser is: GAIL (India) Limited The consignee details for the goods are as under:- GAIL(India)Limited, 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 E-Mail: [email protected] ______1.2 The Invitation for Bid/ Tender is for SUPPLY INSTALLATION & COMMISSIONING OF INSTRUMENTATION CONTROL PANELS FOR SCADA IN GAIL CAUVERY BASIN. General The Purchaser is: GAIL (India) Limited The consignee details and Delivery Location for the goods are as under:- Consignee: as above

Delivery Location: Refer SCC B. TENDER DOCUMENT 8.1 For clarification purposes only, the communication address is: Attention: Mr. T.Shivadhandayuthabani GAIL(India)Limited, 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 E-Mail: [email protected]

C. PREPARATION OF BID

11.1.1 (u) The Bidder shall submit with its Techno-commercial/ Unpriced bid the additional documents as mentioned in SCC, if any. 12 Additional Provision for Price Schedule/ Schedule of Rate/ Bid Price are as under: Nil

Whether GAIL will be able to avail input tax credit in the instant tender : 12 & 13 ITC Not applicable.. 12.1 Whether Bidder shall indicate breakup of the quantum of imports involved for import of necessary raw materials and components giving CIF value of Import in applicable currency considered and included in bid price: Applicable

12.3 Transit Insurance shall be arranged by :- GAIL

In case, transit insurance to be arranged by GAIL, the details of Transit Insurance Policy will be provided at the time of award.

- 53 -

------12.5 Delivery basis shall be on FOT Site basis 13.7 and 13.8 Details of Buyer:

Consignee GAIL (India) Limited, Karaikal Delivery address Multiple delivery locations as per SCC PAN No. AAACG1209J GST no. Karaikal:34AAACG1209J1Z1 : 33AAACG1209J1Z3 GAIL Bank details SBI – Main Branch, Rue saffran Steet, Pondicherry, A/c. No.00000032817368141, IFSC :SBIN0000900

14 The currency of the Bid shall be INR 15 The bid validity period shall be 3 months from final 'Bid Due Date'. 16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand Draft' or 'Banker's Cheque', the same should be favor of GAIL (India) Limited, payable at Karaikal 16.9 & GAIL‟s Bank a/c details: 38.5 Acc. Holder Name: GAIL INDIA LIMITED Branch: SBI – Main Branch, Rue saffran Steet, Pondicherry, A/c. No.00000032817368141, IFSC :SBIN0000900

Bidder to mention reference no. “EMD/(e-tender no…..)” in narration while remitting bid security /EMD amount in GAIL‟s Bank Account. AND/OR Bidder to mention reference no. “CPS/FOA/PO no.……….” in narration while remitting CPS amount in GAIL‟s Bank Account.

D. SUBMISSION AND OPENING OF BIDS 22 The E-Tender No. of this bidding process is: 8000014918

22.2 For submission of physical document as per clause no. 4.0 of IFB, the Owner‟s address is : Attention: Mr. T.Shivadhandayuthabani GAIL(India)Limited, 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 E-Mail: [email protected] 26 The bid opening shall take place at: GAIL(India)Limited, 1st & 2nd Floor, AHM Complex, No.164 Kamarajar Salai, Opp. To Unicon Plaza City: Karaikal ZIP Code: 609602 E-Mail: [email protected]

- 54 -

------E. EVALUATION, AND COMPARISON OF BIDS 32 Evaluation Methodology is mentioned in Section-II. F. AWARD OF CONTRACT 36 The following designated authority shall be contacted after receipt of Notification of Award for all contractual matters :- Mr. T.Shivadhandayuthabani, Manager (C&P) E-Mail: [email protected]. 38 Contract Performance Security (CPS)/ Security Deposit : Applicable

If applicable, the value/ amount of Contract Performance Security/ Security Deposit (i) Procurement of Goods except Rate Contracts: SD/CPBG @ 10% of Order/ Contract Value within 30 days of FOA/ notification of award. 40 Whether tendered item is non-split able or not-divisible : Non-split able

48 Quarterly Closure of Contract: Applicable

49 Applicability of provisions relating to Startups: Not Applicable

- 55 -

------LIST OF FORMS & FORMATS

Form No. Description F-1 BIDDER‟S GENERAL INFORMATION F-2 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY DEPOSIT / BID SECURITY" F-3 LETTER OF AUTHORITY F-4 PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" F-5 AGREED TERMS & CONDITIONS F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER F-7 BIDDER‟S EXPERIENCE F-8 CHECK LIST F-9 FORMAT FOR CERTIFICATE FROM BANK IF BIDDER‟S WORKING CAPITAL IS INADEQUATE F-10 FORMAT FOR CHARTERED ACCOUNTANT CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER F-11 BIDDER'S QUERIES FOR PRE BID MEETING F-12 E-BANKING MANDATE FORM F-13 INTEGRITY PACT F-14 FREQUENTLY ASKED QUESTIONS (FAQs)

- 56 -

------F-1

BIDDER'S GENERAL INFORMATION

To, M/s GAIL (INDIA) LIMITED ______

TENDER NO:

1 Bidder Name M/s…… 2 Status of Firm Proprietorship Firm/Partnership firm/ Public Limited/ Pvt. Limited/ Govt. Dept. / PSU/ Others

If Others Specify:______

[Enclose relevant certificates / partnership deed/certificate of Registration, as applicable] 3 Name of Proprietor/ Partners/ 1. Directors of the firm/company 2. 3. 4 Number of Years in Operation

5 Address of Registered Office:

*In case of Partnership firm, enclose City: letter mentioning current address of District: the firm and the full names and current State: addresses of all the partners of the PIN/ZIP: firm. Bidder‟s address where order/contract 6 is to be placed City:

District: State: PIN/ZIP: 7 Address from where Goods/ Services are to be dispatched/ provided along with GST no. City:

(In case supply of Goods / Services are District: from multiple locations, addresses and State: GST no. of all such locations are to be PIN/ZIP: provided). GST No.: 9 Telephone Number & Contact ______Information address where order is to (Country Code) (Area Code) (Telephone be placed No.) FAX No. : ……………………… e-mail ID: ……………………… 10 Website 11 Fax Number: ______(Country Code) (Area Code) (Telephone

- 57 -

------No.) 12 ISO Certification, if any [If yes, please furnish details] 13 PAN No. [Enclose copy of PAN Card]

14 GST No. (refer sl. no. 7 above) [Enclose copy of GST Registration Certificate]

15 Whether Micro or Small Enterprise Yes / No (If Yes, Bidder to submit requisite documents as specified it ITB:Clause No. 40) Whether MSE is owned by SC/ST Yes / No Entrepreneur(s) (If Yes, Bidder to submit requisite documents as specified it ITB:Clause No. 40) Whether MSE is owned by Women Yes / No (If Yes, Bidder to submit requisite documents as specified it ITB:Clause No. 40) Whether payment is required through Yes / No TReDS If Yes, please provide the name of portal …………………………………… 16 Type of Entity Corporate/ Non-Corporate (As per CGST/SGST/UTGST Act). (In case of Non-Corporate Entity, bidder will submit documentary evidence for same). 17 Whether Bidder is Startups or not Yes / No (If Yes, Bidder to submit requisite documents as specified it ITB: Clause No. 49) 17a In case of Start-up confirm the following:

(i) Date of its incorporation/ registration

(ii) Whether turnover for any financial years since incorporation/ registration has exceed Rs.25 Crores.

Note: * 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

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

- 58 -

------FORMAT F-2 PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY DEPOSIT/ BID SECURITY"

(To be stamped in accordance with the Stamp Act)

Ref...... Bank Guarantee No...... Date...... To, M/s GAIL (INDIA) LIMITED ______

SUB: TENDER NO:

Dear Sir(s),

In accordance with Tender Document under your reference No ______M/s. ______having their Registered / Head Office at ______(hereinafter called the Tenderer/Bidder), wish to participate in the said tender for ______

As an irrevocable Bank Guarantee against Earnest Money Deposit for the amount of ______is required to be submitted by the bidder as a condition precedent for participation in the said Tender Document which amount is liable to be forfeited on the happening of any contingencies mentioned in the Tender Document.

We, the ______Bank at ______having our Head Office ______(Local Address) guarantee and undertake to pay immediately on demand without any recourse to the Bidder by GAIL (India) Ltd., the amount ______without any reservation, protest, demur and recourse. Any such demand made by GAIL (India) Ltd., shall be conclusive and binding on us irrespective of any dispute or difference raised by the Bidder.

This guarantee shall be irrevocable and shall remain valid up to ______[this date should be two (02) months beyond the validity of the bid].If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instructions from Bidder M/s. ______on whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this ______day of ______20__ at ______.

WITNESS:

- 59 -

------

(SIGNATURE) (SIGNATURE) (NAME) (NAME) Designation with Bank Stamp

(OFFICIAL ADDRESS) Attorney as per Power of Attorney No. ______Date: ______

------

INSTRUCTIONS FOR FURNISHING "BID SECURITY DEPOSIT/ EARNEST MONEY" BY "BANK GUARANTEE"

1. The Bank Guarantee by Bidders will be given on non-judicial stamp paper as per "Stamp Duty" applicable. The non-judicial stamp paper should be in the name of the issuing Bank. 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 Purchaser at its address as mentioned at "ITB". 5. Bidder must indicate the full postal address of the Bank along with the Bank's E-mail / Fax / Phone from where the Bank Guarantee has been issued. 6. If a Bank Guarantee is issued by a commercial Bank, then a letter to be submitted to Purchaser confirming its net worth is more than Rs. 1,000,000,000.00 [Rupees One Hundred Crores] or equivalent alongwith documentary evidence.

- 60 -

------F-3 LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending 'Pre-Bid Meetings' /'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date: To, M/s GAIL (INDIA) LIMITED ______

SUB: TENDER NO:

Dear Sir,

I/We, ______hereby authorize the following representative(s) for attending Pre-Bid Meeting', 'Un-priced Bid Opening', 'Price Bid Opening' against the above Tender Document:

[1] Name & Designation ______Signature ______Phone/Cell: Fax: E-mail: ………………………………….. @ ………………………………

[2] Name & Designation ______Signature ______Phone/Cell: Fax: E-mail: ……………………………………….. @ ………………………………

We confirm that we shall be bound by all commitments made by aforementioned authorised representative(s).

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

Note: 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.

- 61 -

------F-4 PROFORMA OF "BANK GUARANTEE" FOR "CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" (ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE)

To, M/s GAIL (INDIA) LIMITED ______

Dear Sir(s), M/s. ______having registered office at ______(herein after called the “contractor/supplier” which expression shall wherever the context so require include its successors and assignees) have been placed/ awarded the job/work of ______vide PO/LOA /FOA No. ______dated______for GAIL (India) Limited having registered office at 16, Bhikaiji Cama Place, R.K. Puram, New Delhi (herein after called the “GAIL” which expression shall wherever the context so require include its successors and assignees).

The Contract conditions provide that the SUPPLIER/CONTRACTOR shall pay a sum of Rs. ______(Rupees ______) as full Contract Performance Guarantee in the form therein mentioned. The form of payment of Contract Performance Guarantee includes guarantee executed by Nationalized Bank/Scheduled Commercial Bank, undertaking full responsibility to indemnify GAIL (INDIA) LIMITED, in case of default.

The said M/s.______has approached us and at their request and in consideration of the premises we having our office at ______have agreed to give such guarantee as hereinafter mentioned.

1. We ______hereby undertake to give the irrevocable & unconditional guarantee to you that if default shall be made by M/s. ______in performing any of the terms and conditions of the tender/order/contract or in payment of any money payable to GAIL (INDIA) LIMITED we shall on first demand pay without demur, contest, protest and/ or without any recourse to the contractor to GAIL in such manner as GAIL may direct the said amount of Rupees ______only or such portion thereof not exceeding the said sum as you may require from time to time.

2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any time or from time to time the exercise of any of the powers and rights conferred on you under the order/contract with the said M/s. ______and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said M/s.______and such postponement forbearance would not have the effect of releasing the bank from its obligation under this debt.

3. Your right to recover the said sum of Rs. ______(Rupees ______) from us in manner aforesaid is absolute & unequivocal and will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s. ______and/or that any dispute or disputes are pending before any officer, tribunal or court or arbitrator or any other authority/forum and any demand made by you in the bank shall be conclusive and binding. The bank shall not be released of its obligations under these presents by any exercise by you of its liberty with reference to matter aforesaid or any of their or by reason or any other act of omission or commission on your part or any other indulgence shown by you or by any

- 62 -

------other matter or changed what so ever which under law would, but for this provision, have the effect of releasing the bank.

4. The guarantee herein contained shall not be determined or affected by the liquidation or winding up dissolution or changes of constitution or insolvency of the said supplier/contractor but shall in all respects and for all purposes be binding and operative until payment of all money due to you in respect of such liabilities is paid.

5. This guarantee shall be irrevocable and shall remain valid upto ______(this date should be 90 days after the expiry of defect liability period/ Guarantee period) ______. The bank undertakes not to revoke this guarantee during its currency without your previous consent and further agrees that the guarantee shall continue to be enforceable until it is discharged by GAIL in writing. However, if for any reason, the supplier/contractor is unable to complete the supply/work within the period stipulated in the order/contract and in case of extension of the date of delivery/completion resulting extension of defect liability period/guarantee period of the supplier/contractor fails to perform the supply/work fully, the bank hereby agrees to further extend this guarantee at the instance of the supplier/contractor till such time as may be determined by GAIL. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instruction from M/s. ______(contractor) on whose behalf this guarantee is issued.

6. Bank also agrees that GAIL at its option shall be entitled to enforce this Guarantee against the bank (as principal debtor) in the first instant, without proceeding against the supplier/contractor and notwithstanding any security or other guarantee that GAIL may have in relation to the suppplier‟s/contractor‟s liabilities.

7. The amount under the Bank Guarantee is payable forthwith without any delay by Bank upon the written demand raised by GAIL. Any dispute arising out of or in relation to the said Bank Guarantee shall be subject to the exclusive jurisdiction of courts at New Delhi.

8. Therefore, we hereby affirm that we are guarantors and responsible to you on behalf of the Supplier/Contractor up to a total amount of ______(amount of guarantees in words and figures) and we undertake to pay you, upon your first written demand declaring the Supplier/Contractor to be in default under the order/contract and without caveat or argument, any sum or sums within the limits of (amounts of guarantee) as aforesaid, without your needing to prove or show grounds or reasons for your demand or the sum specified therein.

9. We have power to issue this guarantee in your favor under Memorandum and Articles of Association and the undersigned has full power to do under the Power of Attorney, dated ______granted to him by the Bank.

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" - 63 -

------

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of Bid to be considered as Delhi. 2. The Bank Guarantee by Bidders will be given from bank as specified in Tender. 3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank Guarantee and all future communication relating to the Bank Guarantee shall be forwarded to Purchaser. 4. If a Bank Guarantee is issued by a commercial bank, then a letter to Purchaser and copy to Consultant (if applicable) confirming its net worth is more than Rs. 100,00,00,000.00 [Rupees One Hundred Crores] or its equivalent in foreign currency alongwith documentary evidence.

- 64 -

------F-5 AGREED TERMS & CONDITIONS To,

M/s GAIL (INDIA) LIMITED ______

SUB: TENDER NO:

This Questionnaire duly filled in, signed & stamped must form part of Bidder‟s Bid and must be submitted in Part –I (Un-priced Bid). Clauses confirmed hereunder need not be repeated in the Bid.

Sl. DESCRIPTION BIDDER'S CONFIRMATION 1 Bidder's name, and address Bidder's name : Address:

2. Bidder confirms that the currency of quoted prices is in Indian Rupees. 3. Bidder confirms that quoted prices will remain firm and fixed till complete execution of the order. 4. i) Bidder confirms that quoted prices are on FOT dispatch point basis inclusive of P&F. ii) Bidder confirms that firm freight charges upto site are quoted in Price Schedule. 5 Bidder specify the Dispatch Point as:

6. Bidder confirms acceptance of relevant Terms of Payment specified in the Bid Document.

7. Bidder confirms that Contract Performance Security/ Security Deposit (CPS) will be furnished as per Bid Document. 8. Bidder confirms that 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. 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. 9. Bidder confirms compliance to Delivery/ Completion Period as specified in Bid Document. Confirm Delivery/ Completion Period shall be reckoned from the date of Fax of Acceptance (FOA). 10. (i) Bidder confirms acceptance of Price Reduction Schedule (PRS) as specified in Bid Document. (ii) In case of delay, the bills shall be submitted after deducting the price reduction due to delay (refer PRS Clause). 11. a) Bidder confirms acceptance of all terms and conditions - 65 -

------Sl. DESCRIPTION BIDDER'S CONFIRMATION of Bid Document (all sections & enclosures). b) Bidder confirms that printed terms and conditions of Bidder are not applicable. 12. Bidder confirms that their offer is valid for 3 months from Final/Extended Due Date of opening of Techno-commercial Bids. 13. Bidder furnishes EMD/Bid Security details as under : a) EMD/ Bid Security No. & date b) Value c) Validity 14. Bidder confirms acceptance to all provisions of ITB read in conjunction with Bid Data Sheet (BDS). 15. Bidder confirms that (i) none of Directors (in Board of Confirmed Director) of bidder is a relative of any Director (in Board of Director) of Owner or (ii) the bidder is not a firm in which Not confirmed

any Director (in Board of Director) of Owner/ GAIL or their relative is not a partner. 16. Bidder confirms that all correspondence must be in ENGLISH language only. 17. Bidder confirms that purchaser reserves the right to make any change in the terms & conditions of the Tender Document and to reject any or all bids. 18. Bidder confirms that all Bank charges associated with Bidder‟s Bank shall be borne by Bidder. 19. Bidder confirms that the quoted prices is in compliance with the Section 171 of CGST Act/ SGST Act as mentioned as clause no. 13.10 of ITB 20 Rate of applicable GST (CGST & SGST/ UTGST or IGST ) CGST: …………… % Plus SGST/UTGST……… % Total: ………………..% Or IGST:…………. % 20.1 Whether in the instant tender items are covered in reverse Yes/ No charge rule of GST (CGST & SGST/UTGST or IGST) In case of Yes, please specify GST (CGST & SGST/UTGST or IGST) payable by: GAIL:………….% Bidder:…………..% 21. Harmonized System Nomenclature (HSN):

22. Bidder confirms that any variation in GST at the time of supplies for any reasons, other than statutory, including variations due to turnover, shall be borne by them. 23 Bidder confirms that quoted freight rate is exclusive of GST and GST has been indicted separately in Price Schedule 24 Bidder confirms that any error of interpretation of applicability of rate of GST (CGST & SGST/ UTGST or

- 66 -

------Sl. DESCRIPTION BIDDER'S CONFIRMATION IGST ) on components of an item and/or various items of tender by them shall be to their account 25 Part Order:

(a) Bidder confirms acceptance to Part Order. (b) Bidder confirms that any charges quoted extra as lumpsum shall be applicable prorata on value basis in the event of part order.

26 Testing and Inspection charges:

Bidder confirms that goods and services are subject to stage- wise and final Inspection by Owner / Owner‟s Authorized representative. Travel, Living and Personnel expenses of Owner / Authorized representative shall be borne by Owner / authorized representative. 27 No Deviation Confirmation: It may be note that any 'deviation / exception' in any form may result in rejection of Bid. Therefore, Bidder confirms that they have not taken any 'exception / deviation' anywhere in the Bid. In case any 'deviation / exception' is mentioned or noticed, Bidder‟s Bid may be rejected. 28 If Bidder becomes a successful Bidder and pursuant to the provisions of the Tender Document, award is given to them against subject Tender Document, the following Confirmation shall be automatically enforceable:

"Bidder agrees and acknowledges that the Employer is entering into the Contract/Agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood & agreed that the Government of India is not a party to the Contract/Agreement and has no liabilities, obligations or rights thereunder. It is expressly understood and agreed that the Purchaser is authorized to enter into Contract/Agreement, solely on its own behalf under the applicable laws of India. Bidder expressly agrees, acknowledges and understands that the Purchaser is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Agreement. Accordingly, Bidder hereby expressly waives, releases and foregoes any and all actions or claims, including cross claims, VIP claims or counter claims against the Government of 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." 29 Bidder hereby confirms that they are not on „Holiday‟ by GAIL or Public Sector Project Management Consultant (like EIL, Mecon only due to “poor performance” or “corrupt and fraudulent practices”) or banned by Government department/ Public Sector on due date of submission of bid.

Further, Bidder confirms that neither they nor their allied agency/(ies) (as defined in the Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices) are on banning list of GAIL or the Ministry of Petroleum and Natural - 67 -

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

Bidder also confirms that they 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, Bidder also confirms 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 them. 30 As per requirement of tender, bidder (having status as Pvt. Ltd. or Limited company) must upload bid duly digitally signed on e-portal through class-3B digital signature (DS). In case, class of DS or name of employee or name of employer is not visible in the digitally signed documents, the bid digitally signed as submitted by the person shall be binding on the bidder. 31 The contents of this Tender Document have not been modified or altered by Bidder. In case, it is found that the tender document has been modified / altered by the bidder, the bid submitted by them shall be liable for rejection. 32 Import Content: If bidder‟s offer is based on certain imported raw materials required for equipment / materials offered, bidder specify the following:

(a) Bidder confirms that quoted prices are based on Merit rate of ………………………… customs duty, applicable Cess and IGST as applicable.

For project procurement (if specified in BDS) the quoted prices ………………………… may be based on Project rate of Import Duty, in such case, bidder indicates Project Rate of Import Duty considered and included.

(b) Owner‟s responsibility is only limited to furnishing of the necessary Certificate to obtain Essentiality Certificate from bidder‟s Administrative Ministry for availing the Project rate of Import Duty by the Bidder.

(c) Bidder indicates Merit rate of Import duty considered and included in the quoted price (as per „a‟ above).

(d) Bidder indicates brief description / specification with itemized CIF value and country of origin of imported material (to enable owner to operate part order).

(e) Bidder indicates classification with tariff no. under which Vendor intends to import.

(f) Bidder confirms that prices shall be firm on account of variation in foreign exchange rate.

(g) Owner shall not provide any import licence.

(h) Bidder confirms that quoted prices are after considering the

- 68 -

------Sl. DESCRIPTION BIDDER'S CONFIRMATION input tax credit of IGST paid by the Supplier for import content.

(i) Any upward variation due to change in Import Duty Classifications shall be absorbed by the Bidder. However, any reduction in Import Duty due to change in classification shall be passed over to Owner.

(j) Statutory variations, if any, in the rate of Import duty upto maximum period of the contractual delivery period shall be to Owner‟s account. If bidder has considered Import Duty other than Merit Rate of Import Duty then Statutory variation on the Import Duty shall be payable extra on the Merit rate of Import Duty or the rate of Import Duty considered by the bidder, whichever is lower. Owner will not pay any variation on account of IGST.

(k) The CIF Value(s) indicated by the bidder shall be deemed to be the maximum value(s) for the purpose of payment of variation in Import duty and/or other statutory variations, if any, thereon.

(l) Variation in price due to Import duty rate will be dealt with separately after receipt of equipment at site, against documentary evidence. 33. 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.

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

- 69 -

------F-6 ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of Tender Document/information regarding the tender, Bidder shall acknowledge the receipt and confirm his intention to bid or reason for non-participation against the enquiry /tender through e-mail/fax to Purchase Officer in GAIL who issued the Tender Document, by filling up the Format)

To,

M/s GAIL (INDIA) LIMITED ______

SUB: TENDER NO:

Dear Sir,

We hereby acknowledge receipt of a complete set of Tender Document along with enclosures for subject item/job and/or the information regarding the subject tender.

. We intend to bid as requested for the subject item/job and furnish following details with respect to our quoting office:

Postal Address with Pin Code: ...... Telephone Number : ...... Fax Number : ...... Contact Person : ...... E-mail Address : ...... Mobile No. : ...... Date : ...... Seal/Stamp : ......

. We are unable to bid for the reason given below:

Reasons for non-submission of bid: ______

Agency‟s Name : ...... Signature : ...... Name : ...... Designation : ...... Date : ...... Seal/Stamp : ......

- 70 -

F-7 BIDDER‟S EXPERIENCE To,

M/s GAIL (INDIA) LIMITED ______

SUB: TENDER NO:

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

Place: [Signature of Authorized Signatory of Bidder] Date: Name: Designation: Seal:

------F-8 CHECK LIST

Bidders are requested to duly fill in the checklist. This checklist gives only certain important items to facilitate the Bidder to make sure that the necessary data/information as called for in the Tender Document has been submitted by them along with their offer/Bid. This, however, does not relieve the Bidder of his responsibilities to make sure that his Bid is otherwise complete in all respects. Please ensure compliance and tick (√) against following points:

S. No. DESCRIPTION CHECK REFERENCE PAGE BOX NO. OF THE BID SUBMITTED 1.0 Confirm that the following details have been submitted in the Un-priced part of the Bid i Covering Letter, Letter of Submission ii Copy of Bid Security iii Digitally signed Tender Document along with drawings and addendum (if any) iv Power of Attorney in the name of person signing the bid. v Details and documentary proof required against BEC Criteria of Tender Document. vi Confirm submission of documents alongwith unpriced bid as per tender requirement. 2.0 Confirm that all forms duly filled in are enclosed with the bid duly signed by authorised person(s) 3.0 Confirm that the price part as per Price Schedule format uploaded in e-portal. 4.0 Confirm that annual reports & duly filled in Form 9 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:

72

------F-9 FORMAT FOR CERTIFICATE FROM BANK IF BIDDER‟S WORKING CAPITAL IS INADEQUATE/NEGATIVE (To be provided on Bank‟s letter head) Date: To, M/s. GAIL (India) Limited ------

Dear Sir,

This is to certify that M/s ………………………………….. (name of the Bidder with address) (hereinafter referred to as Customer) is an existing Customer of our Bank.

The Customer has informed that they wish to bid for GAIL‟s Tender No...... dated …………… for ……………………………………..(Name of the supply/work/services/consultancy) and as per the terms of the said Tender Document they have to furnish a certificate from their Bank confirming the availability of line of credit.

Accordingly M/s ………………………….. (name of the Bank with address) confirms availability of line of credit to M/s …………………….. (name of the Bidder) for at least an amount of Rs. ______

It is also confirmed that the net worth of the Bank is more than Rs. 100 Crores (or Equivalent USD) and the undersigned is authorized to issue this certificate.

Yours truly for …………………………… (Name & address of Bank)

(Authorized signatory) Name of the signatory : Designation : Stamp

73

------F-10 Page 1 of 2

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: Year 2: Year 3:

B. NETWORTH* AS PER LAST AUDITED FINANCIAL STATEMENT:

Description Year _____ Amount (Currency) 1. Net Worth

C. WORKING CAPITAL* AS PER LAST AUDITED FINANCIAL STATEMENT :

Description Year _____ Amount (Currency) 1. Current Assets 2. Current Liabilities 3. Working Capital (Current Assets-Current liabilities)

*Refer Instructions on page 2 of 2

Notes:

(i) 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] (ii) We confirm that above figures are after referring instructions at page 2 of 2 of Format F-10. Name of Audit Firm: [Signature of Authorized Signatory] Chartered Accountant/CPA Name: Date: Designation: Seal: Membership No.:

Page 2 of 2

74

------

Instructions for Format F-10:

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.

75 F-11 BIDDER'S QUERIES FOR PRE BID MEETING To, M/s GAIL (INDIA) LIMITED Sub : Tender No :

SL. REFERENCE OF TENDER DOCUMENT BIDDER'S QUERY GAIL'S REPLY NO. Subject SEC. NO. Page No. Clause No.

NOTE: The Pre-Bid Queries may be sent by fax / e-mail before due date for receipt of Bidder's queries in terms of Clause No. 8.1 of ITB.

SIGNATURE OF AUTHORISED REPRESENTATIVE OF BIDDER: ______NAME OF BIDDER : ______F-12 E-Banking Mandate Form (APPLICABLE ONLY IN CASE BIDDER‟S BANK ACCOUNT IS NOT MAPPED IN GAIL) (To be issued on vendors letter head) 1. Vendor/customer Name :

2. Vendor/customer Code:

3. Vendor /customer Address:

4. Vendor/customer e-mail id:

5. Particulars of bank account a) Name of Bank b) Name of branch c) Branch code: d) Address: e) Telephone number: f) Type of account (current/saving etc.) g) Account Number: h) RTGS IFSC code of the bank branch i) NEFT IFSC code of the bank branch j) 9 digit MICR code

I/We hereby authorize GAIL(India) Limited to release any amount due to me/us in the bank account as mentioned above. I/We hereby declare that the particulars given above are correct and complete. If the transaction is delayed or lost because of incomplete or incorrect information, we would not hold the GAIL (India) Limited responsible.

(Signature of vendor/customer)

BANK CERTIFICATE

We certify that ------has an Account no. ------with us and we confirm that the details given above are correct as per our records. Bank stamp

Date (Signature of authorized officer of bank)

------

INTEGRITY PACT

78

------F-13

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.

79

------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 would be banned from the GAIL business in future as per Section 3. b) In case of violation of the Integrity pact by Counterparty after award of the Contract, GAIL shall be entitled to terminate the Contract. Further, GAIL would forfeit the security deposits/ Contract Performance Bank Guarantee. c) In case it is found that the Counterparty has made any frivolous, untrue and misleading allegations against GAIL or its associates, GAIL reserves its right to initiate criminal proceedings against the violating Counterparty and may also impose exemplary cost for the same

80

------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: [email protected]) ii) Shri Sunil Krishna (email id: [email protected])

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 [email protected]) 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.

81

------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 will appoint Independent External Monitor (s) (in consultation with Central Vigilance Commission) 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 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) In case, any misconduct on the part of any official (s) is reported by the BIDDER to the PRINCIPAL with full and verifiable facts and the same is prima facie found to be correct by the PRINCIPAL, necessary disciplinary proceedings, or any other action as deemed fit, including criminal proceedings may be initiated by the PRINCIPAL and such person shall be debarred from further dealings related to the contract process. In such a case, while an enquiry is being conducted by the PRINCIPAL the proceedings under the contract would not be stalled. 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

82

------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 till the validity of Integrity Pact: 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 till the validity of Integrity Pact.

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 transmitted electronically for the purposes of competition or personal gain and will not pass the information/document 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.

v) The bidder (s)/ Contractor (s) of foreign origin shall disclose the name and address of the Agents/ representatives in India, if any. Similarly, the bidder (s)/ contractor (s) of Indian Nationality shall furnish the name and address of the foreign principals, if any.

2. The Bidder/ Contractor shall not instigate or cause to instigate any third person to commit any of the actions mentioned above. 3. The Bidder/Contractor commits to refrain from giving any complaint directly or through any other manner without supporting it with full and verifiable facts. 4. The Bidder/Contractor shall not lend to or borrow any money from or enter into any monetary dealing or transactions, directly or indirectly, with any employee of the Principal. 5. In case of any allegation of violation of any provision (s) of this pact or payment of commission, the Principal or its agencies shall be entitled to examine all the documents

83

------including the book of accounts of the Bidder and the Bidder shall provide necessary information and documents in English and shall extend all possible help for the purpose of such examination. 6. The Bidder/ Contractor will not collude with other parties interested in the contract to impair the transparency, fairness and progress of the bidding process, bid evaluation, contracting and implementation of contract. 7. The Bidder/ Contractor will not accept any advantage in exchange for any corrupt practice, unfair means and illegal activities. Section 3 – Disqualification from tender process and exclusion from future contracts 1. If it is found that the Bidder / Contractor or any one employed by it 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 disqualify such Bidder / Contractor from the tender including banning such Bidder / Contractor from entering into any GAIL‟s future contract/ tender processes for a period specified in GAIL‟s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices” and also to terminate the contract, if already signed, on that ground as per provision of GAIL‟s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”. Further, the period of banning shall be as per GAIL‟s policy and the decision of the Principal in this regard will be final and binding on the Bidder/ Contractor. 2. A transgression is considered to have occurred if the Principal after due consideration of the available evidence, concludes that there is a transgression of the provisions of the Pact. 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. Principal is entitled to recover all sums paid by Bidder/ contractor to any middleman or agent or broker with a view to securing the contract. In cases where irrevocable Letters of credit has to be established in respect of any contract signed by the Principal with the Bidder, the same shall not be opened. Principal is entitled to forfeit the Performance Bond clearly assigning reason in case Bidder/ Contractor violates this Pact.

Section 4 – Forfeiture of EMD / Security Deposits 1. If due to transgression as per the provisions of the Pact, the Principal has disqualified the Bidder from the tender process prior to the award in terms of Section 3, the Principal is entitled to forfeit earnest money deposit / bid security money. In addition to this, such Bidder/Contractor shall also be banned from the future business with Principal with consequential actions as per provisions of GAIL‟s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices”.

84

------Section 5 – Previous transgression 1. The Bidder declares that no previous transgression has occurred during the last three years immediately before signing of this Integrity Pact, with any other Company in any country in respect of any corrupt practices envisaged hereunder or with any other Public Sector Enterprise / Undertaking or any Government Department in India that could justify Bidder‟s 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 and other actions can be taken by GAIL as per GAIL′s “Procedure for action in case Corrupt /Fraudulent/ Collusive/Coercive Practices” In case of any transgression in the last three years from the date of signing of Integrity Pact, Bidder to provide the details of same in their bid. 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. 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 of an offence as defined in Chapter IX of the Indian Penal Code 1860 or prevention of corruption Act 1988 and amendments thereof or any other enacted statute for prevention of corruption, or if the Principal has substantive suspicion in this regard, the Principal will inform the same to 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 Bidder/ 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

85

------applicable to Sub-contractors. The Monitor is under contractual obligation to 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. 5. As soon as the Monitor notices, or believes to notice, a violation of this Pact 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 6 to 8 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. Remuneration payable to Monitor (s) shall be borne by 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. 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. 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.

86

------Section 10 – Miscelleneous provisions 1. This agreement is subject to Indian Law. Place of performance and exclusive 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. 5. The actions stipulated in this Integrity Pact are without prejudice to any other legal action that may follow in accordance with the provision of the extant law in force relating to any civil or criminal proceeding. For & on behalf of GAIL (India) Limited (Name & Designation) For the Bidder/Contractor T.Shivadhandayuthabani Manager(C&P) For the Principal

Place ------Witness 1: ------

Date ------Witness 2: ------

87

------F-14 FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER 1.0 Can any vendor quote for subject Yes. A Vendor has to meet Bid Tender? Evaluation Criteria given under Section II of Tender document in addition to other requirements. 2.0 Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender documents be attested? document 3.0 Is attending Pre Bid Meeting No. Refer Clause No. 17 of Instruction to mandatory. Bidders of Tender Document. However attending Pre Bid Meeting is recommended to sort out any issue before submission of bid by a Bidder. 4.0 Can a vendor submit more than 1 No. Please refer Clause No. 4 of offer? Instruction to Bidders of Tender Document.

5.0 Is there any Help document available Yes. Refer Annexure III to Instructions to for e-Tender. Bidders of Tender Document and FAQs as available on GAIL E-Tender portal.

6.0 Are there are any MSE (Micro & Yes. Refer Clause No. 40 of Instructions Small Enterprises) benefits to Bidders of Tender Document. available?

7.0 Are there are any benefits available Refer Clause No. 49 of Instructions to to Startups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

88

------

SECTION-IV

GENERAL CONDITIONS OF CONTRACT-GOODS

89

------Section – III A

General Conditions of Contract-GOODS

INDEX

Article Title

1. Definitions 2. Seller to inform 3 Application 4. Country of origin 5. Scope of Contract 6. Standards 7. Instructions, direction & correspondence 8. Contract Obligations 9. Modification in Contract 10. Use of Contract Documents & Information 11. Patent Rights, Liability & Compliance of Regulations 12. Performance Guarantee 13. Inspection, Testing & Expediting 14. Time Schedule & Progress Reporting 15. Delivery & Documents 16. Transit Risk Insurance 17. Transportation 18. Incidental Services 19. Spare Parts, Maintenance Tools, Lubricants 20. Guarantee 21. Terms of Payment 22. Prices 23. Subletting & assignment 24. Time as Essence of Contract 25. Delays in the Seller‟s Performance 26. Price Reduction Schedule for Delayed delivery 27. Rejections, Removal of rejected equipment & replacement 28. Termination of Contract 29. Force Majeure 30. Resolution of disputes/arbitration 31. Governing Language 32. Notices 33. Taxes & Duties 34. Books & Records 35. Permits & Certificates 36. General 37. Import License 38. Fall clause 39. Publicity & Advertising 40. Repeat Order 41. Limitation of Liability

90

------1. Definitions In this document, General Conditions of Contract (GCC-Goods), the following terms shall have the following respective meanings: 1.0 BIDDER: Designates the individual or legal entity which has made a proposal, a tender or a bid with the aim of concluding a Contract with the PURCHASER. 1.1 CONSULTANT [if engaged] shall mean M/s. ……………having its registered office at……………. The term consultant includes successors, assigns of M/s. ………. 1.2 CONTRACT shall mean Purchase Order/Contract and all attached exhibits and documents referred to therein and all terms and conditions thereof together with any subsequent modifications thereto. 1.3 CONTRACT PRICE shall mean the price payable to the Seller under the Contract for the full and proper performance of his contractual obligations. 1.4 COMPLETION DATE shall mean the date on which the goods are successfully commissioned by the Seller and handed over to the PURCHASER. 1.5 COMMERCIAL OPERATION shall mean the condition of the operation in which the complete equipment covered under the Contract is officially declared by the PURCHASER to be available for continuous operation at different loads upto and including rated capacity. 1.6 DELIVERY terms shall be interpreted as per INCO TERMS 2000 in case of Contract with a foreign Bidder and as the date of LR/GR in the case of a contract with an Indian Bidder. 1.7 DRAWINGS shall mean and include Engineering drawings, sketches showing plans, sections and elevations in relation to the Contract together with modifications and/or revisions thereto. 1.8 ENGINEER or Engineer-in-Charge of the Project SITE shall mean the person designated from time to time by PURCHASER/CONSULTANT at SITE and shall include those who are expressly authorized by him to act for and on his behalf for operation of this CONTRACT. 1.9 FINAL ACCEPTANCE shall mean the PURCHASER‟s written acceptance of the Works performed under the Contract after successful completion of performance and guarantee test. 1.10 GOODS shall mean articles, materials, equipment, design and drawings, data and other property to be supplied by Seller to complete the contract. 1.11 INSPECTOR shall mean any person or outside Agency nominated by PURCHASER/ CONSULTANT through CONSULTANT to inspect equipment, stagewise as well as final, before dispatch, at SELLER‟s works and on receipt at SITE as per terms of the CONTRACT. 1.12 INITIAL OPERATION shall mean the first integral operation of the complete equipment covered under the Contract with sub-systems and supporting equipment in service or available for service. 1.13 PURCHASER shall mean GAIL (INDIA) LIMITED (GAIL) having its registered office at 16, BHIKAIJI CAMA PLACE, R.K.PURAM, NEW DELHI-110066 (INDIA). The term PURCHASER includes successors, assigns of GAIL. 1.14 PERFORMANCE AND GUARANTEE TESTS shall mean all operational checks and tests required to determine and demonstrate capacity, efficiency and operating characteristics as specified in the Contract documents.

PROJECT designates the aggregate of the Goods and/or Services to be provided by one or more Contractors.

Quantities – Bills of quantities Bills of quantities Designate the quantity calculations to be taken into account when these calculations are made from detailed or construction drawings, or from work actually performed, and presented according to a jointly agreed breakdown of the Goods and/or Services.

1.15 SELLER shall mean the person, firm or company with whom PURCHASE ORDER/CONTRACT is placed/entered into by PURCHASER for supply of equipment, materials and services. The term Seller includes its successors and assigns. 1.16 SERVICE shall mean erection, installation, testing, commissioning, provision of technical assistance, training and other such obligations of the Seller covered under the Contract. 1.17 SITE designates the land and/or any other premises on, under, in or across which the Goods and/or Services have to be supplied, erected, assembled, adjusted, arranged and/or commissioned. 1.18 SPECIFICATIONS shall mean and include schedules, details, description, statement of technical data, performance characteristics, standards (Indian as well as International) as applicable and specified in the Contract.

91

------1.19 SUB-CONTRACT shall mean order placed by the Seller, for any portion of the contracted work, after necessary consent and approval of PURCHASER. 1.20 SUB-CONTRACTOR shall mean the person named in the CONTRACT for any part of the work or any person to whom any part of the CONTRACT has been sub-let by the SELLER with the consent in writing of the CONSULTANT/PURCHASER and will include the legal representatives, successors, and permitted assigns of such person. 1.21 START-UP shall mean the time period required to bring the equipments covered under the Contract from an inactive condition, when construction is essentially complete to the state of readiness for trial operation. The start-up period shall include preliminary inspection and check out of equipment and supporting subsystems, initial operation of the complete equipments covered under the Contract to obtain necessary pre-trial operation data, perform calibration and corrective action, shutdown inspection and adjustment prior to the trial operation period. 1.22 TESTS shall mean such process or processes to be carried out by the Seller as are prescribed in the Contract or considered necessary by PURCHASER or his representative in order to ascertain quality, workmanship, performance and efficiency of equipment or part thereof. TESTS ON COMPLETION shall mean such tests as prescribed in the Contract to be performed by the Seller before the Works are taken over by the PURCHASER.

2. Seller To Inform The Seller shall be deemed to have carefully examined all contract documents to his entire satisfaction. Any lack of information shall not in any way relieve the Seller of his responsibility to fulfill his obligation under the Contract.

3. Application 3.1 These General Conditions of Contract (GCC-Goods) shall apply to the extent that they are not superseded by provisions of other parts of the Contract.

4. Country of Origin 4.1 For purposes of this Clause “origin” means the place where the Goods were mined, grown or produced, or from which the services are supplied. Goods are produced when, through manufacturing, processing or substantial and major assembling of components, a commercially recognized new product results that is substantially different in basic characteristics or in purpose or utility from its components. 5. Scope of Contract 5.1 Scope of the CONTRACT shall be as defined in the PURCHASE ORDER/CONTRACT specifications, drawings and Annexure thereto. 5.2 Completeness of the EQUIPMENT shall be the responsibility of the SELLER. Any equipment, fittings and accessories which may not be specifically mentioned in the specifications or drawings, but which are usual or necessary for the satisfactory functioning of the equipment (successful operation and functioning of the EQUIPMENT being SELLER‟s responsibility) shall be provided by SELLER without any extra cost.

5.3 The SELLER shall follow the best modern practices in the manufacture of high grade EQUIPMENT notwithstanding any omission in the specifications. The true intent and meaning of these documents is that SELLER shall in all respects, design, engineer, manufacture and supply the equipment in a thorough workmanlike manner and supply the same in prescribed time to the entire satisfaction of PURCHASER. 5.4 The SELLER shall furnish twelve (12) copies in English language of Technical documents, final drawings, preservation instructions, operation and maintenance manuals, test certificates, spare parts catalogues for all equipments to the PURCHASER. 5.5 The documents once submitted by the SELLER shall be firm and final and not subject to subsequent changes. The SELLER shall be responsible for any loss to the PURCHASER/CONSULTANT consequent to furnishing of incorrect data/drawings. 5.6 All dimensions and weight should be in metric system. 5.7 All equipment to be supplied and work to be carried out under the CONTRACT shall conform to and comply with the provisions of relevant regulations / Acts (State Government or Central Government) as may be applicable to the type of equipment/work carried out and necessary certificates shall be furnished. 5.8 The Seller shall provide cross sectional drawings, wherever applicable, to identify the spare part numbers and their location. The size of FILTER ELEMENTS, their make and number shall be furnished. 5.9 Specifications, design and drawings issued to the SELLER along with RFQ and CONTRACT are not sold or given but loaned. These remain property of PURCHASER/CONSULTANT or its assigns and are subject to recall by PURCHASER/CONSULTANT. The SELLER and his employees shall not make use of the

92

------drawings, specifications and technical information for any purpose at any time except for manufacture against the CONTRACT and shall not disclose the same to any person, firm or corporate body, without written permission of PURCHASER/CONSULTANT. All such details shall be kept confidential. SELLER shall pack, protect, mark and arrange for despatch of EQUIPMENT as per instructions given in the CONTRACT.

6. Standards 6.1 The GOODS supplied under the CONTRACT shall conform to the standards mentioned in the Technical Specifications, or such other standards which ensure equal or higher quality, and when no applicable standard is mentioned, to the authoritative standard appropriate to the GOODS‟ country of origin and such standards shall be the latest issued by the concerned institution.

7. Instructions, Direction & Correspondence 7.1 The materials described in the CONTRACT are to be supplied according to the standards, data sheets, tables, specifications and drawings attached thereto and/or enclosed with the CONTRACT, itself and according to all conditions, both general and specific enclosed with the contract, unless any or all of them have been modified or cancelled in writing as a whole or in part. a. All instructions and orders to SELLER shall, excepting what is herein provided, be given by PURCHASER/CONSULTANT. b. All the work shall be carried out under the direction of and to the satisfaction of PURCHASER/CONSULTANT. c. All communications including technical/commercial clarifications and/or comments shall be addressed to CONSULTANT in quintuplicate with a copy to PURCHASER and shall always bear reference to the CONTRACT. d. Invoices for payment against CONTRACT shall be addressed to PURCHASER. e. The CONTRACT number shall be shown on all invoices, communications, packing lists, containers and bills of lading, etc.

8. Contract Obligations 8.1 If after award of the contract, the Seller does not acknowledge the receipt of award or fails to furnish the performance guarantee within the prescribed time limit, the PURCHASER reserves the right to cancel the contract and apply all remedies available to him under the terms and conditions of this contract. 8.2 Once a contract is confirmed and signed, the terms and conditions contained therein shall take precedence over the Seller‟s bid and all previous correspondence.

9. Modification In Contract 9.1 All modifications leading to changes in the CONTRACT with respect to technical and/or commercial aspects including terms of delivery, shall be considered valid only when accepted in writing by PURCHASER/CONSULTANT by issuing amendment to the CONTRACT. Issuance of acceptance or otherwise in such cases shall not be any ground for extension of agreed delivery date and also shall not affect the performance of contract in any manner except to the extent mutually agreed through a modification of contract. 9.2 PURCHASER/CONSULTANT shall not be bound by any printed conditions or provisions in the SELLER‟s Bid Forms or acknowledgment of CONTRACT, invoices, packing list and other documents which purport to impose any conditions at variance with or supplemental to CONTRACT.

10. Use of Contract Documents & Information 10.1 The Seller shall not, without the PURCHASER‟s/CONSULTANT‟s prior written consent, disclose the CONTRACT or any provision thereof, or any specification, plan, drawing, pattern, sample or information furnished by or on behalf of the PURCHASER in connection therewith, to any person other than a person employed by the SELLER in the performance of the CONTRACT. Disclosure to any such employed person shall be made in confidence and shall extend only so far as may be necessary for purpose of such performance. The SELLER shall not, without the PURCHASER‟s prior written consent, make use of any document or information enumerated in Article 10.1. except for purpose of performing the CONTRACT.

11. Patent Rights, Liability & Compliance of Regulations 11.1 SELLER hereby warrants that the use or sale of the materials delivered hereunder will not infringe claims of any patent covering such material and SELLER agrees to be responsible for and to defend at his sole

93

------expense all suits and proceedings against PURCHASER based on any such alleged patent infringement and to pay all costs, expenses and damages which PURCHASER and/or CONSULTANT may have to pay or incur by reason of any such suit or proceedings. 11.2 The SELLER shall indemnify the PURCHASER against all third party claims of infringement of patent, trade mark or industrial design rights arising from use of the GOODS or any part thereof in the PURCHASER‟s country. 11.3 SELLER shall also protect and fully indemnify the PURCHASER from any claims from SELLER‟S workmen/employees or their heirs, dependants, representatives, etc. or from any other person/persons or bodies/companies etc. for any acts of commissions or omission while executing the CONTRACT. 11.4 SELLER shall be responsible for compliance with all requirements under the laws and shall protect and indemnify completely the PURCHASER from any claims/penalties arising out of any infringements.

12. Performance Guarantee 12.1 Within 15 days after the SELLER‟s receipt of notification of award of the CONTRACT, the SELLER shall furnish Performance Guarantee in the form of Bank Guarantee/irrevocable Letter of Credit to the PURCHASER, in the form provided in the Bidding Documents, for an amount equivalent to 10% of the total value of the CONTRACT.

12.2 The proceeds of Performance Guarantee shall be appropriated by the PURCHASER as compensation for any loss resulting from the SELLER‟s failure to complete his obligations under the CONTRACT without prejudice to any of the rights or remedies the PURCHASER may be entitled to as per terms and conditions of CONTRACT. The proceeds of this Performance Guarantee shall also govern the successful performance of Goods and Services during the entire period of Contractual Warrantee/Guarantee. 12.3 The performance guarantee shall be denominated in the currency of the CONTRACT. 12.4 The Performance Guarantee shall be valid for the duration of 90 days beyond the expiry of Warrantee/Guarantee period. The Bank Guarantee will be discharged by PURCHASER not later than 6 months from the date of expiration of the Seller‟s entire obligations, including any warrantee obligations, under the CONTRACT.

13. Inspection, Testing & Expediting 13.1 The PURCHASER or its representative shall have the right to inspect and/or to test the GOODS to confirm their conformity to the CONTRACT specifications. The special conditions of CONTRACT and/or the Technical Specifications shall specify what inspections and tests the PURCHASER requires and where they are to be conducted. The PURCHASER shall notify the SELLER in writing the identity of any representative(s) retained for these purposes. 13.2 The inspections and tests may be conducted on the premises of the SELLER or his sub-contractor(s), at point of DELIVERY and/or at the GOODS‟ final destination, When conducted on the premises of the SELLER or his sub-contractor (s), all reasonable facilities and assistance including access to the drawings and production data shall be furnished to the inspectors at no charge to the PURCHASER. 13.3 Should any inspected or tested GOODS fail to conform to the specifications, the PURCHASER may reject them and the SELLER shall either replace the rejected GOODS or make all alterations necessary to meet Specifications‟ requirements, free of cost to the PURCHASER. 13.4 The PURCHASER‟s right to inspect, test and where necessary reject the GOODS after the GOODS‟ arrival in the PURCHASER‟s country shall in no way be limited or waived by reason of the GOODS having previously been inspected, tested and passed by the PURCHASER, or their representative prior to the GOODS shipment from the country of origin. 13.5 The INSPECTOR shall follow the progress of the manufacture of the GOODS under the CONTRACT to ensure that the requirements outlined in the CONTRACT are not being deviated with respect to schedule and quality. 13.6 SELLER shall allow the INSPECTOR to visit, during working hours, the workshops relevant for execution of the CONTRACT during the entire period of CONTRACT validity. 13.7 In order to enable PURCHASER‟s representatives to obtain entry visas in time, SELLER shall notify PURCHASER two months before assembly, testing and packing of main EQUIPMENT. If requested, SELLER shall assist PURCHASER‟s representatives in getting visas in the shortest possible time (applicable only in case of foreign order). 13.8 SELLER shall place at the disposal of the INSPECTOR, free of charge, all tools, instruments, and other apparatus necessary for the inspection and/or testing of the GOODS. The INSPECTOR is entitled to prohibit the use and dispatch of GOODS and/or materials which have failed to comply with the characteristics required for the GOODS during tests and inspections.

94

------13.9 SELLER shall advise in writing of any delay in the inspection program at the earliest, describing in detail the reasons for delay and the proposed corrective action. 13.10 ALL TESTS and trials in general, including those to be carried out for materials not manufactured by SELLER shall be witnessed by the INSPECTOR. Therefore, SELLER shall confirm to PURCHASER by fax or e-mail about the exact date of inspection with at least 30 days‟ notice. SELLER shall specify the GOODS and quantities ready for testing and indicate whether a preliminary or final test is to be carried out.

13.11 If on receipt of this notice, PURCHASER should waive the right to witness the test, timely information will be given accordingly. 13.12 Any and all expenses incurred in connection with tests, preparation of reports and analysis made by qualified laboratories, necessary technical documents, testing documents and drawings shall be at SELLER‟s cost. The technical documents shall include the reference and numbers of the standards used in the construction and, wherever deemed practical by the INSPECTOR, copy of such standards. 13.13 Nothing in Article-13 shall in any way release the SELLER from any warrantee or other obligations under this CONTRACT. 13.14 Arrangements for all inspections required by Indian Statutory Authorities and as specified in technical specifications shall be made by SELLER.

13.15 Inspection & Rejection of Materials by consignees When materials are rejected by the consignee, the supplier shall be intimated with the details of such rejected materials, as well as the reasons for their rejection, also giving location where such materials are lying at the risk and cost of the contractor/supplier. The supplier will be called upon either to remove the materials or to give instructions as to their disposal within 14 days and in the case of dangerous, infected and perishable materials within 48 hours, failing which the consignee will either return the materials to the contractor freight to pay or otherwise dispose them off at the contractor‟s risk and cost. The PURCHASER shall also be entitled to recover handling and storage charges for the period, during which the rejected materials are not removed @ 5% of the value of materials for each month or part of a month till the rejected materials are finally disposed off.

14. Time Schedule & Progress Reporting 14.1 Time Schedule Network/Bar Chart 14.1.1 Together with the Contract confirmation, SELLER shall submit to PURCHASER, his time schedule regarding the documentation, manufacture, testing, supply, erection and commissioning of the GOODS. 14.1.2 The time schedule will be in the form of a network or a bar chart clearly indicating all main or key events regarding documentation, supply of raw materials, manufacturing, testing, delivery, erection and commissioning. 14.1.3 The original issue and subsequent revisions of SELLER‟s time schedule shall be sent to PURCHASER. 14.1.4 The time schedule network/bar chart shall be updated at least every second month.

14.2 Progress Trend Chart/Monthly Report 14.2.1 SELLER shall report monthly to PURCHASER, on the progress of the execution of CONTRACT and achievement of targets set out in time bar chart. 14.2.2 The progress will be expressed in percentages as shown in the progress trend chart attached to the Time Schedule specification. 14.2.3 The first issue of the Progress Trend Chart will be forwarded together with the time bar chart along with CONTRACT confirmation. 14.3.1 PURCHASER‟s/CONSULTANT‟s representatives shall have the right to inspect SELLER‟s premises with a view to evaluating the actual progress of work on the basis of SELLER‟s time schedule documentation. 14.3.2 Irrespective of such inspection, SELLER shall advise CONSULTANT, with copy to PURCHASER, at the earliest possible date of any anticipated delay in the progress.

14.4 Notwithstanding the above, in case progress on the execution of contract at various stages is not as per phased time schedule and is not satisfactory in the opinion of the PURCHASER/CONSULTANT which shall be conclusive or SELLER shall neglect to execute the CONTRACT with due diligence and expedition or shall contravene the provisions of the CONTRACT, PURCHASER/CONSULTANT may give notice of the same in writing to the SELLER calling upon him to make good the failure, neglect or

95

------contravention complained of. Should SELLER fail to comply with such notice within the period considered reasonable by PURCHASER/CONSULTANT, the PURCHASER/CONSULTANT shall have the option and be at liberty to take the CONTRACT wholly or in part out of the SELLER‟s hand and make alternative arrangements to obtain the requirements and completion of CONTRACT at the SELLER‟s risk and cost and recover from the SELLER, all extra cost incurred by the PURCHASER on this account. In such event PURCHASER/CONSULTANT shall not be responsible for any loss that the SELLER may incur and SELLER shall not be entitled to any gain. PURCHASER/CONSULTANT shall, in addition, have the right to encash Performance Guarantee in full or part.

15. Delivery & Documents Delivery of the GOODS shall be made by the SELLER in accordance with terms specified in the CONTRACT, and the goods shall remain at the risk of the SELLER until delivery has been completed. Delivery shall be deemed to have been made : In the case of FOB, CFR & CIF Contracts, when the Goods have been put on board the ship, at the specified port of loading and a clean Bill of Lading is obtained. The date of Bill of Lading shall be considered as the delivery date. In case of FOT despatch point contract (For Indian bidder), on evidence that the goods have been loaded on the carrier and a negotiable copy of the GOODS receipt obtained. The date of LR/GR shall be considered as the date of delivery. In case of FOT site (for Indian bidders) on receipt of goods by PURCHASER/Consultant at the designated site(s). 15.3 The delivery terms are binding and essential and consequently, no delay is allowed without the written approval of PURCHASER/CONSULTANT. Any request concerning delay will be void unless accepted by PURCHASER/CONSULTANT through a modification to the CONTRACT. 15.4 Delivery time shall include time for submission of drawings for approval, incorporation of comments, if any, and final approval of drawings by PURCHASER/CONSULTANT. 15.5 In the event of delay in delivery, Price Reduction Schedule as stipulated in Article – 26 shall apply. 15.6 The documentation, in English Language, shall be delivered in due time, in proper form and in the required number of copies as specified in the contract. 15.7 The additional copies of final drawings and instructions will be included in the package of goods, properly enveloped and protected. 15.8 The SELLER should comply with the Packing, Marking and Shipping Documentation Specifications enclosed. 16, Transit Risk Insurance 16.1 All goods supplied under the contract shall be fully insured in a freely convertible currency against loss or damage incidental to manufacture or acquisition, transportation, storage and delivery. 16.2 Where delivery is on FOB or CFR basis, marine insurance shall be the responsibility of the Purchaser.

Insurance Requirements : Indigenous Bidders: Transit risk insurance from F.O.T. despatch point onwards shall be arranged and borne by GAIL. Foreign Bidders : Marine insurance as well as transit insurance in Purchaser‟s country shall be arranged and borne by GAIL.

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

PURCHASER‟s Insurance Agent : [The name and address-as mentioned under SCC]

17. Transportation Where the SELLER is required under the CONTRACT to deliver the GOODS FOB, transport of the GOODS until delivery, that is, upto and including the point of putting the GOODS on board the export conveyance at the specified port of loading, shall be arranged and paid for by the SELLER and the cost thereof shall be included in the Contract price. Where the SELLER is required under the CONTRACT to deliver the GOODS CFR or CIF, transport of the Goods to the port of discharge or such other point in the country of destination as shall be specified in the CONTRACT shall be arranged and paid for by the SELLER and the cost thereof shall be included in the

96

------Contract price.

18. Incidental Services The Seller may be required to provide any or all of the following services:

Performance or supervision of onsite assembly and/or start-up of the supplied Goods:

Furnishing tools required for assembly and/or maintenance of the supplied Goods:

Performance or supervision or maintenance and/or repair of the supplied Goods, for a period of time agreed by the parties, provided that this service shall not relieve the Seller of any warrantee/guarantee obligations under the Contract.

Training of the Purchaser‟s personnel at the Seller‟s plant and/or at Site, in assembly, start-up operation, maintenance and/or repair of the supplied Goods at no extra cost. However, Purchaser will bear boarding, lodging & personal expenses of Trainees.

Prices charged by the Seller for the preceding incidental services, shall not exceed the prevailing rates charged to other parties by the Seller for similar services. When required, Seller shall depute necessary personnel for supervision and/or erection of the Equipment at site for duration to be specified by Purchaser on mutually agreed terms. Seller‟s personnel shall be available at Site within seven days for emergency action and twenty-one days for medium and long-term assistance, from the date of notice given by Purchaser. 18.4 The cost of incidental services shall not be included in the quoted prices. The cost of applicable incidental services should be shown separately in the price schedules.

19. Spare Parts, Maintenance Tools, Lubricants Seller may be required to provide any or all of the following materials and notification pertaining to spare parts manufactured or distributed by the Seller. 19.1.1 Such spare parts as the Purchaser may opt to purchase from the Seller, provided that his option shall not relieve the Seller of any warrantee obligations under the Contract, and 19.1.2 In the event of termination of production of the spare parts: i) Advance notification to the Purchaser of the pending termination, in sufficient time to permit the Purchaser to procure needed requirements, and ii) Following such termination, furnishing at no cost to the Purchaser, the blue prints, drawings and specifications of the spare parts, if any when requested.

Seller shall supply item wise list with value of each item of spare parts and maintenance tools requirements, along with full details of manufacturers/vendors for such spares/maintenance tools for :

The construction, execution and commissioning. 2 years operation and maintenance.

Spare parts shall be new and of first class quality as per engineering standards/ codes, free of any defects (even concealed), deficiency in design, materials and workmanship and also shall be completely interchangeable with the corresponding parts. Type and sizes of FILTER ELEMENTS shall be clearly indicated. Spare parts shall be packed for long storage under tropical climatic conditions in suitable cases, clearly marked as to intended purpose. A list of special tools and gauges required for normal maintenance and special handling and lifting appliances, if any, for the Goods shall be submitted to Purchaser. Bidders should note that if they do not comply with Clause 19.2 above, their quotation may be rejected. Lubricants Whenever lubricants are required, Seller shall indicate the quantity of lubricants required for the first filling, the frequency of changing, the quantity of lubricants required for the one year‟s continuous operation and the types of recommended lubricants indicating the commercial name (trade-mark), quality and grade. If Seller is unable to recommend specific oil, basic recommended characteristics of the lubricants shall be given. Seller shall indicate various equivalent lubricants available in India.

20. Guarantee

97

------20.1 All Goods or Materials shall be supplied strictly in accordance with the specifications, drawings, data sheets, other attachments and conditions stated in the Contract.

No deviation from such specifications or alterations or of these conditions shall be made without PURCHASER‟S / CONSULTANT‟S agreement in writing which must be obtained before any work against the order is commenced. All materials supplied by the SELLER pursuant to the Contract (irrespective of whether engineering, design data or other information has been furnished, reviewed or approved by PURCHASER/CONSULTANT) are guaranteed to be of the best quality of their respective kinds (unless otherwise specifically authorised in writing by PURCHASER/ CONSULTANT) and shall be free from faulty design, workmanship and materials, and to be of sufficient size and capacity and of proper materials so as to fulfill in all respects all operating conditions, if any, specified in the Contract.

If any trouble or defect, originating with the design, material, workmanship or operating characteristics of any materials, arises at any time prior to twelve(12) months from the date of the first commercial operation of the Plant for which the materials supplied under the Contract form a part thereof, or twenty four (24) months from the date of last shipment whichever period shall first expire, and the SELLER is notified thereof, SELLER shall, at his own expense and as promptly as possible, make such alterations, repairs and replacements as may necessary to permit the materials to function in accordance with the specifications and to fulfil the foregoing guarantees.

PURCHASER/CONSULTANT may, at his option, remove such defective materials, at SELLER‟S expense in which event SELLER shall, without cost to PURCHASER/CONSULTANT and as promptly as possible, furnish and install proper materials. Repaired or replaced materials shall be similarly guaranteed by the SELLER for a period of no less than twelve (12) months from the date of replacement/repair.

In the event that the materials supplied do not meet the specifications and/or not in accordance with the drawings data sheets or the terms of the Contract and rectification is required at site, PURCHASER/CONSULTANT shall notify the SELLER giving full details of differences. The SELLER shall attend the site within seven (7) days of receipt of such notice to meet and agree with representatives of PURCHASER/ CONSULTANT, the action required to correct the deficiency. Should the SELLER fail to attend meeting at Site within the time specified above, PURCHASER/CONSULTANT shall immediately rectify the work/materials and SELLER shall reimburse PURCHASER all costs and expenses incurred in connection with such trouble or defect.

20.2 PERFORMANCE GUARANTEE OF EQUIPMENT 20.2.1 SELLER shall guarantee that the performance of the EQUIPMENT supplied under the CONTRACT shall be strictly in conformity with the specifications and shall perform the duties specified under the CONTRACT. 20.2.2 If the SELLER fails to prove the guaranteed performance of the EQUIPMENT set forth in the specification, the SELLER shall investigate the causes and carry out necessary rectifications/modifications to achieve the guaranteed performance. In case the SELLER fails to do so within a reasonable period, the SELLER shall replace the EQUIPMENT and prove guaranteed performance of the new equipment without any extra cost to PURCHASER. 20.2.3 If the SELLER fails to prove the guarantee within a reasonable period, PURCHASER/CONSULTANT shall have the option to take over the EQUIPMENT and rectify, if possible, the EQUIPMENT to fulfil the guarantees and/or to make necessary additions to make up the deficiency at Seller‟s risk and cost. All expenditure incurred by the PURCHASER/CONSULTANT in this regard shall be to SELLER‟s account.

21. Terms of Payment 21.1 The method of payment to be made to the SELLER under this CONTRACT shall be specified in the Special Conditions of Contract. 21.2 The type(s) of payment to be made to the SELLER under this CONTRACT shall be specified in the Special Conditions of Contract. 21.3 The SELLER‟s request(s) for payment shall be made to the PURCHASER in writing accompanied by an invoice describing, as appropriate, the Goods delivered and services performed, and by shipping documents submitted, and upon fulfillment of other obligations stipulated in the Contract. 21.5 Payment will be made in the currency or currencies in which the Contract Price has been stated in the SELLER‟s bid, as well as in other currencies in which the SELLER had indicated in his bid that he intends to incur expenditure in the performance of the Contract and wishes to be paid. If the requirements are

98

------stated as a percentage of the bid price along with exchange rates used in such calculations these exchange rates shall be maintained.

General Notes: 1. All foreign currency payments to foreign bidder shall be released through an irrevocable Letter of Credit, which shall be opened through Government of India Nationalised Bank and hence shall not be confirmed. In case any bidder insists on confirmation, charges towards confirmation shall be borne by him. L/C shall be established within 30 days after receipt of unconditional acceptance of Letter /Fax of Intent together with Performance Guarantee for 10% of total order/Contract value. For dispatches on FOT dispatch point (in India) basis, the payment shall be through PURCHASER‟s bank. Payment through Bank, wherever applicable, shall be released as per normal banking procedures. Payment shall be released within 30 days after receipt of relevant documents complete in all respects. All bank charges incurred in connection with payments shall be to Seller‟s account in case of Indian bidders and to respective accounts in case of Foreign bidder. Unless otherwise specifically stated in bid document, all payments shall be made in the currency quoted. No interest charges for delay in payments, if any, shall be payable by PURCHASER. In case of Indian bidder, variation, if any, on account of customs duty on their built-in- import content, as per terms of bid document, shall be claimed separately by bidder after receipt of goods at site (s). However, any price benefits to the PURCHASER, on account of such variation as per terms specified in the bid document, shall be passed on to the PURCHASER alongwith invoicing itself. Agency commission, if any, to Indian agent for Foreign bidders, indicated in prices, shall be paid to the agent in equivalent Indian Rupees on receipt and acceptance of material at site.

22. Prices Prices charged by the SELLER for Goods delivered and services performed under the CONTRACT shall not, with the exception of any price adjustments authorized by the Contract vary from the prices quoted by the SELLER in his bid.

23. Subletting & Assignment The contractor shall not without previous consent in writing of the PURCHASER authority, sublet, transfer or assign the contract or any part thereof or interest therein or benefit or advantage thereof in any manner whatsoever. Provided, nevertheless, that any such consent shall not relieve the contractor from any obligation, duty or responsibility under the contract.

24. Time As Essence of Contract The time and date of delivery/completion of the GOODS/SERVICES as stipulated in the Contract shall be deemed to be the essence of the Contract.

25. Delays In The Seller‟s Performance 25.1 If the specified delivery schedule is not adhered to or the progress of manufacture or supply of the items is not satisfactory or is not in accordance with the progress schedule the PURCHASER has the right to: i) hire for period of delay from elsewhere goods which in PURCHASER‟s opinion will meet the same purpose as the goods which are delayed and SELLER shall be liable without limitation for the hire charges; or ii) cancel the CONTRACT in whole or in part without liability for cancellation charges. In that event, PURCHASER may procure from elsewhere goods which PURCHASER‟s opinion would meet the same purpose as the goods for which CONTRACT is cancelled and SELLER shall be liable without limitations for the difference between the cost of such substitution and the price set forth in the CONTRACT for the goods involved; or hire the substitute goods vide (I) above and if the ordered goods continue to remain undelivered thereafter, cancel the order in part or in full vide (ii) above.

Any unexcusable delay by the SELLER or his sub-contractor shall render the SELLER liable, without prejudice to any other terms of the Contract, to any or all of the following sanctions: forfeiture of Contract performance guarantee, imposition of price reduction for delay in delivery and termination of the contract for default. 26. Price Reduction Schedule For Delayed Delivery Subject to Article -29, if the SELLER fails to deliver any or all of the GOODS or performance the services within the time period (s) specified in the CONTRACT, the PURCHASER shall, without prejudice to his

99

------other remedies under the CONTRACT, deduct from the CONTRACT PRICE, a sum calculated on the basis of the CONTRACT PRICE, including subsequent modifications. Deductions shall apply as per following formula: In case of delay in delivery of equipment/materials or delay in completion, total individual order price shall be reduced by ½ % (half percent) of the total individual order value per week of delay or part thereof subject to a maximum of 5% (five percent) of the total individual order value. 26.2 In case of delay in delivery on the part of Seller, the invoice/document value shall be reduced proportionately for the delay and payment shall be released accordingly. 26.3 In the event the invoice value is not reduced proportionately for the delay, the PURCHASER may deduct the amount so payable by SELLER, from any amount falling due to the SELLER or by recovery against the Performance Guarantee.

Both seller and PURCHASER agree that the above percentages of price reduction are genuine pre estimates of the loss/damage which the PURCHASER would have suffered on account of delay/breach on the part of the SELLER and the said amount will be payable on demand without there being any proof of the actual loss/or damage caused by such breach/delay. A decision of the PURCHASER in the matter of applicability of price reduction shall be final and binding.

27. Rejections, Removal of Rejected Equipment & Replacement 27.1 Preliminary inspection at SELLER‟s works by INSPECTOR shall not prejudice PURCHASER‟s/CONSULTANT‟s claim for rejection of the EQUIPMENT on final inspection at SITE or claims under warranty provisions. 27.2 If the EQUIPMENTS are not of specification or fail to perform specified duties or are otherwise not satisfactory the PURCHASER/CONSULTANT shall be entitled to reject the EQUIPMENT/MATERIAL or part thereof and ask free replacement within reasonable time failing which obtain his requirements from elsewhere at SELLER‟s cost and risk. 27.3 Nothing in this clause shall be deemed to deprive the PURCHASER AND/OR AFFECT ANY rights under the Contract which it may otherwise have in respect of such defects or deficiencies or in any way relieve the SELLER of his obligations under the Contract. 27.4 EQUIPMENT rejected by the PURCHASER/CONSULTANT shall be removed by the Seller at his cost within 14 days of notice after repaying the amounts received against the SUPPLY. The PURCHASER shall in no way be responsible for any deterioration or damage to the EQUIPMENT under any circumstances whatsoever. 27.5 In case of rejection of EQUIPMENT, PURCHASER shall have the right to recover the amounts, if any, from any of CONTRACTOR‟S invoices pending with PURCHASER or by alternative method(s).

28. Termination of Contract 28.1 Termination for Default 28.1.1 The PURCHASER may, without prejudice to any other remedy for breach of CONTRACT, by written notice of default sent to the SELLER, terminate the CONTRACT in whole or in part: A) If the SELLER fails to deliver any or all of the GOODS within the time period(s) specified in the CONTRACT; or B) If the SELLER fails to perform any other obligation(s) under the CONTRACT, and C) If the SELLER, in either of the above circumstances, does not cure his failure within a period of 30 days (or such longer period as the PURCHASER may authorize in writing) after receipt of the default notice from the PURCHASER. 28.1.2 In the event the PURCHASER terminates the CONTRACT in whole or in part, pursuant to Article 28.1.1, the PURCHASER may procure, upon such terms and in such manner as it deems appropriate, goods similar to those undelivered and the SELLER shall be liable to the PURCHASER for any excess costs for such similar GOODS. However, the SELLER shall continue performance of the CONTRACT to the extent not terminated. 28.1.3 In case of termination of CONTRACT herein set forth (under clause 28) except under conditions of Force Majeure and termination after expiry of contract, the VENDOR shall be put under holiday [i.e. neither any enquiry will be issued to the party by GAIL (India) Ltd. Against any type of tender nor their offer will be considered by GAIL against any ongoing tender (s) where contract between GAIL and that particular VENDOR (as a bidder) has not been finalized] for three years from the date of termination by GAIL (India) Ltd. to such VENDOR. 28.2 Termination for Insolvency

100

------The PURCHASER, may at any time, terminate the CONTRACT by giving written notice to the SELLER, without compensation to the SELLER, if the SELLER becomes bankrupt or otherwise insolvent, provided that such termination will not prejudice or affect any right of action or remedy which has accrued or will accrue thereafter to the PURCHASER. 28.3 Termination for Convenience 28.3.1 The PURCHASER may, by written notice sent to the SELLER, terminate the CONTRACT, in whole or part, at any time for his convenience. The notice of termination shall specify that termination is for the PURCHASER‟s convenience, the extent to which performance of work under the CONTRACT is terminated and the date upon which such termination becomes effective. 28.3.2 The GOODS that are complete and ready for shipment within 30 days after the SELLER‟s receipt of notice of termination shall be purchased by the PURCHASER at the CONTRACT terms and prices. For the remaining GOODS, the PURCHASER may opt: a) to have any portion completed and delivered at the CONTRACT terms and prices, and /or b) to cancel the remainder and pay to the SELLER an agreed amount for partially completed GOODS and for materials and parts previously procured by the SELLER.

29. Force Majeure 29.1 Shall mean and be limited to the following: a) War/hostilities b) Riot or Civil commotion c) Earthquake, flood, tempest, lightening or other natural physical disaster. d) Restrictions imposed by the Government or other Statutory bodies which prevents or delays the execution of the Contract by the SELLER. The SELLER shall advise PURCHASER/CONSULTANT by a registered letter duly certified by the local Chamber of Commerce or statutory authorities, the beginning and end of the above causes of delay within seven (7) days of the occurrence and cessation of such Force Majeure Conditions. In the event of delay lasting over one month, if arising out of causes of Force Majeure, PURCHASER/CONSULTANT reserves the right to cancel the Contract and the provisions governing termination stated under Article 28.0 shall apply. For delays arising out of Force Majeure, the SELLER shall not claim extension in completion date for a period exceeding the period of delay attributable to the causes of Force Majeure and neither PURCHASER/CONSULTANT nor SELLER shall be liable to pay extra costs provided it is mutually established that Force Majeure Conditions did actually exist. SELLER shall categorically specify the extent of Force Majeure Conditions prevalent in their works at the time of submitting their bid and whether the same have been taken into consideration or not in their quotations. In the event of any force majeure cause, the SELLER or the PURCHASER shall not be liable for delays in performing their obligations under this order and the delivery dates will be extended to the SELLER without being subject to price reduction for delayed deliveries, as stated elsewhere.

30. Resolution of Disputes/Arbitration 30.1 The PURCHASER and the SELLER shall make every effort to resolve amicably by direct informal negotiations any disagreement or dispute arising between them under or in connection with the contract. 30.2 If, after thirty days from the commencement of such informal negotiations, the PURCHASER and the SELLER have been unable to resolve amicably a Contract dispute, either party may require that the dispute be referred for resolution to the formal mechanism as specified hereunder. 30.3 Legal Construction The Contract shall be, in all respects be construed and operated as an Indian Contract and in accordance with Indian Laws as in force for the time being and is subject to and referred to the Court of Law situated within Union Territory of New Delhi. Arbitration All disputes, controversies, or claims between the parties (except in matters where the decision of the Engineer-in-Charge is deemed to be final and binding) which cannot be mutually resolved within a reasonable time shall be referred to Arbitration by a sole arbitrator.

The PURCHASER (GAIL (India) Limited) shall suggest a panel of three independent and distinguished persons to the Seller to select any one among them to act as the sole Arbitrator. In the event of failure of the Seller to select the Sole Arbitrator within 30 days from the receipt of the communication suggesting the panel of arbitrators, the right of selection of Sole Arbitrator by the other party shall stand forfeited and the PURCHASER shall have discretion to proceed with the appointment of

101

------the Sole Arbitrator. The decision of the PURCHASER on the appointment of Sole Arbitrator shall be final and binding on the parties. The award of the Sole Arbitrator shall be final and binding on the parties and unless directed/awarded otherwise by the Sole Arbitrator, the cost of arbitration proceedings shall be shared equally by the parties. The arbitration proceeding shall be in English language and the venue shall be at New Delhi, India. Subject to the above, the provisions of (Indian)Arbitration & Conciliation Act, 1996 and the rules framed thereunder shall be applicable. All matters relating to this contract are subject to the exclusive jurisdiction of the Courts situated in the State of Delhi (India). Seller may please note that the Arbitration & Conciliation Act 1996 was enacted by the Indian Parliament and is based on United nations Commission on International Trade Law (UNCITRAL model law), which were prepared after extensive consultation with Arbitral Institutions and centers of International Commercial Arbitration. The United Nations General Assembly vide resolution 31/98 adopted the UNCITRAL Arbitration rules on 15 December 1996. The WORK under the CONTRACT shall, however, continue during the Arbitration proceedings and no payment due or payable to the Seller shall be withheld on account of such proceedings.

30.5 Addendum to this Clause No. 30: The Article No. 30 of GCC Goods i.e Resolution of disputes / Arbitration is modified/revised to the extent below:

(i) GAIL (India) Limited has framed the conciliation rules 2010 in conformity with supplementary to Part – III of the Indian Arbitration and conciliation act 1986 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 Agreement and the issues/ disputes which can not be mutually resolved within a reasonable time, all disputes shall be settled in accordance with Conciliation Rules 2010.

(ii) Any disputes(s)/difference(s)/issue(s) of any kind whatsoever between/ amongst the Parties arising under/out of/in connection with this contract shall be settled in accordance with the afore said rules.

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

(iv) 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 proceeding.

(v) If the Party initiating conciliation dose not receive a reply within thirty days from the date on which he/she send 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 conciliation. If he/she so elect, he/she shall inform the other Party(ies) accordingly.

(vi) Where invitation for Conciliation has been furnished, the parties shall attempt to settle such disputes(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 Disputes Resolution Mechanism that the parties hereto shall go for Arbitration. For the purpose of this clause. The option of „Conciliation‟ shall be deemed to have been exhausted. even in case of rejection of „Conciliation‟ by any of the Parties.

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

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

31. Governing Language

102

------The Contract shall be written in English language as specified by the PURCHASER/CONSULTANT in the Instruction to Bidders. All literature, correspondence and other documents pertaining to the Contract which are exchanged by the parties shall be written in English language. Printed literature in other language shall only be considered, if it is accompanied by an English translation. For the purposes of interpretation, English translation shall govern and be binding on all parties.

32. Notices 32.1 Any notice given by one party to the other pursuant to the Contract shall be sent in writing or by telegram or fax, telex/cable confirmed in writing. 32.2 A notice shall be effective when delivered or on the notice‟s effective date, whichever is later.

33. Taxes & Duties 33.1 A foreign Seller shall be entirely responsible for all taxes, stamp duties, licence fees, and other such levies imposed outside the PURCHASER‟s country. 33.2 A domestic Seller shall be entirely responsible for all taxes, duties, licence fees etc. incurred until the delivery of the contracted goods to the PURCHASER. However, Sales Tax and Excise duty on finished products shall be reimbursed by PURCHASER. 33.3 Customs duty payable in India for imported goods ordered by PURCHASER on foreign Seller shall be borne and paid by PURCHASER. 33.4 Any income tax payable in respect of supervisory services rendered by foreign Seller under the Contract shall be as per the Indian Income Tax Act and shall be borne by SELLER. It is upto the bidder/seller to ascertain the amount of these taxes and to include them in his bid price.

34. Books & Records 34.1 SELLER shall maintain adequate books and records in connection with Contract and shall make them available for inspection and audit by PURCHASER/CONSULTANT or their authorized agents or representatives during the terms of Contract until expiry of the performance guarantee. Fixed price (lumpsum or unit price) Contract will not be subject to audit as to cost except for cost reimbursable items, such as escalation and termination claims, transportation and comparable requirements.

35. Permits & Certificates SELLER shall procure, at his expense, all necessary permits, certificates and licences required by virtue of all applicable laws, regulations, ordinances and other rules in effect at the place where any of the work is to be performed, and SELLER further agrees to hold PURCHASER and/or CONSULTANT harmless from liability or penalty which might be imposed by reason of any asserted or established violation of such laws, regulations, ordinances or other rules. PURCHASER will provide necessary permits for SELLER‟s personnel to undertake any work in India in connection with Contract.

36. General 36.1 In the event that terms and conditions stipulated in the General Conditions of Contract should deviate from terms and conditions stipulated in the Contract, the latter shall prevail. 36.2 Losses due to non-compliance of Instructions Losses or damages occurring to the PURCHASER owing to the SELLER‟s failure to adhere to any of the instructions given by the PURCHASER/CONSULTANT in connection with the contract execution shall be recoverable from the SELLER. 36.3 Recovery of sums due All costs, damages or expenses which the PURCHASER/CONSULTANT may have paid, for which under the CONTRACT SELLER is liable, may be recovered by the PURCHASER(he is hereby irrevocably authorized to do so) from any money due to or becoming due to the SELLER under this Contract or other Contracts and/or may be recovered by action at law or otherwise. If the same due to the SELLER be not sufficient to recover the recoverable amount, the SELLER shall pay to the PURCHASER, on demand, the balance amount. 36.4 Payments, etc. not to affect rights of the PURCHASER No sum paid on account by the PURCHASER nor any extension of the date for completion granted by the PURCHASER/CONSULTANT shall affect or prejudice the rights of the PURCHASER against the SELLER or relieve the SELLER of his obligation for the due fulfillment of the CONTRACT. 36.5 Cut-off Dates No claims or correspondence on this Contract shall be entertained by the PURCHASER/Consultant after 90 days after expiry of the performance guarantee (from the date of final extension, if any)

103

------Paragraph heading The paragraph heading in these conditions shall not affect the construction thereof.

37. Import Licence No import licence is required for the imports covered under this document.

38. FALL CLAUSE – NOT APPLICABLE

39. Publicity & Advertising Seller shall not without the written permission of PURCHASER/Consultant make a reference to PURCHASER/Consultant or any Company affiliated with PURCHASER/Consultant or to the destination or the description of goods or services supplied under the contract in any publication, publicity or advertising media. 40. Repeat Order 40.1 PURCHASER reserves the right, within 6 months of order to place repeat order upto 50% of the total order value without any change in unit price or other terms and conditions.

41. Limitation of Liability 41.1 Notwithstanding anything contrary contained herein, the aggregate total liability of Seller under the Agreement or otherwise shall be limited to 100% of Agreement / Order price. However, neither party shall be liable to the other party for any indirect and consequential damages, loss of profits or loss of production.

*************************

104

------

SECTION-V

Special Condition of Contract , Scope of Work & Technical Specification

105

------

SPECIAL CONDITIONS OF SUPPLY

The following articles shall supplement the Instructions to Bidders and General Conditions of Contract (GCC Goods). In case any conflict between General Conditions of Contract and Special Conditions of Contract, the latter shall prevail to the extent applicable.

106

------

SPECIAL CONDITIONS OF CONTRACT (SCC)

The Special Condition of Contract shall be read in conjunction with the General Conditions of Contract, Schedule of Rates, specifications/data sheet/drawings and any other documents forming part of tender, wherever the context so requires.

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.

The Special Conditions of Contract contains following document(s):

Technical Specification & detail scope of supply

Section 1 : Introduction Section 2 : Scope of Supply and Work Section 3 : Special conditions of project Section 4 : PLC System Specifications Section 5 : PLC System Requirements Section 6 : Testing, Installation, commissioning of PLC Section 7 : Annexures-1A to Annexures-1A for Tech. Queries, Input and Output Summary, A Logic Support, Letter, System Configuration.

107

------

TECHNICAL SPECIFICATION, SCOPE OF SUPPLY AND SCOPE OF WORK FOR SUPPLY, INSTALLATION & COMMISSIONING OF INSTRUMENTATION CONTROL PANELS FOR SCADA IN GAIL CAUVERY BASIN

108

------Section 1 Introduction 1. Introduction:

GAIL (India) Ltd is one of the “Maharatna” Public Sector Undertaking (PSUs) company. The company has attained a leading status in the Indian business through its all-round contribution to the nation's gas-based economy with a countrywide presence of Pipelines, Plants, Marketing network.

1.1 GAIL (India) Limited, is India's flagship Natural Gas company, integrating all aspects of the Natural Gas value chain (including Exploration & Production, Processing, Transmission, Distribution and Marketing) and its related services. GAIL operates

1. About 9,500 km of Natural Gas high pressure trunk pipeline with a capacity to carry 170 MMSCMD of natural gas across the country 2. 7 LPG Gas Processing Units to produce 1.2 MMTPA of LPG and other liquid hydrocarbons 3. North India‟s only gas based integrated Petrochemical complex at Pata with a capacity of producing 4,10,000 TPA of Polymers 4. 1,922 km of LPG Transmission pipeline network with a capacity to transport 3.8 MMTPA of LPG 5. 27 oil and gas Exploration blocks and 3 Coal Bed Methane Blocks 6. 13,000 km of OFC network offering highly dependable bandwidth for telecom service providers 7. Joint venture companies in various cities of India for supplying Piped Natural Gas (PNG) to households and commercial users, and Compressed Natural Gas (CNG) to the transport sector

1.2 GAIL (India) Limited, Cauvery Basin, Karaikal operates a network of around 267 KM of pipeline of various size and associate installations in different districts of Tamilnadu and Puducherry states. Natural Gas pipeline network in Cauvery Basin has been designed to provide uninterrupted supply to consumers distributed geographically in the said region and for ease of operation and monitoring. Five zones have been created within Cauvery Basin. The Five zones are 1) Narimanam zone, 2) Adiyakkamangalam zone, 3) Buvanagiri zone, 4) Zone & 5) Ramnad Zone. 1.3 Procurement, installation commissioning of Instrumentation control panel are essential for local monitoring and SCADA application at 21 No‟s of GAIL Terminal locations as per annexure-1A for monitoring and controlling of natural gas supply parameters in gas receiving, distribution & custody transfer terminals in Cauvery Basin covering Tamilnadu and Puducherry states and it is the scope of work. 1.4 This Work is including terminals actuator oprated valves (AV) automation from local control panel and remote automation through SCADA, Field instruments installation, cabling & commissioning of terminal instruments like pressure transmitters (PT), differential pressure transmitters (DPT) and temperature transmitters (TT) in GAIL terminals as per annexure 1C attached.

109

------

The salient milestones of Supply, installation and commissioning of Instrumentation panel for SCADA project shall be as mentioned below:

 Disconnect & remove the existing field cables from panels at 08 No‟s of locations.  Removal of existing Instrumentation control panels from control room as required for installation of new panels. Removed panels are to be shifted to Scrap material storage Yard at Adiyakkamangalam, GCS from all sites. Additional charges shall not be paid for this job.  Supply & installation of new Instrumentation PLC control panels etc., modification to base frame etc. as required for installing new panels shall also be in the scope of the bidder.  Supply & laying of panel interconnecting cables and termination in the newly installed I/O panels as well as in the existing panels as mentioned / required to integrate field I/O‟s with the system.  Supply of multi core & single pair analog digital Signal & power cables for connecting AV‟s, Transmitters, pig signalers, Field mounted flow computers, field mounted online moisture & H2S analysers, Online GC control panels, LEL control panels With Instrumentation control PLC Panel at 21 No‟s of Gail terminals as per Annexure1A & annexure-1C listed equipments.  Cable laying from all above mentioned equipments as per annexure 1C, to control panels, at 21no‟s of locations and transmitter installation and cabling from control panels,  Installation, integration, configuration of HMIs graphics etc as per the requirement of GAIL and commissioning of supplied Instrumentation PLC control panel system in totality within the stipulated time period, during the scheduled commissioning period .  Loop checking of complete system from the junction box end.  Integration with the SCADA system at NGMC , Noida  No hardware from existing panels (Removed old panels) shall be used in the new system, it shall be vendor‟s responsibility to envisage and supply all the hardware required to ensure the complete functionality of the new system.  The system should be designed & supplied in line with below mentioned considerations.

Prior to Submission of techno-commercial bid from the Bidders, they are requested to visit GAIL site for site survey and understanding the actual requirement.

SCOPE OF SUPPLY i. Detailed scope of supply shall be as given in Material Requisition and Technical Specifications as per Annexures-1A to Annexure-1J and Annexure-B (Sub-Annexure-B1 To annexure B-21) for Supply, Installation & Commissioning of Instrumentation Control Panels For SCADA in 21 No‟s of locations In GAIL Cauvery Basin. ii. Terminal locations in GAIL Cauvery Basin are given as per Annexure-1A along with quantities of transmitters for installation of Smart Pressure Transmitters, smart Differential pressure transmitters and smart Temperature transmitters and commissioning along with Instrumentation control panel installation commissioning for SCADA system in Cauvery Basin as per Annexures-1A. iii. Scope of transmitters installation as per Annexures-1A &Annexure-1B and commissioning includes panel hook up drawing preparation from field instruments to control panel loop diagram, mounting drawings, civil foundation, mechanical structures for transmitters installations drawings and approval of documents. iv. Scope of AV automation and commissioning includes, local operation , remote operation, SCADA connectivity through GPRS, RTU – IP based and OFC communication, panel

110

------hook up drawing preparation from field instruments to control panel loop diagram, drawings and approval of documents. v. Scope includes Cable supplying as per annexure-1C , annexure-1D & annexure-1H and cable laying with cable holders in cable tray, cable tray fixing and tray supports installation as per approved cable routes with installation terminal junction boxes Materials. vi. TPI inspection & certification for performance test to be done through reputed EIL/ PNGRB approved TPI agency. Final Factory Acceptance Test (FAT) for the complete Instrumentation control panel will be done by GAIL representative at vendor‟s works vii. Scope of vendor includes Configuration of analog indication loops trending, alarms, history trends, digital alarms as per GAIL supplied list of standard alarms and special alarms for any specific terminal locations panel. viii. Scope of supply of materials delivered at specified locations as per annexure-1F and shifting the supplied materials to locations where these materials are to be installed for installation and commissioning of Instrumentation control PLC panels for 21 No‟s of locations in GAIL Cauvery Basin. Scope of provision of 230 VAV UPS &Non-UPS power supply as per annexure-1E is scope of GAIL. ix. In 05 No‟s of sites UPS power is not available as per Annexure-1E, Supply of all necessary power for Instrumentation control panel shall be provided bidder through roof top solar power system with Solar charging system, Battery back-up for 48 hrs. Solar Power Supply shall have the option of charging through 230VAC Non-UPS power. 04 No‟s of maintenance free batteries of 12V,120Ah for 24 VDC supply to control panel and Filed devices and the batteries shall be supplied with Explosion proof Junction boxes and terminated for PLC control panel. x. Design, engineering, material selection, manufacturing, supply, nameplate marking, testing, calibration, Factory testing, Third party inspection & certification by EIL /PNGRB approved TPI at vendor site, shipping and testing (at FAT) of Instrumentation control panel as scope of Supply and also site preparation for installation, installation of panels with field instruments, commissioning and SAT of Instrumentation control panel including field instruments as per annexure-1A to Annexure-1J for Natural gas (NG) application with associated hardware to achieve the functionality as specified in this document and technical specification sheet attached as annexures-1A. xi. Scope of vendor includes hook up of existing fixed LEL system panels with new Instrumentation control panels at 11 No‟s of terminals as Per annexure-1B, and other equipments as below list, 1: TR units =07 No‟s and online GC‟s =8 No‟s are to be connected for display at PLC panels 2: 09 No‟s and online analysers and 11 No‟s of LEL panels to be connected for display at PLC panels 3: 36 No‟s and Pig Signallers and 21 No‟s of power supply panels to be connected for display at PLC panels 4: 45 No‟s and AV‟S and 18 No‟s of SDV‟s to be connected for control & display at PLC panels 5: 34 No‟s and Flow computer Signals and 113 No‟s of RTU signals to be connected for display at PLC control panels

111

------TECHNICAL SPECIFICATIONS: Detailed specification and scope of supply, and scope of work for Supply, Installation & Commissioning Of Instrumentation Control Panels For SCADA in 21 No‟s of locations In GAIL Cauvery Basin given in Annexures-1A to Annexure-1J. The bidders must refer Annexures-1A to Annexure-1J, Technical Specification & fill in Technical Questionnaire as per attached Annexure-1G, failing which their bids shall be considered incomplete and shall be summarily rejected. Accessories and certificates as mentioned in Annexures -1A to Annexure-1J and elsewhere shall be part of the standard accessories of the offered Instrumentation control PLC panels for 21 No‟s of GAIL Cauvery Basin sites.

List of Filed equipments in Annexure-1A are to be connected to Instrumentation PLC panel and to be commissioned for online monitoring and control.

112

------Section 2 Scope of Supply and Work

2. SCOPE OF SUPPLY AND WORK.

2.0 Scope:

The bidder‟s scope includes Design, Manufacture, Supply, Installation, Integration, Testing, Commissioning of a offered complete Safety system as per the System Specifications in the subsequent sections of this document, for the purpose intended to and does include all the parts / components, may or may not listed herewith, for smooth operation, control, maintenance, satisfactory performance of the system and does not limit only to the mentioned requirements in this document, but includes all that is required for ensuring the delivery of the system totally capable of providing the required functions and quality.

2.1 The detailed scope of supply and works:

2.1.1 Design and System Engineering of specified system including coordination with GAIL engineers during system definition and engineering.

2.1.2 Supply of all hardware & software for Instrumentation control panel & PLC system shall generally comply safety. The scope shall include system configuration, system integration, Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) of the complete system.

2.1.3 supply of panels / consoles including marshaling cabinets, relay cabinets, power supply distribution cabinets, cabinets for mounting of free issue items, control panels, hardwired consoles along with all accessories, barriers / signal conditioners for RTD inputs, relays, power supply distribution cabinets with accessories duly mounted, wired & tested to meet specified requirements. The scope shall also include their engineering, wiring, testing, integrated factory testing & acceptance. 2.1.4 Supply of all necessary cables as per annexure-1D for signal cabling, communication cabling & power cabling are required for satisfactory commissioning of the system. cable glands, termination auxiliaries , Supply of necessary hardware, software, cables & Engineering required for the integration of SCADA system. Necessary communication hardware at SCADA end will be provided by SCADA vendor. Interface with the system is sole responsibility of the bidder. The Bidder has to co-ordinate with SCADA Vendor to interface the Instrumentation control system IO‟s for remote operation of field devices from SCADA inputs & communication signals. 2.1.5 Bidder should submit a certificate from any end user to whom the offered model of Instrumentation control panel has been supplied earlier, stating that the supplied of Instrumentation control panel has been working satisfactorily for at least one year.Vendor‟s scope of supply shall include supply of following major components as per specification as a minimum:

113

------2.1.6 PLC based instrumentation control panels for SCADA implementation as pre list of locations in annexure-1A for natural gas terminals in Tamilnadu and Puducherry states. 2.1.7 PLC system with Analog Inputs (AI), Digital Inputs (DI), DO Digital Outputs with - ENET , RS 232 & RS 485 with DNP 3.0/Modbus protocol,. 2.1.8 All control panel enclosure along with indication lamps, push buttons, 2-way selector switches, Barriers for analog input and outputs, Splitters for analog input for H2O analyzers, Relay cards for digital input and outputs, 230 VAC to 24 VDC power supply, 17” HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates, lugs, panel fitting accessories, connection bolts, mounting & accessories required for installation of the system.

2.1.9 Necessary Ex-proof junction box along with other accessories, TBs, DIN rails and Ex-proof glands for field terminations where applicable.

2.1.10 Special & standard Control and armored signal cables for single pair analog signal , single pair digital signal, 12 Pair analog signal, 12 Pair digital signal & four core RTD signal cables as per specifications

2.1.11 Cable Tray with stanchion(50 X 25 X 2 mm), Cable Tray with stanchion(100 X 25 X 2 mm) and Cable Tray with stanchion(300 X 50 X 2 mm) GI 2.1.12 Hard & soft copies of hardware manuals, GA drawing, cabling schedule diagram, calculations, and all other relevant documentation. Spares & all consumables for commissioning. 2.1.13 Supply of 2KVA industrial UPS along with batteries for UPS with required mounting accessories. 2.1.14 In Instrumentation control panel the Configuration, alarm settings of PT, DPT & TT which will be mounted in field and suitable for installation in hazardous area and specified weather condition. 2.1.15 List of Mandatory spares for two years of operation along with the prices to be provided with the offer. It should include soft goods like panel auxiliaries, fuses, TBs, MCB, and other internal components, etc,.. 2.1.16 Special Fittings along with manual online liquid drain provision for each PT & DPT are to be installed in terminals.

114

------2.1.17 All Tubing, Manifolds with drain & vent valves, fitting accessories, flange connection bolts, mounting clamps & accessories gaskets required shall be scope of supply of bidder for installation of the system.

2.1.18 Special & standard tools and tackles required for operation & maintenance of Transmitters.

2.1.19 Supply of any instruments limit including limit switches, solenoid valves, transmitter other valve accessories/material shall not be in scope of Vendor. 2.1.20 GAIL to free issue instruments/transmitters for each site and installation and commissioning of transmitters at each site will be scope of Vendor. 2.1.21 Laying of power cables, control cables, signal cables, erection & commissioning of cable trays will be in scope of Vendor. 2.1.22 GAIL to provide necessary prior permission for installation and commissioning for each site. 2.1.23 Vendor will provide provision of all necessary data on comm. Port and also provide assistance in order to communicate with GAIL-SCADA. 2.1.24 In case of any delay in providing site readiness of GAIL, LD Clause shall not be applicable. 2.1.25 Earth pit at each location to be provided by GAIL, GAIL to provide provision of data from UPS on serial/ethernet communication port (MODBUS protocol) if required 2.1.26 Supply of 24VDC power supply units of reputed make as per recommended vendor list of tender documents. Surge Protector should be provided for all Power Supplies

2.1.27 All the Field mounted equipments, instruments and necessary tubing, enclosures; mounting accessories are in vendor‟s scope. The system should be supplied in a ready to install condition at site. All the operation, performance and maintenance guideline to be demonstrated during Inspection and documents to be furnished along with dispatch of the Equipments.

2.1.28 The Trays shall be made of GI , Zinc coated , Galvanized , Pre-fabricated, Perforated with dimensions as follows : 50mm(W) X 30 mm (H) X 2500 mm (L) X 2 mm (Thickness) and 100mm(W) X 30 mm (H) X 2500 mm (L) X 2 mm (Thickness) based on requirement. The tray surfaces should be free from sharp edges, burrs and projections to avoid damage to cables.

2.1.29 The standard length of straight run cable tray shall be 3000mm or 2500mm.The thickness of the tray and accessories shall be minimum 3mm.The width and the depth of the trays shall be selected as indicated elsewhere. Each coupler assembly shall consist of two coupler plates plus requisite no. of bolts, nuts, washers etc.

2.1.30 Supply of Spares as per spare philosophy given in this tender.

115

------2.1.31 Instrumentation control panel and its accessories shall have a SS nameplate firmly attached to it at a visible place, furnishing the following information as applicable:

2.1.32 NAME PLATE

a. Tag number as per purchaser‟s data sheets. b. Manufacturer‟s Serial No. and Model No. c. Manufacturer‟s name, details / trade mark. d. Range, trip set, reset pressures, etc.. e. Area classification in which the equipment can be used.

2.1.33 Supply of necessary operator interface of reputed make, as per recommended vendor list of tender document, for all the control panels. It shall include operator display panel with proper trends, alarms, for HMI, Engineering, and OPC & SOE station as a minimum.

2.1.34 Supply of 4 No‟s of HART configurator Make: Emerson/Equivalents, as Test equipment, specifications are as attached in Section 6.7.2. and 04 No‟s of 1TB portable hard disk Make: Seagate/Scandisk / Toshiba or equivalent –for data backup Instrumentation control PLC system panel for 04 No‟s of Zones.

2.1.35 Dismantling of existing cablings, wirings, terminations & other items from barriers, Instrumentation control panels, Hardware Panels, Power Distribution panels, and other input/output panels as specified and required.

2.1.36 Dismantling of existing control panels, Hardware, Power Distribution panels, barrier panels and other items as specified and required.

2.1.37 Installation of bidder supplied equipment‟s including input / output cabinets, PLC system & power distribution cabinets, engineering work station / HMIs, operator display consoles and other relevant equipment‟s as required including;

2.1.37.1 Inter-cabling & wiring between new Instrumentation control PLC panels as well as new barriers and other new I/O marshaling racks as required. Bidder to note that all the Instrumentation panels are to be housed in existing control Room. Necessary wiring required for connecting all the signals to the Bidder‟s PLC from marshaling panel are to be supplied by the Bidder.

2.1.37.2 Glanding, ferruling & termination of all field cables and inter panel connecting cables in control Room.

2.1.37.3 Supply and laying of system cables & prefabricated cable and wiring within control room. All the system/network cables shall be in a Hard HDPE Conduit.

2.1.37.4 Supply and laying of power cables between New PDB panel and system panels / other panels within control room.

2.1.37.5 Supply of all accessories for installation including trays, conduits, fasteners, channel frame, glands for all cables at control room, cables & wires as necessary.

116

------2.1.37.6 Coordination with other field equipments supplied vendors owner during installation, cable cores identification and termination.

2.1.37.7 Compilation of complete loop drawings including field junction box terminations with the help of existing loop schematics and new loop schematics for new loops.

2.1.37.8 Field Testing, loop checking which shall include interlock simulation, commissioning & final acceptance of complete system. This includes coordination with owner during above-mentioned activities Unless otherwise specified, purchaser reserves the right to test and inspect all the items at the vendor‟s works. Vendor shall provide necessary facilities, utilities, labour and consumables required for carrying out the job. Vendor shall submit the following test certificates and test reports for purchaser‟s review:

2.1.37.9 Dimension verification certificate for panels, Material test certificate for all parts like panels, tube, fittings, etc.., Manufacturer‟s test reports for all wetted parts,Calibration & test report for all supplied instruments of Instrumentation control PLC panel. Certificates from statutory bodies for use in area classification indicated in data sheet.

2.1.37.10 Erection, Testing & Commissioning of the instrumentation control system panels at annexure-1A listed sites after getting clearance from EIC for each site. (The duration will be 08 No‟s of weeks for all sites installation and commissioning after getting clearance.)The marshaling racks/cabinets shall be supplied with screwless TB for I/O connection.

117

------Section 3 Special conditions of project

3. SPECIAL CONDITIONS OF THE PROJECT. 3.1 This specification defines the minimum requirements of Design, Manufacture, Documentation, factory testing, supply and commissioning of instrumentation control system PLC panels. Vendor shall be responsible for integrating and commissioning the PLC system hardware, software, Cables with connectors for both end from PLC to SCADA and interface with existing SCADA system as defined within the specification. However SCADA end hardware arrangement and SCADA end configuration as required shall be done by GAIL.

3.2 The model of the offered/proposed latest instrumentation PLC system shall be from existing regular manufacturing range of the bidder. The referenced model of the offered/proposed latest system must have completed minimum 6 months of successful operation in Refinery/ Petrochemicals industry as on bid due date. Bidder to submit relevant documents to corroborate the same.

3.3 The bidders are advised to visit the GAIL sites and familiarize themselves with the existing system, terminals, equipment and layout etc., before quoting techno-commercial offer.

3.4 Vender shall make his offer in detail, with respect to every item of the purchaser‟s specifications. Any offer not confirming to this shall be summarily rejected.

3.5 The installation and commissioning job shall be taken up & completed in all respects during the annual turnaround period of 08 weeks only.

3.6 Vendor shall provide the project schedule defining time frames for start and completion of all activities pertaining to this project.

3.7 Bill of Material shall be vendor‟s responsibility & vendor shall meet all the requirements of requisition in totality & any additional hardware or software required for the same, post order shall be included without any cost or time implication by vendor.

3.8 The Instrumentation control PLC panel systems vendor shall be responsible for establishing the third-party communication with SCADA in all respects. The vendor shall coordinate with SCADA vendor for any technical assistance arises during the implementation stage.

3.9 All the software license provided must be of perpetual in nature issued to Gail (India) ltd, Cauvery Basin.

118

------3.10 The system license must be for 150% of the final I/O count including spares (both for soft & hard I/Os).

3.11 Vendor should submit technology & service support letter of installed system for 10 years from the date of PO on company letter head. If the vendor is an authorized or legal representative of any Principle the support letter from Principle is also required. Such letter will be part of bid document. Vendor to submit the logistics support letter with the bid as per Format-F.

3.12 If the manufacturer of the Instrumentation control PLC panel system is of foreign origin, the Original equipment Manufacturer shall provide an undertaking in its company letter head that all spares for the offered system shall be supplied from “Original Equipment Manufacturer” only & not through its Indian dealer/distributor/agent. Such letter shall be part of bid document.

3.13 Vendor should submit power consumption and UPS requirement detail for the complete system supplied.

3.14 Bidder to Submit detailed Bill of Material (BOM) & system configuration along with the offer. Tentative BOM & system configuration is attached herewith, however vendor shall ensure completeness of offered BOM for meeting the tender specifications.

3.15 System Design:

The vendor shall design the system according to or exceeding the specifications, which are mentioned in the subsequent sections of this document.

Ref “System specifications” placed in the subsequent sections of this document. All the preliminary details required for submission of an offer are provided in the same.

The details like I/O listing, Point data base, Interlock schemes, cables termination details will be provided to the successful bidder.

Vendor shall design the system according to or exceeding the system specifications. The same shall be incorporated fully into the system design document. Once the basic design is prepared, the same shall be offered to GAIL for “Approval for manufacturing - with / without comments”, and the same shall be incorporated in the final design document, which shall be duly approved by Engineer-in-charge (EIC) of GAIL.

Vendor shall take the final approval of EIC for the make and models of the bought out items along with the main BOM, which shall be clearly specified. Vendor shall also take the approval for panel & mimic drawings, color of the panel, wiring diagrams , logic diagram etc.

119

------The design should confirm to the latest standards applicable for the system as a whole and also to the components of the system where ever found necessary.

3.16 Manufacture:

This includes manufacturing the system and integrating the same with all the bought out items if any, as per the final approved design document and as per standard practices prevailing at the time of the activity or the standards agreed upon as per the final design document.

3.17 Supply:

The vendor shall supply the system whose design is duly approved, complete or in parts as the requirement arises, for which the vendor shall take due concurrence from Gail prior to supply or as and when requirement arises.

The supply will be preceded with Factory Acceptance Test, whose details are mentioned in subsequent sections.

3.18 Installation:

Vendor shall install the system at the designated location inside the Main control room. The vendor will have to make the required modifications in existing base frame to fit the new panels suitable for the system & fully cover the flooring left out on all the sides of the system and components thereof, if any. Cutting, welding, drilling, threading etc. whatever are required for the above job are in the scope of the vendor, which shall be carried out with due prior approval from the Engineer-in-charge or the respective area in charges, as directed by the Engineer-in-charge GAIL.

3.19 Integration:

Vendor shall integrate the system in totality with all its components and all the bought-out items and with all the components within and outside the supplied system, as per the final design document. The integration shall be duly approved by the Engineer-in-charge.

In order to interconnect the system and components therein, any cabling required to be done is in vendor‟s scope. This shall include opening cable ducts, supply and laying cables along with accessories like glands, lugs, ferrules etc, dressing, covering the ducts, terminations of cables at the respective locations etc. It implies that whichever and whatever is required for interconnection / integration of system at site shall be carried out by vendor with complete responsibility and no additional cost to GAIL. The flooring and cable ducts etc. opened for the said integration purpose shall be restored in all respects to the complete satisfaction of GAIL.

120

------Proper ferrule numbering, suitable lug fixing, termination and loop checking etc. required to interconnect I/Os to the Instrumentation control PLC panels system shall be in the scope of the bidder.

GAIL will provide 230 VAC UPS & 230 VAC Non-UPS supply near the cabinets. The vendor shall have to supply 24 VDC system for powering the new I/Os and systems. The vendor shall also supply and fix the suitable MCBs in the power distribution panels making suitable cutouts and installing rails / channels as required, do cabling between the bus bars and the MCBs, laying, ferruling, crimping and termination of power cabling between the MCBs and the control panel. The flooring and cable ducts etc. opened for the said integration purpose shall be restored in all respects to the complete satisfaction of GAIL.

Bidder shall need to provide provision for 110 VAC/230VAC/24VDC power to existing field instruments as required in the new panels.

Isolated and grounded earth bus bars are provided in the existing control panels. Vendor can connect the system components as per the requirement to these earth bus bars. However, for new supplied control panel, vendor will connect the earth bus bars of the panel to the isolated and non-isolated earth pits with suitable cables. The supply, laying and terminations of such cables will be in vendor‟s scope. Distance between Panel and Earth pit will be 50 mtrs. (approx.)

Removal of existing panels shall be carried out first then installation and integration of PLC, I/O rack, and Power supply Distribution Panel will be carried out. Once it is done, the same shall be powered on, System and Application software shall be down loaded and system check shall be carried out as per vendor‟s standards for identification and fixing any faults. The vendor shall recheck all the logic applications for proper functioning. This shall ensure the system is ready for I/O integration. Then field cables shall be connected in the marshaling cabinets Check the input data and logics as per application software and commission the system.

All the supplied panels & consoles need to be accommodated within the available space inside the control room rack area only.

3.20 Loop Checking:

All loops will be checked directly from field to PLC/Control panel and a loop is deemed to be clear only upon successful simulation from field to Control Panel/PLC and Vice versa. However, the scope of vendor w.r.t any problems in loop checking will be limited up to the marshaling cabinet end of the interconnection cabling i.e. to the extent of the job done by vendor as specified under section “Integration”. From marshaling cabinet termination to field will be in the scope of GAIL. EIC will nominate a team to witness the loop check. The system will be treated as ready for commissioning only after successful completion of loop check, to the satisfaction of EIC.

121

------The total responsibility of commissioning the system is in vendor‟s scope. Vendor shall commission the system, which will be preceded by the activities such as testing of the complete system as a whole or parts thereof as per the requirements mentioned in the subsequent sections regarding the same, to the final satisfaction and approval of the designated Engineer-in-charge and as per the agreed upon design and detailed engineering documents.

3.21 Commissioning spares:

Supply of all or any spares deemed to be required for smooth commissioning of the system within the specified project schedule will be in the scope of the vendor. This implies that vendor has to include sufficient number of all such items as commissioning spares, whose failure at site during installation, testing and or commissioning can / will downgrade or affect the overall intended functionality of the system, so that the supplied spare can be used as replacement without causing any delay in testing and commissioning activities. Those items shall be indicated separately in the offer, duly marked as commissioning spares. However, a failure of any part / component of the system, which is not included in the above, shall be replaced free of cost by the vendor, such that the overall project schedule is not affected.

3.22 Factory Acceptance Test (FAT)

FAT shall be carried out at vendor works as per standard FAT procedure. The Factory Acceptance Test (FAT) shall be conducted in accordance with the approved Acceptance Test Procedure, which shall be submitted by vendor and approved by GAIL.

3.23 Site Acceptance Test (SAT)

The site acceptance test (SAT) shall be carried out after successful functional implementation of supplied system in all respects of hardware, software and application requirements. The system shall be considered as successful job completion only after acceptance of SAT by GAIL.

3.24 System Warranty:

Vendor shall provide warranty of the complete system hardware, software and performance as a whole inclusive of bought out items. The warranty period shall be 12 months from the date of successful completion of SAT or 24 months from the date of dispatch, whichever is earlier. All the parts / components found defective during the warranty period shall be replaced / repaired, without effecting the normal operations of the plant and system, as per the conditions prevailing, free of charge.

Following clause will be applicable under warranty period:

1. There will be 3 compulsory visits by vendor at Gail sites where all major & minor software

122

------revisions published during that period will be installed at no extra cost. Vendor shall carry out necessary software changes as requested by EIC, take system backups, Submit a report on different critical equipment performance & also impart training to GAIL representatives.

2. In case of any major problem with the installed system vendor shall reach the site within 72 hrs after being informed by EIC through email/phone/fax etc. In case the problem is not rectified & the system is down for more than 07 days, the delay period will get added over the warranty period.

3. The Performance bank guarantee will be released only after completion of warranty period.

3.25 On-Site support:

Vendor shall provide free of all charges service support for a duration of one year from the date of handing over of the system to GAIL. This implies that in case of any problem with regard to system functionality as a whole, which encompasses hardware or software problems (including that of all brought out items supplied along with the system), GAIL shall intimate the same to vendor for suitable assistance. In order to troubleshoot / fixing the same, vendor will depute suitable service engineer / team free of all charges for the required duration, as the situation demands. If the situation is critical, such support shall be made available within 24 hrs of the intimation from GAIL. Else it shall be on mutual agreed upon dates, but not later than 07 days from the date of such intimation.

Additionally vendor to provide two years (After completion of Warranty period) phone support and remote PLC troubleshooting assistance. All hardware / software required for remote diagnostic to be provided and installed in supplied system

3.26 DELIVERY SCHEDULE:

FOR SUPPLY: The entire supply portion shall be completed by the bidder within 16 weeks from the date of LOI. All activity related to supply of material including QAP, drawing approval and other clearance and supply of materials to site to be completed within 16 weeks from PO. Date of LR shall be treated as the date of delivery.

FOR SITE WORK (Erection, Commissioning, SAT, etc): The job will be done within 08 weeks from date of clearance from GAIL, EIC shall inform vendor regarding site availability. Vendor to mobilize site within 05 days of such intimation.

3.27 Payment Terms

(i) For Supply:

GAIL shall release 80% payment within 30 days after accepting material at site and balance 20% payment of the material within 30 days after successful installation, testing, commissioning and handing over the system to GAIL, duly certified by Engineer-in-

123

------Charge (EIC) through e-banking only subject to submission of CPBG for 10% of order value.

(ii) For Installation and Commissioning:

100% payments shall be made within 30 days after successful Installation, testing, commissioning and handing over the system to GAIL duly certified by Engineer-In- Charge (EIC) through e-banking.

3.28 Price reduction schedule:

In case of delay in delivery of materials beyond contractually agreed delivery schedule, price reduction schedule will be applicable @0.5% of material (supply portion) value per week of delay or part thereof, subject to ceiling of 5% (FIVE PERCENT) of the total order value. In a supply contract, the portion of supply completed in all respect which can be used for commercial operation shall not be considered for applying PRS, if delivered within contractual delivery period.

In case of delay in Installation and Commissioning beyond contractually agreed Installation and Commissioning schedule, price reduction schedule will be applicable @0.5% of Installation and Commissioning value per week of delay or part thereof, subject to ceiling of 5% (FIVE PERCENT) of the total order value.

However the total price reduction against delay in delivery of materials as well as delay in Installation and Commissioning will be limited to ceiling of 5% (FIVE PERCENT) of the total order value.

3.29 SAFETY AND SECURITY

Vendor shall perform the work under this contract observing all relevant safety rules and regulations. No personnel of the vendor shall be allowed to work at site without such safety gears. Representative of vendor shall have his own PPE during job execution inside plant. If any special safety equipments are provided by GAIL for performance of any job, the vendor shall be responsible for accounting of the same and returning the same to GAIL before leaving site. Security of personnel, deployed by the vendor for this job, outside GAIL sites premises shall be the sole responsibility of the vendor and GAIL (India) Limited shall be kept completely indemnified on this account.

3. DOCUEMNTS REQUIRED ALONG WITH OFFER:

 Filled questionnaire as per annexure-1G shall be submitted bidder for acceptance of the bid.  Supporting documents for Experience proof executions of similar projects within the specified time duration of the tender conditions.

124

------ Statutory documents and certificates required for offered material supplies for Instrumentation control PLC panels supply, installation & commissioning work.  Working experience of the offered PLC installed and successfully running proof for minimum one year of functioning of the offered model PLC  Catalogues & detailed data sheets with model, type, ordering codes, etc.

a. AFTER PLACEMENT OF ORDER: Vendor shall submit certified drawings and specification sheets for of Instrumentation control panel which shall include the following (* marked shall be submitted for approval)  * Bill of Material of the complete of Instrumentation control panel system.  * G.A. drawing with overall Dimension of of Instrumentation control panel.  * Test Certificates for Instrumentation control panel and manufacturer of the standard to be supplied along with Instrumentation control panel.  Testing and traceability certificate of Instrumentation control panels system for Natural gas application as per Annexures-1A to Annexure-1J and Instruction, maintenance, service, troubleshooting and operating manuals in soft & hard copy.  Detailed data sheets of Instrumentation control panels system for Natural gas application with Serial No., type, special instructions like standard operating procedure w.r.t to installation and operation (if any) from OEM etc. as mentioned in Annexures-1A to Annexures-1J.  Third party inspection & certification for design, fabrication, and performance test to be done through reputed EIL/ PNGRB approved TPI agency.  Final Factory Acceptance Test (FAT) for the complete Instrumentation control panel will be done by GAIL representative will be at vendor‟s works before dispatch of materials to GAIL site.  Warranty certificate as per General condition of contract (GCC).  Instrumentation control panel details identifying each component with make and model number.  Detailed interconnection diagram for of Instrumentation control panel, piping and tubing. Installation drawings.  Technical Literatures, Installation & Commissioning Manuals for all supplied items.  Quality Assurance Plan.  The details of pressure drop, humidity particulate, etc. of the of Instrumentation control panel system.  Vendor shall provide certificate for all the tests indicated in this specification. In addition, vender shall provide the “manufacturer‟s certificate of Conformity” to purchaser‟s specifications  Foundation details if applicable

125

------Section 4

Programmable Logic Controller (PLC) System Specifications

4. PROGRAMMABLE LOGIC CONTROLLER (PLC) -SYSTEM SPECIFICATIONS

4.1 Programmable Logic Controller System Specifications.

4.1.1 Scope

The Programmable Logic Controller (PLC) for safety interlocks and Sequential operation of the natural gas distribution pipeline network, gas dispatch / receiving terminals at GAIL Cauvery basin need to be installed with state of art technology Programmable Logic Controllers along with instrumentation control panels Bidder shall be responsible to interface the PLC with the SCADA.

This specification defines the minimum requirements of a Programmable Logic Controller designed for reliable safety system of a process plant.

The detailed scope of work, specific project requirements, exclusions, deviations, additions etc. shall be indicated in this specification.

In the event of any conflict existing between this specification and the attachments the purchaser shall be consulted. The Bidder shall not deviate from this specification without the prior written approval from purchaser.

The supplied PLC System should be OPC compliant version DA2.0 or latest & latest HDA version. All necessary hardware/software to be provided so that supplied system is completely OPC compliant for bi directional data (including historical data) transfer. Hardware Firewall (CISCO) to be provided by vendor. Vendor shall map all tag points (including internal tags) in OPC server.

4.1.2 Technical specifications.

Technical specifications of PLC system.

SN Item Requirement Logic Controller 1 Model No Vendor to Specify 2 System Configuration Vendor to Specify Double Modular Redundant (Dual processors with simultaneous 3 PLC Architecture logic execution) or Higher architecture

126

------

Safety certificates for all the offered modules and system with the 4 SAFETY Requirement bid to corroborate the same. Scan time ( Reading I/P- Executing 5 Logic - Writing Output – Scan Time <= 250 msec ( For TMR/Quad configuration); Housekeeping/Diagnostics)

6 CPU loading CPU loading <= 60 %

Retentive with Battery Backup, Battery should be with online 7 Memory Type trickle chargeable capability & scheme with minimum configuration protection time of 72 Hours. Processor rack power supply, I/O Rack Power Supply & Bulk Power All the modules should be Minimum Dual Redundant & should be 8 supplies: Redundancy, Hot hot swappable / replaceable. Swapping facility 9 Outputs on process failure Outputs should be configured to open in case of processor failure

10 Processor status indication Required at card as well as at PLC console

Bi directional, Either on the same Communication network or through RS485; Communication scheme should be redundant. 11 SCADA Interface OPC communication with SCADA should also be provided and configured.

Licensed for minimum 150 % of the system design I/Os 12 I/O Capability count(including all spare cards and channels);

I/O modules should not have mixed I/O types in one Module, Each 12(a) I/O Modules Design I/O module should be strictly used for different I/O types.

IO System 13 Type Discrete, Analog(4-20 ma DC) Online I/O Module replacement/Hot 14 Required swap facility 15 Auto testing of I/Os Required 16 I/O Redundancy Required 17 I/O rack to processor link Minimum Dual Redundant 18 I/O rack to Power supply Minimum Dual Redundant 19 Output Isolation Required; Optical/Galvanic 20 Input/output scheme Consider barrier/relay for all I/Os 21 Input Interrogation Voltage 24 V DC/28 V DC : To be provided by Vendor 22 Maximum Input per module 16 23 Output Module Type Volt Free Contact 24 Maximum Output per Module 16

127

------

25 Discrete Input Required As per annexure 1D 26 Discrete Output Required As per annexure 1D 27 Area Classification Required for Zone 2 Group IIA/IIB/IIC *Yes; Redundant, with barriers *Analog Inputs : As per annexure 1D 28 Analogue Input/output Required * Module density: Max 16 channels/card. * AI should HART pass through or HART functionality available through other means. 29 Analogue input type 4-20 mA DC; 30 Analogue output type 4-20 mA DC; Compatibility should be there in the system 31 Barriers Required Relay with base plate & mounting accessory to be provided by vendor for all Digital input/outputs; 2 SPDT; Relay Contact rating 32 Interposing relay required 5A@24Vdc; 5A@230VAC, LED; Relay shall be individual relay not relay board. 33 SOVs 24VDC/110 VAC, 2 Amps All the field inputs/SOVs shall be provided with Fuse TBs with 34 Fuse Requirement LEDs, of respective fuse ratings in the marshaling cabinets as required. PLC Programming Station 35 Model No Vendor to Specify 36 Make Dell/HP/IBM 37 No of LED Monitor 04 No‟s Qty. 17” Inch 38 Processor System Core i5 or better 39 CPU Min Spec 8 GB or Better RAM, 1TB or Better HDD Licensed Latest Windows system, Licensed latest Microsoft office software to be provided, Licensed Antivirus/Antispyware. 40 Operating system Medium(DVD) of all licensed Software‟s is to be provided, all licenses shall be lifetime licenses; 41 Console - Processor system link Minimum Dual Redundant 42 Hard disk RAID 1 or better Minimum 4 spare USB ports apart from used by system and 43 Accessory Ports availability accessories like Mouse, printer, monitor, keyboard etc. Programming Software Features Required 44 Online Programming Required for rung editing I/O forcing & Downloading 45 Programming type FBD or SFC 46 First Out Alarm Required 47 Software License Perpetual for All inputs, outputs, Binary & Status Bits 48 Graphic Capability Required 49 Shutdown Report Generation Required 50 Number of graphics display pages. Minimum 5 51 Number of process group display. Minimum 5 Minimum 5 with each group containing minimum 8 52 Number of trend groups display. inputs/console, Graphics, Group Display & Trends shall be part of

128

------programing software Interface With SCADA

53 SCADA Interface Card Model Vendor to Specify

54 Type of Interface Serial/Ethernet; Bidirectional OPC and Modbus or PLC System network communication; OPC 55 Interface Protocol PC specs same or better as Engineering station 56 SCADA Make Will be informed Later 57 Alarm updation time in SCADA < 5 Sec 58 Interfacing Scope Vendor's Scope Functionalities of operator station Selection of all the displays including graphics, trend, overview, group view, loop view, alarm General page, turning page etc.

Graphic display: It shall be possible to display dynamic and interactive graphics of different section of the plant on different pages, through which it shall be possible to control the process, issue start/stop command and view the process variables, set points, outputs, digital status etc. Graphics The graphic pages shall be capable of displaying dynamic status of the equipments/Instruments like vessels/compressors/pumps/control valves etc. with respect to real inputs or manipulated variables.

Real time trend display: Shall display the real time trend of all the process parameters as a Trend display continuous progressing graphical record with most re- cent value and past record of minimum of 30 minutes with data update interval of maximum 1 sec.

Historical trend display: Shall display the historical trend of all the specified parameters of Historic trend minimum last 90 days duration with update interval / sampling time of minimum 1 sec without display affecting the computer efficiency.

Alarm summary display: It shall display process and system alarms on the operator console in the sequence of their occurrence with time stamp on priority basis. All alarms are to be Alarm display acknowledged and reset manually only. Alarm storage should be for minimum one year and they should be retrievable in the same order and format of SOE.

Logging function: It shall be possible to log all measured and computed parameters, flow totalizers, operator action, alarms etc. from operator console. Logs shall be required on hourly, shift (8 hrs.), daily, weekly and monthly basis. For extended logging like weekly and monthly Logging function system shall have sufficient memory, necessary hardware and software. Hourly log shall be printed as per the demand of the operator not automatically. All other logs shall be printed automatically at the end of predefined period.

Loop display: Shall provide a separate detailed display for each of the process input. In addition Loop display to the information mentioned above, display of following parameters in alphanumeric form and facility to tune / change their values shall be available.

129

------

(i) Controller tuning constants.

(ii) Zero and span value (scale) of inputs.

(iii) Alarm set points on parameters.

(iv) Limit set on set point output etc.

(v) Controller action (direct / reverse).

(vi) Computational constants (ratio, bias etc.).

(vii) Controller mode (auto/manual etc.) and output.

(viii) For digital points, it shall be possible to issue start / stop or open / close commands. Network status display facility for overview of complete system healthiness should be System diagnostic provided, All the PLC system cards/modules, power supplies etc. live status should be display displayed on HMI for diagnostic and system healthiness check. Totalizer function Totalizer function for all flow tags should be available for calculating cumulative flows. Additional

Requirement

24 VDC power supply system to be provided by Vendor of any reputed make (Lambda, Siemens, TDK) for interrogation voltage & barriers, PLC, O/P Relays etc. Vendor to design 24 Power Supply v DC Power Supply such That total loading should not exceed 60% of total capacity. 02 No‟s of Redundant Power supply required with Diode O-ring Module.

1. Power supply network shall be designed such that all power supply path is having a fault Power Supply tolerance level of 2. Single failure of power supply, MCB, cable etc. should not affect the Network system at all. 2. MCCBs should be provided at the main entry point of the 230 VAC power supply.

Power Supply Vendor to provide load calculations for providing 230 VAC feeders at GAIL end. wattage Installation Vendor's Scope Commissioning Vendor's Scope 230 VAC UPS & Gail Scope at Single Power Distribution Panel; Vendor to lay cable from this point to NON-UPS Power individual panels/racks. Supply Vendor scope of supply, Type: CURVE-C, SHORT CIRCUIT CAPACITY 10KA, 230 VAC /24 V LINE-LOAD Reversibility DC MCBs Confirming IS:8828/13947-2 MAKE-Reputed There should be possibility for user definition of different access levels for different tasks. User definition These shall be typically differentiated as operator, supervisor, engineer, system levels. There should be flexibility in assigning different tasks for these user levels. Event Power scheme for For transmitters, 24 VDC (+) to be directly sent to field from Bulk power supply and 24 VDC(- integration with AI ) to be used as common with 4-20 mA from transmitter to be integrated with AI channel of channels PLC system, Incorporating this scheme shall be in the scope of the bidder. Engineering of the The engineering of the system shall be done by TUV/Equ certified Functional safety engineers.

130

------system through Supporting documents towards Functional Safety Engineers to be submitted along with the bid. certified safety engineers

4.1.3 Recommended vendor List

SN Items Recommended vendors

1 Barriers MTL/P&F 2 Panels RITTAL or Equivalent 3 TBs WAGO, Connectwell, Phoenix contact,Weidmuller 4 Switches CISCO/NETGEAR/PLC OEM 5 Firewall CISCO

6 24 V DC bulk power supply modules COSEL/LAMDA/TDK/PLC OEM 7 Consoles furniture RITTAL/Pyrotech or Equ

8 Miscellaneous Furniture Godrej or Equ 9 Printers HP / Samsung /Lexmark

10 System consoles/servers HP/DELL/IBM

11 Power & Signal interconnection cables CORDS/DELTON/PARAMOUNT

4.1.4 Detailed technical specifications.

4.1.4.1 PLC sub-system shall be sized considering I/Os and other sizing requirements like scan time, CPU loading etc. as per PLC specs. The sizing calculations shall be reviewed during detail engineering. Bidder shall be fully responsible to supply number of PLCs as required meeting above requirements and approved sizing calculations. However if Multiple CPUs are provided then synchronization for matching the scan time and logic interchangeability between processors shall be ensured by the bidder as required to execute the logic and ESD interlocks.

4.1.4.2 Programmable logic controller shall be microprocessor-based system which shall be used to execute all the logic for safe start up, safety interlock of each equipment and safe shut down of the plant. Programmable logic controller shall be an independent unit.

4.1.4.3 The scan time of programmable controller shall be of the order of 250 milliseconds. Scan time for a PLC shall be a defined as the cycle time taken by the system to read and process input, executing all the logic configured within the subsystem, processing, perform diagnostics, update outputs .

4.1.4.4 The system shall be programmed as per the logic diagrams provided by GAIL in the form of softcopy. However, Bidder shall prepare their own Logic/Ladder diagrams depending upon the capability of the programmable logic controller offered by them. It shall be Bidder responsibility to develop and test the application program based on logic diagram.

131

------Owner/Consultant reserves the right to revise or review the logic diagrams even after acceptance of any offer.

4.1.4.5 The PLC system shall comply minimum Safety,

4.1.4.6 The PLC architecture shall be such that failure of a single component or module shall not affect the system functionality as a whole & availability or operation of any other module in the PLC system other than the failed module. E.g. Failure of an I/O module should not affect the operation/ availability of any other CPU/PS/Comm modules & complete system availability or failure of a CPU module/Communication module/rack power supply module should not affect the Operation/ availability of other modules & complete system availability. i.e. even in the event of failure of a CPU module, IO modules, other PLC modules in the system shall be fully available and functional. This shall apply to all internal modules of the PLC related with safety functionality.

4.1.4.7 The supplied input module, CPU module and output module, system communication architecture, programming should meet the high safety.

4.1.4.8 The main PLC processor and I/O cards replacement should be possible on line without compromising the plant safety and TUV guidelines. The PLC system shall have high availability.

 The PLC system shall be so designed/ selected that the following on line maintenance/ rectification jobs can also be carried out without affecting the functioning of the system in addition to other requirement already specified in the job standard specification: It should be possible to make online changes to the trip settings for analogue inputs, setting of timers and selection of normally open or normally closed configuration for digital I/O etc. in the PLC.

 Scan time of PLC is as defined elsewhere, other activities like diagnostics routines, output /dump of data to peripherals, or any other activity which consume processor time shall also be accounted while computing scan time. In case any plant unit requires faster scan time, the same may be adopted for that application. Diagnostic checks shall be carried out in every scan and shall be considered for calculating scan time.

 All the relays shall be low power continuously rated type and shall have LED for status.

4.1.4.9 PLC I/O modules shall be provided with blank hot slots for on-line replacement.

4.1.4.10 Instrumentation shutdown and interlock shall be de-energizing to trip.

4.1.4.11 Logic diagrams shall only be used for PLC programming.

4.1.4.12 Bidder shall furnish the architecture of offered system

132

------

4.1.4.13 INPUT OUTPUT SUMMARY AND SIZING CONSIDERATIONS

The Bidder shall consider the following while sizing the system

a) Input / Output Summary is as per Annexure-A.

b) Additional 50% future space requirement, c) CPU loading <= 60% after considering spares

d) Communication Interface Requirement

4.1.4.14 The minimum requirements for system diagnostics shall be as follows (not withstanding what is sought and certified in the report of TUV for the certified PLC system):

a) Analog input diagnostics - Sensor out of range, open or shorted loop, analog - to - digital converter check.

b) Configuration diagnostics - Checking the compatibility and availability of selected I/O hardware and software.

c) Memory diagnostics - Checksum, parity check etc.

d) End - to - end CPU /memory diagnostics - Processor executes a test control or arithmetic algorithm then compares results with pre - stored answer.

e) Peripherals and foreign devices‟ diagnostics - To confirm proper operation.

f) Power system diagnostics - monitor the availability of supply voltages.

4.1.4.15 System Configuration

System configuration shall be as per the project specifications. However the basic system shall consist of the following major sub-system

4.1.4.16 Input / Output system

 The maximum number of Input/ Output per I/O module shall be limited to 16 channels. All digital I/Os shall be minimum dual redundant (1:1).

 Each I/O shall be ensured galvanically/optically isolated from external control circuit by suitable means.

133

------ Each I/O shall be protected against the reversal of polarity of the power voltage to I/O.

 Each I/O module shall have LED per channel to indicate the status of each Input / Output. Or a dedicated graphics shall be made on HMI to show the channel wise status of all I/O cards which shall clearly show the channel/module status, errors etc.

 Short circuit protection for Input module is required.

 Wire break for Output module is required.

 Each input shall be provided with filters to filter out any noise in the input line and contact bouncing noise.

 The PLC inputs shall be provided with only dry contacts (potential free) unless otherwise specified. All the inputs shall be double ended i.e. two wires per input and not with common return for all inputs.

 All PLC I/O signal shall be two wired, with no looping or common sharing of power supply or negative points.

 Output contacts from the PLC shall be potential free dry contacts with contact rating as per below table. Wet contacts/ powered contacts/ TTL outputs etc. shall not be acceptable. Bidder must provide suppression device for each output contact. All the output shall be driven by the relays and the relay shall have minimum 2 NO and 2 NC contact & 4 NO and 4 NC contact wherever required.

 The output contact rating shall be as follows:

o 24 V DC @ 5A

o 110Vac @ 5A

 Each output shall be short circuit proof.

 The MCC‟s inputs/outputs shall be interposed with a relay of ratings as mentioned above.

 The output to SOV shall be provided with Fuse TBs (in both Phase and neutral lines) with visual Fuse blown indication.

 The communication of I/O system with central processor shall be carried out redundant with complete error checking.

4.1.4.17 PROCESSOR SYSTEM

134

------ The processor shall have capability to implement all the control functions required to implement the logic scheme attached along with, as logic/ladder diagram.

 The size of the memory shall be sufficient for storage of the program instructions required by the logic schemes and other functional requirements. Offer shall indicate the amount of memory capacity occupied by the actual program and spare capacity available for later program modifications or additions.

 Memory shall be non-volatile, Flash Type. This shall be backed up battery backup system, which shall provide configuration backup for minimum 72 hours.

 Watchdog timer shall be a software device. Watchdog timer shall continuously monitor the healthiness of processors. Any hardware or software problem in the processor system, which shall include, CPU, memory, power supply, communication interface etc. shall cause the watch dog timer to report processor failure.

 Redundancy shall be provided in such a way that in case of failure of the main processor, the standby shall take over automatically. The changeover shall be bump less and the system shall be fail proof, unless any other requirement is specified in the project specifications. Redundancy shall be provided for complete processor system included CPU, memory, power supply and communication sub system.

 Failure of a single processor shall not affect the system. In case of all the failure of all the processors of the system outputs shall take fail-safe state automatically unless otherwise specified in the data sheets.

 In case of triple redundant system, all the three processors shall execute the same instruction / programs and check their results and majority vote to correct any faulty results. The faulty processor diagnostics shall be made available

 In case multiprocessor configuration is offered, the processors must be able to communicate with each other & logics can be shared between the processors. Bidder must ensure that system performance shall not be degraded by any means when such a system is offered. However all the processors should be synchronized such that scan time of all the processors are matching.

 It shall be possible to generate the first out alarm (contact output) by the PLC in case where a group of parameters are likely to trip an equipment or system.

4.1.4.17.1 PLC ENGINEERING WORK STATION

 The programming terminal shall be used for programming, program storing, fault diagnostics and alarm monitoring. It shall also be possible to use this for plant operation, whenever specified

135

------ It shall be Laptop based. The Laptop configuration shall be latest available in for the offered PLC system. The Laptop monitor shall be 17” LED. There shall be a Color LASER printer attached with Engineering PLC Workstation. The Engineering Work station shall be Table mounted type.

 It shall be used to generate cause and affect diagram.

 Manual forcing of any input or output contact connected to PLC shall be possible from keyboard. Forcing will be done in processor can only be energized/Removed through Engineering mode in Engineering terminal and it should not be affected by change in status of Engineering terminal.

 Engineering station functionality should be available with all necessary software licenses in at least one additional system (Say OPC/SOE/operator Station) apart from engineering PC. In the event of unavailability of Engineering Station, Any one of the station in the network should function as the Engineering station.

 It shall be possible to modify, add or delete the application program on-line without affecting the outputs. An element can be forced ON and forced OFF on line using PLC workstation. All the forces and forces removal should be recorded as an event with time stamp in the event log for tracking the forcing status. There should be possibility to view all the forces existing in the system at any point of time at one place in a summarized format.

 It shall be possible to print out the logic diagram on the dedicated PLC printer. The printer in addition shall also print out;

a) The diagnostic message and diagnostic reports, when called for.

b) Process alarms connected to the programmable logic controller as and when they appear and alarm report whenever initiated. The choice of printing alarms on this printer shall be operator selectable from a key lock switch on PLC console.

c) The I/O maps showing status of all inputs and corresponding outputs in a user-defined format.

d) List of Forced Logic signals in a single page

 The PLC console shall be provided with self-diagnostics feature, which shall display error messages and initiate an audible alarm if the fault is detected. A potential free contact for diagnostic group alarm shall be provided which shall be connected to the hardwired alarm and annunciator system.

 The system shall be able to identify the failure at least up to the module level

136

------including I/O system/switches and redundant processor through detailed display in HMI and report print out.

 Programming feature as above must be available in another system (Other than dedicated Engineering PC) in the network.

 One Laptop (HP/DELL; minimum Core i5,

 “ screen, 4 GB RAM, 1 TB HDD, 1 DVD drive) with installed programming software, Licenses and dedicated communication cable to be supplied with system so that in case of communication problem with Engineering terminal(s) PLC can be accessed and logic can be modified via laptop.

4.1.4.18 The hardware for servers/OPC/Eng. station etc. (i.e. System Computers) shall be non-proprietary & generic in nature. The supplied system software must run irrespective of computer make with similar or better specifications to that of the supplied system. If the system PC as above is declared obsolete/support not available within 5 years from the date of SAT or 7 years from date of supply of material to GAIL, whichever is earlier , bidder to provide necessary software upgrade for the system on free of cost basis so that system can run on new PC hardware, Operating system & software. Bidder to provide undertaking in company letter head in this regard along with bid document. The recommended computer make is DELL/HP/IBM.

4.1.4.19 PLC COMMUNICATION SUBSYSTEM

 The PLC communication subsystem shall be a digital communication bus that provides a high speed data transfer rapidly and reliably between the processor, I/O sub-system, PLC console and other devices connected in the PLC system.

 Redundancy in PLC communication subsystem shall be provided as follows unless otherwise specified.

a) For dual I/O configuration, each I/O sub set shall have separate communication interface and bus for connecting to PLC processor.

c) The communication subsystem between processor subsystem and PLC Engineering Work station shall be dedicated and redundant.

d) The communication subsystem between processor subsystem and Monitoring Work station shall be dedicated and redundant.

e) The communication subsystem between instrumentation control PLC panel and SCADA interface shall be dedicated and it shall not use any other intermediate devices to communicate to the SCADA.

137

------. In case of redundant PLC communication sub system, on the failure of the active device, the redundant device shall take over automatically without interrupting the system operation. Information about the failed device shall be displayed at local as well as on PLC console. It shall be possible to manually switch over the communication from main bus / device to redundant bus / device without interrupting any system function.

. The mechanism used by the system for error checks and control shall be transparent to the application information / program. Error checking shall be done on all data transfers by suitable codes.

4.1.4.20 INTERFACE WITH DISTRIBUTED CONTROL SYSTEM

 The PLC shall be required to be interfaced to the existing SCADA via Modbus communication or through the same network as of without affecting SCADA network functionality and security & OPC. Both should be totally independent of each other.

 In case Bidder offer more than one set of Processer sub-system to handle the No. Of I/Os cards as specified in this tender, redundancy shall be maintained for each set of processors. Bidder to provide detailed scheme of interfacing with the SCADA along with their technical offer for evaluation.

 The interface shall be offered in order to achieve the following functions:

a) Display of all input points under alarm/first out alarm connected to PLC or generated by PLC on the main operator console.

b) To receive certain operational commands from the operator console for the operation of certain output devices connected to PLC.

c) To display diagnostic message of PLC.

 In general, PLC shall provide data in a well-established protocol format preferably MODBUS / MODBUS RTU protocol.

4.1.4.21 SYSTEM SOFTWARE

 The system software shall include all programs for the PLC and work station which is required to perform all PLC functions including communication and self-diagnostics. Logic program shall be recorded on the compact disc which shall be delivered in triplicate together with the system. The PLC programming language for implementation of logic operations shall be based on the following representations:

138

------a) Logic diagrams - Binary logic symbols such as AND, OR,

NOT Gates, Timers, counters and Flip-Flops.

b) Ladder diagram - Series parallel connection of relay contacts.

c) Combination of (a) & (b) above.

 It shall be possible to print out the ladder/logic diagram on a dedicated printer. The printer shall also print out all diagnostic reports. Bidder must supply the off line software package to enable the owner to modify/add/delete any part of program and for documentation

 Software for the generation of various displays including dynamic graphics, whenever specified, to be provided as per specification / requirement.

 The software for printing alarms, system as well as process and events on the PLC printer must be provided. All alarms must be printed as and when they appear

 Software package for displaying I/O map showing status of inputs and corresponding output as per logic shall be offered. The I/O map format shall be users definable.

 The system shall have an extensive set of self-diagnostic routines which shall be able to identify the system failure at least up to module level including redundant components and power supplies through detailed graphical displays and report print out from Engineering / Operating Work-stations. Diagnostic software shall have the capability to provide information about the failed module/system either in the form of a system configuration display or provide information in the form of a statement.

 Self-diagnostic software shall have capability to detect faults which make the system permanently close/open in the I/O modules or I/O signal conditioning modules (in case of triple redundant system, whenever specified in the project specifications, this may be achieved by automatically running the testing software at cyclic intervals). The automatic cyclic testing feature shall also be provided for dual I/O configuration and dual I/O signal conditioning for triple redundant system. The testing software cycle time may be field adjustable by engineer. However, system performance shall not be degraded whenever testing feature is specified.

 In case of dual I/O or dual signal conditioning modules for dual redundant system, whenever output module testing software detects any faulty

139

------channel, the power supply to that particular module in that particular module in that particular bank is removed automatically and further testing on the corresponding module in the other mirror image bank is stopped. However, the testing continues uninterruptedly in other output modules.

 Feedback must be provided in case of triple redundant system from the output voter system to detect any latest faults of the system in addition to other diagnostic software as per specification.

 Diagnostic package and its related equipment and software shall be supplied. A list of additional diagnostic packages available and the packages provided, including the description and capabilities, shall be provided with separate quote

4.1.4.22 SOFTWARE REVISION LEVELS

The Bidder‟s standard system operating software delivered to the installation site shall be the most recent field proven revision level available at the beginning of the Pre – Factory Acceptance Test (FAT) which is applicable to the system hardware.

4.1.4.23 SEQUENCE OF EVENT RECORDER (SOE)

 The offered PLC shall be able to provide SOE functionality with a scan time & time resolution of 250 millisec. The Sequence of Event(s) shall include all Inputs. The same shall be continuously stored on a event logger. The printing shall be done by such as „selecting‟ and „dumping‟ to print with time stamp. SOE display facility should be available in Engineering station.

 If analog inputs are taken for tripping through a comparator block or through alarm points, tripping events generated this way should appear in the SOE.

 The Sequence of Event recorder shall be used for collecting the events and for further analysis

 There shall be a separate PC for programming and sequence event recorder for each PLC

4.1.4.24 SYSTEM POWER SUPPLY

 Each I/O rack shall have a separate independent redundant power supply system. Each power supply shall be sized to take full load of the I/O rack/signal conditioning panel/rack and shall be provided with dual redundant power supply

 Each processor shall be provided with separate power supply. Failure of one

140

------Power supply shall not affect the system operation in case of dual processor system.

 In 05 No‟s of sites UPS power is not available as per Annexure-1E, Supply of all necessary power for Instrumentation control panel shall be provided bidder through roof top solar power system with Solar charging system, Battery back-up for 48 hrs. Solar Power Supply shall have the option of charging through 230VAC Non-UPS power. 04 No‟s of maintenance free batteries of 12V,120Ah for 24 VDC supply to control panel and Filed devices and the batteries shall be supplied with Explosion proof Junction boxes and terminated for PLC control panel.

 The system shall normally operate on uninterrupted power supply unless otherwise specified. However the system shall be capable of operating at the following power supply specifications:

Voltage : 230V ± 10%

Frequency: 50 Hz ± 3 Hz

Harmonic contents: Less than 5%

Static transfer time: Max. 5 milliseconds

 The Bidder shall provide all required power distribution, power conditioning, power supplies, bus bars, and power wiring etc., within his supplied system. The power supply distribution for field and control room instruments shall separate.

4.1.4.25 DC POWER SUPPLY / BULK POWER SUPPLY

 The Bidder shall be responsible for providing all the required DC voltage i.e. 24 V DC required for all barriers, relays and others. The necessary DC power supplies (i.e. 110 V AC to 24 V DC) shall be dual redundant and it shall be in Bidder‟s scope of supply.

 Failure of one or two power supply shall not lead to shut down of units. Each power supply shall be sized to 160 percent and not loaded more than 65 percent. All cubicles lighting shall be on 230 V, 50 Hz normal power supply.

 Power supply shall be made available at one point. Further power distribution network shall be designed such that a single power fault in any instrument branch system shall not cause a trip of the entire system. Each Load shall be provided with a separate switch and fuse for isolation and protection of the system. Fused terminal (Both lines) with integral fuse blown indication shall also be acceptable.

 All power supply units shall be designed for fully loaded cabinet with additional minimum of 20% reserve above inrush current. In case of redundant power supply system, the switching from main to back-up shall be transparent and fail safe

141

------without any power interruption. Each power supply shall be capable of supplying 100% load.

 All redundant items shall be provided with separate power supply. The power supply switching must be automatic from main supply to back-up supply. Loss of any component of main power supply shall not degrade the backup, which must be capable of supplying 100% of the load. These redundant incoming power feeders shall have separate input terminals and breakers.

 All power supplies shall have digital indication for voltage and current at the front side. There shall be a contact out, which shall be looped to PLC to indicate power supply healthiness.

4.1.4.26 SOFTWARE REVISION LEVELS

The Bidder‟s standard system operating software delivered to the installation site shall be the most recent field proven revision level available at the beginning of the Pre – Factory Acceptance Test (FAT) which is applicable to the system hardware.

4.1.4.27 STATION FEATURES:

General:

The operator interface sub-system shall provide the centralized information to the plant operator / engineer in the following fields. i) Indication of all analog and digital process variables of control loops, open loops and all loop related parameters. ii) Manipulation of control loops including changing set points, mode, output, configuration, tuning and computational constants. iii) Alarm display and annunciation. iv) Dynamic Graphic display with real-time status indication v) Trend recording on assignable trend recorders. vi) Self-diagnostic messages.

 The Engineering stations each shall consist of 17” LED Monitors for engineering & monitoring along with a Keyboard and optical mouse. The engineering console sub system shall have one printers to facilitate the functions of logging, alarms, event print out and hard copy.

 All the real time clocks in the system shall be synchronized with the console.

 Display update time shall not be more than 1 second.

4.1.4.28 GRAPHIC, TREND & ALARM DISPLAYS

 Graphic display: It shall be possible to display dynamic and interactive graphics of different section of the plant on different pages, through which it shall be possible to control the process, issue start/stop command and view the process variables, set points, outputs, digital status etc.

142

------The graphic pages shall be capable of displaying dynamic status of the equipments/Instruments like vessels/compressors/pumps/control valves etc. with respect to real inputs or manipulated variables.

 Real time trend display: Shall display the real time trend of all the process parameters as a continuous progressing graphical record with most recent value and past record of minimum of 30 minutes with data update interval of maximum 1 sec.

 Current trend display: Shall display the current trend of all the specified parameters of last eight hours duration of update interval / sampling time of minimum 1 sec.

 Historical trend display: Shall display the historical trend of all the specified parameters of minimum last 90 days duration with update interval / sampling time of minimum 1 min without affecting the computer efficiency.

 Alarm summary display: It shall display process and system alarms on the engs console in the sequence of their occurrence with time stamp on priority basis. All alarms are to be acknowledged and reset manually only.

 Alarm history display: The history of alarm conditions of at least past one year shall be available for display and on shift basis for printing. It should be retrievable in a reportable database format.

4.1.4.29 PROCESS DISPLAYS:

Following features shall be available in the system for process displays.  The process related displays should have following features, as a minimum, to control and monitor the process.

 Overview / area display: Simultaneous display of analogs and discrete inputs. Each page shall be organized into groups, associated with set point and output for analog and color change for discrete.

 Group display: Shall be limited to those displayed in overview above. For each analog input the input in engineering unit, set point, output, control mode, alarm position etc. With trends are to be displayed.

 Loop display: Shall provide a separate detailed display for each of the process input. In addition to the information mentioned above, display of following parameters in alphanumeric form and facility to tune / change their values shall be available.

 Controller tuning constants.  Zero and span value (scale) of inputs.  Alarm set points on parameters.  Limit set on set point output etc.  Computational constants (ratio, bias etc.).  Controller mode (auto/manual etc.) and output.  For digital points, it shall be possible to issue start / stop or open / close commands.

143

------Section 5 Programmable Logic Controller (PLC) System Requirements

5. Programmable Logic Controller System Requirements.

5.1 GENERAL

This specification defines the general requirements expected to be fully complied by Programmable Logic Controller Bidder and including logistic supports, documentation, warranty, maintenance contract and shipping instructions etc. All threaded and openings shall be suitably covered to prevent entry of foreign material. Each major part shall be sealed in thick plastic bags. Suitable moisture absorbent shall be provided for electronic components.The requirements defined in this specification shall also be applicable for all sub-system and hardware bought and supplied by Bidder from manufactures other than his own.

5.1.1 The system shall be designed „fault avoidant‟ as a minimum by selecting high-grade components of proven quality and proper design of system electronics. Redundancy shall provide, as a minimum, as per this specification to improve the system availability and reliability. All sub-system of the system shall be able to operate satisfactorily from 15°C to 50°C and 20% to 95% non-condensing humidity. 5.1.2 The system shall be of modular construction and expandable in future by adding additional modules. The type of modules shall be kept to the minimum possible in order to have interchangeability and low inventory. 5.1.3 The system shall have a high MTBF value and shall have a well-proven record of operating satisfactorily in a petroleum refinery / petrochemical complex. Bidder shall quote the latest system configuration, which shall have support from the OEM. No prototype instrument or instruments of an experimental nature shall be offered or supplied. 5.1.4 Galvanic/optical isolation wherever required shall be provided for all field signals. 5.1.5 On-line replacement of any module shall be possible in such a way that removal and addition of a module shall be possible without de-energizing the system. Furthermore, there should not be any interruption of the system while replacing a faulty module wherever redundant modules are provided. 5.1.6 Unless otherwise specified, safety PLC electronic modules / equipment shall meet the environment classification class G3 as per ISA-571.04 or vendor standard coating. Coating should be done at the source of manufacturing. 5.1.7 The operator / engineering work stations shall be of reputed vendor such as HP / IBM/DELL or equivalent and shall take prior approval from Owner 5.1.8 The system shall be suitable for power supply as specified in this specification. Suitable battery backup shall be provided for volatile memory protection only.

5.2 SPARES PHILOSOPHY (All Decimal Figures shall be Rounded off on Higher Side)

5.2.1 Installed engineering spares of 20% shall be provided in PLC system for each type of

144

------module to enhance the system functional requirements. Moreover, 20% of channels on each module shall be considered for installed engineering spares. This shall also include provision of 20% of all installed hardware like barriers, relays, auxiliary modules (i.e. receiver cards, trip amplifiers, isolators etc.), terminals etc. and 20 % additional power distribution with feeders of each size and rating. These spares shall be fully wired up to the I/O termination points, as per the appropriate wiring schematics. No channel shall be left un-wired in the system.

a) Memory and processing power for Processor system of programmable logic controller shall be selected in such way that additional 30% logic can be written without any performance degradation.

b) The communication sub-system shall have sufficient capability to execute additional 20% data transfer. The communication sub-system shall be dedicated for PLC and it shall not be shared in any manner with other system.

c) The power distribution Cabinet shall have spare space to add 20% or minimum of one No., whichever is higher, feeder of each size and rating.

5.2.2 Sufficient additional software capacity shall be available in the system to take care of spares requirement as specified in this specification to meet all functional requirements as stated in this specification.

5.2.3 Mandatory spare module of 10 % or one module of each type, whichever is higher, must be supplied for each type of modules being used in the system including those in console (i.e. backup panel / hardwired console/ PLC workstation). The comprehensive list along with relevant details like part number, Installed quantity, Supplied Quantity shall be submitted along with the bid.

5.2.4 Vendor shall provide necessary terminal strips, space in the wiring duct etc., shall be provided for all installed and future spare module / cards. All the spare modules shall be wired up to terminals within the cubicle / cabinet / racks.

5.2.5 Each ENGS console shall contain 20 % usable spare group and related display.

5.2.6 The system shall have the capability to extend its historical trending, logging and user's memory by minimum 20 % to meet future expansion.

5.2.7 The internal communication highway / sub-system shall have sufficient capability to take care of system expansion as specified above.

5.2.8 Sufficient additional software capacity shall be available in the system to take care of spares requirement as above.

5.2.9 Mandatory spares shall also consist of all bought out items like Barrier, MCB, Terminal Blocks etc. 10% of installed Qty or one module of each type, whichever is higher, to be

145

------supplied as mandatory spares for these items.

5.2.10 Vendor to submit separate quotes for 2 years O&M spares for all the items installed in the system, this offer shall be valid for two years from the SAT date for which GAIL may place order on the same price within that period, however this shall not be part of bid evaluation.

5.3 EXPANSION CAPABILITIES

The system design shall have the capability for at least 50% future hardware expansion (relative to the bid), which shall be achieved by addition of equipment, without modifying or replacing existing equipment, communications cables or system operating software.

5.4 CONSUMABLE SPARES

Any Paper, Ribbon, Printer Heads and Ink required for Printers, Video Copier or any other consumable item shall be supplied along with system required for minimum of one-year duration after system acceptance.

5.5 TRANSIENT, STATIC AND EMI / RFI PROTECTION

5.5.1 The system shall be internally protected against system errors and hardware damage resulting from:

a) Electrical Transients on Power Wiring

b) Electrical Transients on Signal Wiring

c) Connecting and disconnecting Devices or removing or inserting

Printed circuit boards in the Programmable Logic Controller (PLC)

The PLC System shall be capable of accepting various Signal Inputs for its direct use while preventing noise errors due to Electromagnetic Interference (EMI) or Radio Frequency Interference (RFI) including nearby Radio Stations, Hand Held Two Way Radios, Electrical Storms, Solenoids, Relays or Contractors carrying heavy currents. RFI / EMI noise immunity shall be as per SAMA Standard PMC-33.1. / IEC-61801. The surge withstands capability for input / output modules shall be as per IEEE Standard 472.

5.6 SYSTEM FURNITURE

All system furniture required for PLC system including mounting of LAPTOP equipments like PLC Work Station shall be supplied. Bidder to include required nos. of chairs and printer tables as part of their scope of supply.

146

------System cabinets

5.6.1 All the cabinets shall be mounted on base frame structure enclosed type and shall be designed for bottom entry for cable connection. Cabinets‟ structure shall be sound and rigid and shall be provided with removable lifting lugs to permit lifting of the cabinets.

5.6.2 Cabinets shall be fabricated from cold rolled steel sheet of minimum 1.6 mm thickness including doors suitably reinforced to prevent warping and buckling. Whenever any instrument is flush installed on the cabinet, the sheet thickness shall be 3 mm. Cabinets shall be thoroughly de-burred and all sharp edges shall be grounded smooth after fabrication.

5.6.3 Each cabinet shall be of maximum 2000 mm height and 1200 mm width. Construction shall be modular preferably to accommodate 19” standard electrical racks. All racks shall be of same height. Maximum swing out for pivoted card racks, doors and drawers shall be limited to 600 mm. Cabinets should be from reputed make.

5.6.4 Cabinets shall be equipped with front and rear access doors. Doors shall be equipped with lockable handles and concealed hinges with pull pins for each door removal. The system processor panels, input/output modules panels and all system panel that have diagnostic LED shall be provided with toughened/ shatter proof glass door to view the status indication LED‟s.

5.6.5 In order to effectively remove dissipated heat from the cabinets, vent louvers backed by wire fly screed shall be provided to cabinet doors. In case louvers are insufficient, ventilation fans shall be provided. Additionally dual ventilation fan shall be provided in each cabinet housing any electronics / any heat dissipating items. Fan failure alarm & inside cabinet temperature measurements shall be provided in the operator console/PDB cabinets/System cabinets as a mandatory requirement.

5.6.6 Illumination shall be provided for all cabinets by fluorescent lamps and door operated micro switches.

5.6.7 Equipment, within the cabinet, shall be laid out in an accessible and logically segregated manner. Clamping rails shall be provided for incoming cables to prevent excessive stress on the individual terminal. All metal parts of the cabinet including doors shall be electrically continuous and shall be provided with a common grounding lug.

EARTHING

5.6.8 Earthing: Each panel, cabinet, console, and other equipment in control room shall be provided with an earthing lug. All these lugs shall be properly secured to the AC mains earthing bus.

5.6.9 All circuit grounds of electronic instruments, shields and drain wires of signal cables shall be connected to instrument ground bus, which is electrically isolated from the AC

147

------mains earthing bus. This bus shall be typically 25 mm wide and 6 mm thick of copper. The instrument ground bus is connected to independent instrument system ground buses through insulated wires.

5.6.10 All safety barriers shall be securely grounded. The barrier ground wire shall be capable of carrying a maximum fault level current of 0.5 ampere at 250 V rms per barrier.

5.6.11 Cable shields of thermocouple extension cables for grounded junction thermocouple shall not be grounded in the control room.

5.6.12 The Bidder shall use the existing Earth pits required for complete system grounding including its interconnection with system as well as with complex-wide earthing network. Cable sizing shall be carried out based on possible fault levels and allowable grounding resistance.

5.7 Training

5.7.1 Vendor will give onsite training to GAIL personnal at individual sites for the site specific supplied Instrumentation control PLC panels and cover detailed hardware, engineering and diagnostic part of complete supplied system. Also engineering training to be given to five Instrumentation Engineers from GAIL, Cauvery Basin, Such training shall be of five days duration and cover detailed hardware, engineering and diagnostic part of complete supplied system. This training shall be provided just after FAT so that the operation personnel are well aware of the system before actual operation.

5.7.2 Bidder shall be responsible for furnishing details of course outlines, manuals of training, equipment necessary to conduct the training, exercises to evaluate trainee‟s progress. Bidder shall also be responsible for any other requirements necessary to train the engineers deputed by owner within a time limit so that they acquire the necessary expertise to operate and maintain the programs and the equipment‟s supplied.

5.7.3 M/s. GAIL or his authorized representatives shall select personnel for training on the basis of his requirements and will review all materials furnished for adequacy of teaching aids and timetables.

5.7.4 Training Personnel.

Each instructor-designate shall have the following minimum qualifications for his area of instructions:

a) Six months of formal classroom instructor experience.

b) Complete and thorough technical knowledge of the equipment and system supplied under the contract and skilled experience in their programming, maintenance and operation.

148

------c) Complete and thorough knowledge of the test and laboratory equipment and software, hand book and guides and their actual use as aids and tools in maintaining, diagnosing, programming, operating and troubleshooting the hardware software system.

Course Contents

5.7.4.1 The outline of each course shall give the subject matter, a short resume of the pre- requisite subjects (if applicable), the position of the course in the training programme, the aim and yardsticks for evaluation and other topics, which will add to the usefulness of the program. In order that the selected trainees shall have time to participate in the course, sufficient advance notice of minimum 8 weeks shall be given by the Bidder. The course outlines shall be submitted 10 weeks ahead for review.

5.7.4.2 The training exercise shall be designed to be objective in nature and shall include trouble shooting exercises on similar equipment.

5.8 Training manuals

5.8.1 All training manuals shall be prepared by the Bidder and submitted for review 10 weeks ahead of the commencement of the course. After course completion, these manuals shall become the property of the owner. Any change in equipment, manuals and other material shall be informed to the owner during the guarantee period. In addition to Bidder documentation, the following minimum requirements shall be adhered to for the training manuals:

a) Functional flow-charts, descriptive material, program source listings applicable to all operating and application software and diagnostics programs.

b) Schematic drawings of each assembly of the hardware for the course on maintenance.

c) All manuals pertaining to procedures, specifications and operation for each equipment.

5.9 PLC hardware and software maintenance training

5.9.1 The hardware maintenance-training course shall cover every equipment item supplied as part of the Programmable Logic Controller. This course shall include:

a) Actual operation, detection and correction of faults in equipments.

b) Familiarization with maintenance procedures for the system offered.

149

------5.9.2 Some of the topics covered in the course shall include:

a) Fundamentals of the system

b) Equipment logic diagrams

c) Diagnostic procedures

d) Peripherals maintenance

e) Preventive maintenance procedures

5.9.3 Software maintenance training shall cover all software supplied with the system. The trained personnel shall be able to write and debug the application and system software.

5.10 SPARE PARTS

5.10.1 Bidder shall include in the proposal, provisions for special tools, test equipment‟s and initial stock of maintenance spares for a period of two years after commissioning as are essential for proper maintenance and operation of the equipment. In addition, estimated requirements of spares consumption per annum should also be indicated. Full particulars of the tools, test equipment‟s and spare parts shall be provided separately. The lists should also include the item wise price.

Bidder shall provide a budgetary quote for all recommended spares of the system including bought out items along with the bid, these prices shall remain valid for next two years, M/s GAIL if wishes can place order on the bidder based on these prices.

5.10.2 The successful Bidder shall warrant spare parts for the system would be available for a minimum of Ten years. After this period, if discontinues the production of spare parts, Bidder shall give at least twenty four (24) months‟ notice prior to such discontinuation so that the owner may order his requirements of spares in one lot.

5.11 DOCUMENTATION

Bidder shall furnish all the manuals necessary to test, operate and maintain PLC System and its software.

Three Sets of Hardware/Software documentation and As Built final documentation copies and Two Sets of Softcopies shall be provided.

Bidder shall provide one laminated copy of Final document (loop diagram, Cable schedule and system architecture details, Power distribution details etc.)

150

------5.11.1 Hardware documentation

The following documentation for all hardware supplied and as built under this contract shall be submitted for review two months before the start of factory acceptance testing. a) The specifications for all off-the-shelf hardware manufactured by Bidder, his sub-contractors or suppliers.

Supplier‟s name and identification of ordered hardware and expected delivery data to Bidder‟s premises shall also be supplied along with this. b) Documentation relating to off-the-shelf hardware and hardware developed by Bidder including description, specifications, theory of operation, maintenance procedures, installation information and drawings. This information shall exclude all non-applicable information. c) Where more than one size, rating or type of construction appears on the submitted catalogue data, those characteristics applicable shall be identified. Non applicable information shall be suppressed. d) Test plans and test reports as specified in Part II of this specification for each item of hardware, to be supplied. e) Bill of material listing all hardware to be supplied including manufactures part numbers, name plates data, approximate volume, weight and overall dimensions. f) Spare parts catalogue for all items (at component level) to be supplied. g) Recommended spare parts for two years.

5.11.2 SOFTWARE DOCUMENTATION

The following documents shall be submitted for review before 60 days of the shipment of the system, for the software packages included in the supply: a) The specifications for all software to be obtained in-house or from subcontractors or suppliers. The details supplied shall also include the name of the suppliers, software identification including latest modification data. b) Reference manuals, operating manuals, programming manuals and other software manuals (if any). c) Description of the function of each program. This shall include the logic, configuration requirements and constraints and sub-programs used, memory map and special characteristics. d) Input and output details for each program.

151

------e) Listing of assembled programs with label and symbol tables in assembler/compiler language.

5.14.3 System manuals

5.14.3.1Manuals shall be submitted for assuring satisfactory operation and maintenance of the system. Detailed literature for installation and maintenance of all hardware should be provided to the owner.

5.14.3.2 All system manuals shall be supplied in hard cover loose ring folders in A size i.e. 216 x 279 mm. All drawings and sketches shall be in multiple of „A‟ size like „B‟ (279 mm x 432 mm) or „C‟ type (406 mm x 518 mm) etc. but folded to „A‟ size.

5.14.3.3 Instruction Manual

The information submitted shall preferably be in three parts.

a) First part shall give the following information:

i) A general functional description of the whole system.

ii) General software description.

iii) General Instructions and startup procedures.

b) Second part shall describe the system software in detail including its interaction with application programs and other programs used as supporting software.

C) The third part shall include detailed maintenance information including all data pertaining to equipment required for maintenance of the system.

5.14.4 Maintenance Manuals

5.14.4.1 The maintenance manual shall include details of

a) Preventive maintenance procedures.

b) Trouble shooting procedures including failure analysis.

5.14.4.2 A section on repairs shall provide enough information on repairs including removal, repairs, adjustment and replacement.

5.14.4.3 The maintenance manuals shall contain a list of all maintenance parts to facilitate quick identification of the parts for replacement and ordering. Standard hardware structural parts or other parts not requiring maintenance shall not be included here. At the end of the list of parts

152

------requiring maintenance, a list of special tools required for the maintenance of each unit shall be given. List of manufacturers of each part shall also be included.

5.14.4.4 The final system manuals shall be furnished to owner within a month of completion of final satisfactory field-testing. All field modifications shall be incorporated and system as built drawings and documents shall be included. Five copies of each manual shall be submitted to the owner.

153

------Section 6 Testing, Installation, commissioning of Programmable Logic Controller (PLC)

6. TESTING, INSTALLATION COMMISSIONING AND ACCEPTANCE OF PROGRAMMABLE LOGIC CONTROLLER.

6.1 SCOPE

6.1.1 This specification defines the basic guidelines to Programmable Logic Controller Bidder for factory testing and acceptance, installation, commissioning and field acceptance of the fully integrated system.

6.1.2 These guidelines shall also be application to all sub-system and hardware bought by PLC Bidder.

6.1.3 On the basis of this specification. Bidder shall submit his own testing, installation commissioning and acceptance procedures (For hard-wares, the procedures shall include purpose of test, test definition of input, procedure, results expected and acceptance criteria. For software, it shall include details of the method, list of tests, sequence of execution results expected and acceptance criteria).

6.1.4 The testing and acceptance of the system shall be carried out the mutually agreed procedures and criterion based on this specification and Bidder‟s standard procedures.

6. 2. FACTORY TESTING AND ACCEPTANCE

6.2.1. General

6.2.1.1. Bidder shall test and demonstrate the integrity of the system hardware and software. No material or equipment shall be transported until all required tests are successfully completed and certified “Ready for Shipment” by the owner.

6.2.1.2. The purchaser reserves the right to be involved and satisfy himself at each and every stage of inspection. The purchaser shall be free to request any specific test on any equipment considered necessary by him although not listed in this specification, as a part of approval of factory testing procedure. The cost of performing all rests shall be borne by the Bidder.

6.2.1.3. Bidder to note that acceptance of any equipment or the exemption of inspection or testing shall in no way absolve the Bidder of the responsibility for delivering the equipment meeting all the requirements specified in this Instrumentation control PLC specifications.

6.2.1.4. It shall be Bidder‟s responsibility to modify and/or replace any hardware and modify the software if the specified functions are not completely achieved satisfactorily during testing and factory acceptance.

154

------6. 2.2. Failure of components/modules/sub-systems.

6.2.2.1 Bidder shall not replace any system component/module/sub-system unless it is failed. A log of all failed components/modules in a sub-system shall be maintained which shall give description of the failed component/module, effect of failure on the sub-system, cause of failure and number of hours of operation before it failed.

6.2.2.2 If malfunction of a component/module in a sub-system repeat, the test shall terminate and Bidder shall replace the faulty component/module. Thereafter the test shall commence all over again. If even after this replacement, the sub-system fails to meet the requirements, Bidder shall replace the full sub-system to the one meeting the requirements and the system shall be tested all over again.

6.2.2.3. If a sub-system fails during the test is not repaired and made successfully operational within four hours of active repair time after the failure, the test shall be suspended and restarted all over again only after the Bidder has replaced the device in the acceptable operation.

6.3 TESTING DETAILS

The inspection and factory acceptance shall be carried out in two phases i.e. Phase I and Phase II. The minimum requirements for testing during these two phases are as following.

6.3.1 Phase-I

Bidder shall perform tests at his works to ensure that all components function in accordance with their respective specifications for each type of test. A test report shall be submitted to the owner for review within two weeks of completion of each type of test giving details.

Test details: the Bidder shall perform following tests and report shall be forwarded to the owner.

6.3.1.1 Quality control test

a) Quality control tests shall be carried out to assure quality of all components and modules in accordance with Bidder‟s quality control and assurance procedures, Bidder shall forward the details of these procedures for owner/consultant‟s review.

b) The sampling procedures for all purchased components or components manufactured by the Bidder, for quality assurance tests shall be in accordance with relevant international standards.

c) All assemblies shall be aligned and adjusted and all test observations shall be recorded as per manufactures published set ups and testing methods.

155

------6.3.1.2 System power-up test

Bidder as a minimum shall check the functions of all the systems hardware and software including diagnostic software at sub-system level by simulating the inputs.

6.3.2 Phase II

i) This test shall systematically, fully and functionally test all the hardware and software in the presence of purchaser representative. All the sub-system shall be inter connected to simulate, as close as possible, the total integrated system. ii) Bidder with specific details shall mention the duration of the testing. System shall be shipped to site only after this testing and certified ready for shipment by owner.

iii) Data review: a) Owner/consultant shall perform a comparison of all current data. Any revision or changes required shall be informed to the Bidder. b) The test report/log book forwarded by Bidder after Phase-I testing shall be reviewed. Owner has right to witness any test performed in Phase I, if found necessary.

iv) Testing record a) During testing of Phase II, each test carried out shall be recorded. Any deficiency or problem shall be clearly brought-out and shall be recorded and carried out be the Bidder. b) Any change in the data or configuration etc informed to the Bidder shall be recorded and carried out by the Bidder.

v) Visual and mechanical testing.

The Bidder shall carry out visual and mechanical testing in principle to assure correct, proper, good and neat workmanship.

vi) Functional testing.

Functional testing shall include the simulation of each input and output to verify proper system response for both analog and discrete signals. The testing, as a minimum, shall include the following: -

Complete system configuration loading

Checking of scan time values for PLC.

Checking of correct functioning of keyboard operation for PLC console.

Checking or correct changeover of the backup units in case of main units failure.

System diagnostics shall be thoroughly checked for all sub-system at local level and at PLC Panel / work station. These shall include failure of a sub-system, module, power supply, interface unit, failure of transfer to redundant module on main module

156

------failure etc. and other detailed diagnostic displays. Diagnostic alarms for any ventilation fan failure shall also be checked.

Testing of proper functioning of all printers and hard copy units.

Checking of shutdown and interlock configuration and proper operation thoroughly. Proper system operations at power supply specifications specified in the PLC specifications.

Simulation of power failure and restarts.

The Bidder shall notify the owner at least three weeks prior to final system testing. In the event that representatives arrive and the system is not ready for testing, the Bidder will be liable for back charges for any extra time and expenses incurred.

6.4 INSTALLATION, TESTING AND COMMISSIONING

6.4.1 Bidder shall offer the services of the installation team, which shall remove the present control system and install the equipment in the control room, lay the interconnecting cabling inside the control room, check out, test and commission the system.

6.4.2 All technical personnel assigned to the site by the Bidder shall be fully conversant with the supplied system and software package, and shall have both hardware and software capability to bring the system on line quickly and efficiently with a minimum of interference with other concurrent construction and commissioning activities.

6.4.3 Bidder‟s responsibility at site shall include all activities necessary to be performed to complete the job as per material Requisition including: a) All equipments shall be inspected thoroughly by Bidder after its receipt at site. b) Receipt of hardware/software and checking for completeness of supplies & Hardware verification as per packing list. c) Visual and mechanical checking

d) Installation of the system including free supply equipment and field cable termination in the system. e) Check out of the equipment installation. f) Complete System Configuration loading, g) Functioning of all displays, keyboards, disc drives, printers, hardcopy units etc.

h) Checking of interconnection, hardware & software configuration, overall system functioning etc. i) Loop checking. j) Liaison with Bidder‟s home office. k) Commissioning and on-line debugging of the system. l) Performance of final acceptance test.

Any other work not defined under the above but which are required for the

157

------completion of the System shall be in the Scope of the Bidder.

The testing defined above shall be carried out to ensure functional integrity of all hardware being supplied. Bidder must initiate the remedial action in case unsatisfactory operation of any equipment or item is observed during this testing with intimation to Engineer-in charge.

Bidder must document all observations including details of malfunctions observed, if any items/equipments requiring total replacement must document reasons for the same.

6.5 Loop Checking

6.5.1 Bidder shall be responsible for loop checking which shall also include checking of the interconnection, at control room end, configuration and ensuring overall system functioning.

6.5.2 Bidder‟s scope of work, as a part of system installation and loop checking shall include termination of all field cables in field panel room, checking of interconnection between instrument glanding and equipment, ferruling and tagging of interconnecting cables in control room, ferruling of field cables in control room and performing overall loop performance check. New Ferules/lugging in Junction boxes shall also be in the scope of the bidder.

6.5.3 Loop checking shall be carried out to check the functional performance of all elements comprising the loop and thereby ensuring proper configuration, functioning and interconnection.

6.5.4 Bidder shall co-ordinate with the M/s.GAIL for smooth and proper loop checking. Any discrepancy found during checking shall be brought to the notice of Engineer-in- charge. Complete loop checking shall be performed in the presence of Engineer-in Charge or his authorized representative. All readings shall be recorded on a suitable format, which shall be handed over to the Bidder by the field contractor after completing calibration record of each field device. On the completion of loop checking, remaining information related to loop checking should be filled by the Bidder. Completely filled format duly signed shall be submitted for approval, to Engineer-in Charge.

6.5.5 The following checks shall be carried out

a) Shutdown schemes shall be checked for proper functioning configuration and actuation. b) Performance of individual loops may be accepted for an overall accuracy of + - 1.0% unless otherwise specified. Where deviation exists, re-calibration of instruments, based on the scope of work, shall be carried out either by field contractor or by Bidder. c) After loop checking is completed, Bidder shall connect back any terminals and connections removed for loop checking.

158

------6.6 SYSTEM ACCEPTANCE

6.6.1 The owner shall provisionally takeover the system from Bidder after System acceptance test. System acceptance test shall be started only after the satisfactory performance of loop checking and verification of all loop checking records by Engineer-in-charge.

6.6.2 The system acceptance test shall be carried out in the presence of owner‟s representative and Engineer-in-charge or his authorized representative. The tests carried out in System acceptance test shall be fully recorded and duly signed by all representatives participating in the System Acceptance Testing.

6.6.3 Bidder shall carry out the following functional tests on the fully integrated system as a part of System acceptance test, as a minimum: a) Hardware verification as per final Bill-of-material. b) Visual and mechanical checking for proper workmanship, identification, ferruling, nameplates, etc. c) System configuration as per approved configuration diagram. d) Checking of proper operation of hardcopy unit and all printers including printing of Alarms and Events on the Alarm & Event (A&E) printer. e) Demonstration of all system diagnostics.

6.6.4 The warranty period commences from the day owner takes over the system.

6.7 TESTING/CALIBRATION EQUIPMENTS

6.7.1 Bidder shall make available all consumable, instruments, and equipments necessary for testing, calibration, maintenance etc. As required by the defined scope of works. All instruments and equipments used for the above purpose shall be of standard make with accuracy better than the accuracy expected from the calibrated/tested instruments, and acceptance test shall be fully recorded and duly signed by all representatives participating in the System Acceptance Testing.

6.7.2 HART/Fieldbus Configurator

Sl.No Specification Requirement Offered Model Vendor to specify GENERAL Hand Held Communicator for Foundation Application Field Bus + HART Digital pressure gauge with Backlit LED, 4 Display 1/2 digit. Communication Cable and Software Required Unit selection Required TEST NIST/NPL traceable certificate of GAUGE Calibration certificate calibration is required along with supply.

Intrinsically safe Conformity ATEX 94/9/CE EX, II 2 G, EEX Ia IIC T4

159

------Section 7 Annexures

Annexure-1A : Location Details of Instrumentation control panels and Transmitters details. Annexure -1B: Field Equipment Details for Hook up with Instrumentation panel. Annexure -1C: Input & Output Details for Instrumentation control PLC panels. Annexure-1D: Details of Instrumentation signal cable, Communication Cables & power cables for Instrumentation control PLC panels. Annexure-1E: UPS & Non UPS Power available Details for Instrumentation control PLC panels. Annexure-1F: Details of Materials Delivery Address for 21 No‟s of GAIL terminals, Cauvery Basin. Annexure-1G: Bidders confirmation technical Questionnaire for filling and submit with bid. Annexure-1H: Instrumentation Control PLC Panel and cables additional Specifications Annexure-1J : CERTIFICATE FOR LOGISTIC SUPPORT Annexure-B: ANNEXURES-B1 TO ANNEXURE-B21 individual site BOM annexures.

160

------

Annexure-1A : Location Details of Instrumentation control panels & Transmitters details

GAIL INDIA LIMITED, NGPL O&M, CAUVERY BASIN, Project : Supply, Installation And Commissioning Of Instrumentation Control Panels

Location Details for 21 No‟s of sites in GAIL Cauvery Basin for Instrumentation Control PLC Panels Supply, Installation And Commissioning. Sr. SDV Remarks ZONE Location Name PT DPT TT AV No. 1 NRM GAIL NARIMANAM GCS 12 2 4 2 2 NRM CPCL PANANGUDI 6 3 0 3 AKM GAIL TVR6-EPS 3 1 2 4 AKM GAIL, Adiyakkamangalam (AKM) 4 3 3 5 AKM GAIL NLM(Nannilam) 2 1 2 6 AKM GAIL,KMP( Kamalapuram) 6 4 3 9 7 AKM NALLURU DT 3 1 1 8 AKM TANGEDCO Thirumakottai (TMK) 3 1 2 5

9 KUT SV-Memathur 2 2 2 10 KUT HOEC, Kuthalam 1 1 2

11 KUT GAIL Kuthalam DT 3 3 2 12 KUT LANCO Kuthalam 2 2 1 2 13 KUT TANGEDCO Kuthalam RT 2 1 2 5

14 KUT GAIL Buvanagiri (BVG) 2 1 2 15 KUT NEYCER, Buvanagiri 1 2 1 2 16 RMD GAIL Ramnad DT 2 2 2 17 RMD TANGEDCO Ramnad, RT 2 1 2 5

18 RMD SRPCL Terminal, Ramnad 2 2 1 2 19 NRM Henkal Terminal, Narimanam 10 2 1 1 20 NRM PPCL Terminal, Narimanam 6 2 1 0 2 21 NRM SRCML Terminal, Narimanam 2 1 1 - TOTAL 76 16 34 43 17

Note-1: NRM-Narimanam , KUT-Kuthalam, AKM-Adiyakkamangalam & RMD-Ramnad. Note-2: Instrumentation Transmitters, PT, DPT & TT Installation, SS tubing work And Commissioning & Also Actuated Valves (AV) Remote operation , gas supply SS tubing work, cabling & commissioning from Inst. control Panel, for 21 No‟s of locations are scope of bidders.

161

------

Annexure-1B: Field Equipment Details for Hook up with Instrumentation panel

GAIL INDIA LIMITED, NGPL O&M, CAUVERY BASIN, Project : Supply, Installation And Commissioning Of Instrumentation Control Panels

Details Of Field Equipments for Hook Up With Instrumentation Panels In 21 No‟s Of Terminals

SACA Online PIG UPS DA GC, Ana LEL S.No. Terminal Location Name SIGN Pow AV SDV FC RTU TR lyse panel AL er Serial Unit rs IO 1 GAIL NARIMANAM GCS 1+1 2 1 4 1 3 4 10 2 CPCL PANANGUDI 1 4 1 1 2 5 3 GAIL TVR6-EPS 1 0 2 1 4 4 HOEC Terminal 1 1 2 2 5 5 LANCO-KUTHALAM 1 1 1 1 2 2 6 6 GAIL KUTHALAM DT 0+1 1 1 2 1 2 2 6 7 TANGEDCO Kuthalam RT 1 1 2 1 2 5 2 6 8 SV-MEMATHUR(MMT) 1 2 1 2 4 9 GAIL RAMNAD DT,RMD 1+1 2 1 2 1 2 2 6 10 TANGEDCO RAMNAD, RT 1 1 2 1 2 5 2 6 11 SAI REGENCY POWER, RMD 1 1 1 1 2 5 12 GAIL Adiyakkamangalam (AKM) 0+1 1 1 3 1 3 2 6 13 GAIL Kamalapuram GCS (KMP) 1 1 2 1 8 2 6 14 GAIL Nannilam EPS(NLM) 1 1 0 2 1 4 15 GAIL Nallur DT (KVK) 1 1 1 1 1 1 5 16 TANGEDCO Thirumakotai(TMK) 1+1 1 1 2 5 2 6 17 GAIL BUVANAGIRI (BVG) 1 0 2 1 5 18 NEYCER Ceramics 0+1 1 1 2 1 6 19 PPCL RT 1 1 1 1 2 2 5 20 Henkal Terminal 3 0 2 4 21 SRCML Terminal 1 0 1 1 3 TOTAL 8+7 9 11 36 21 45 18 34 113 Note-1: TR units =07 No‟s and online GC‟s =8 No‟s are to be connected for display at PLC panels Note-2: 09 No‟s and online analysers and 11 No‟s of LEL panels to be connected for display at PLC panels Note-3: 36 No‟s and Pig Signallers and 21 No‟s of power supply panels to be connected for display at PLC panels Note-4: 45 No‟s and AV‟S and 18 No‟s of SDV‟s to be connected for control & display at PLC panels Note-5: 34 No‟s and Flow computer Signals and 113 No‟s of RTU signals to be connected for display at PLC control panels

162

------

Annexure-1C: Input & Output Details for Instrumentation control PLC panels

GAIL INDIA LIMITED, NGPL O&M, CAUVERY BASIN, Project : Supply, Installation And Commissioning Of Instrumentation Control Panels

Input & Output Details for Instrumentation control PLC panels at 21 No‟s of locations.

SACADA LEL/ UPS RTU S.No. Location Name OGC AI AO DI DO TOTAL IO IO SERIAL H2O IO 1 GAIL NARIMANAM GCS 5 23 4 12 9 6 10 69 2 CPCL PANANGUDI 1 10 10 3 6 5 35 3 GAIL TVR6-EPS 0 5 15 6 5 4 35 4 HOEC Terminal 0 10 15 6 4 5 40 5 LANCO-KUTHALAM 2 6 1 12 6 6 6 39 3 6 14 6 6 6 41 6 GAIL KUTHALAM DT 7 TANGEDCO Kuthalam RT 2 16 6 25 10 6 6 71 8 SV-MEMATHUR(MMT) 1 4 12 6 4 4 31 9 GAIL RAMNAD DT,RMD 5 10 16 6 6 6 49 TANGEDCO RAMNAD, 2 16 6 25 10 6 6 71 10 RT SAI REGENCY POWER, 0 12 3 8 1 6 5 35 11 RMD GAIL Adiyakkamangalam 3 10 18 8 6 6 51 12 (AKM) GAIL Kamalapuram GCS 2 15 50 25 6 6 104 13 (KMP) 14 GAIL Nannilam EPS(NLM) 1 4 10 4 5 4 28 15 GAIL Nallur DT (KVK) 2 4 10 4 6 5 31 TANGEDCO 3 16 6 25 10 6 6 72 16 Thirumakotai(TMK) GAIL BUVANAGIRI 0 4 15 6 6 5 36 17 (BVG) 18 NEYCER Ceramics 1 4 15 6 6 6 38 19 PPCL RT 1 12 6 3 6 5 33 20 Henkal Terminal 0 15 15 6 4 4 44 21 SRCML Terminal 0 5 6 3 4 3 21 TOTAL 34 207 26 334 144 116 113 974 200 spares Total 1174

163

------Annexure-1D: Instrumentation Signal, Communication & power cables Details for Instrumentation control PLC panels

GAIL INDIA LIMITED, NGPL O&M, CAUVERY BASIN, Project : Supply, Installation And Commissioning Of Instrumentation Control Panels Instrumentation Signal, Communication & power cables Details for Instrumentation control PLC panels

UPS 01 PAIR 01 PAIR 12 core 12 core UPS S.No. Location Name PWR AI DI AI DI PWR CABLE CABLE CABLE CABLE CABLE

1 GAIL NARIMANAM GCS 1 100 800 500 500 300 2 CPCL PANANGUDI 1 100 300 200 100 100 3 GAIL TVR6-EPS 0 50 200 100 100 200 4 HOEC Terminal 1 100 300 300 200 300 5 LANCO-KUTHALAM 1 100 200 200 100 100 6 GAIL KUTHALAM DT 1 50 400 200 300 300 7 TANGEDCO KUTHALAM RT 1 100 300 200 200 200 8 SV-MEMATHUR(MMT) 1 50 200 100 100 200 9 GAIL RAMNAD DT,RMD 1 100 300 200 200 200 10 TANGEDCO RAMNAD, RT 1 100 300 200 200 200 11 SAI REGENCY POWER, RMD 1 100 200 200 100 100 12 GAIL Adiyakkamangalam (AKM) 1 100 500 300 300 600 13 GAIL Kamalapuram GCS (KMP) 1 100 500 300 300 600 14 GAIL Nannilam EPS(NLM) 0 50 200 100 100 200 15 GAIL Nallur DT (KVK) 1 50 200 100 100 200 16 TANGEDCO Thirumakotai(TMK) 1 100 300 200 200 200 17 GAIL BUVANAGIRI (BVG) 0 100 200 100 100 200 18 NEYCER Ceramics 1 100 200 100 100 200 19 PPCL RT 1 100 200 200 100 100 20 Henkal Terminal 0 200 300 200 100 150 21 SRCML Terminal 0 200 50 50 50 50 TOTAL 19 2050 6150 4050 3550 4700 Note-1 : Cable lengths are given approximated only. Vender has to visit the sites for actual length of measurement different types of cables.

164

------Annexure-1E: UPS &Non UPS Power available Details for Instrumentation control PLC panels

SL. NO. Description of UPS System Location Qty.

2 X 5 KVA, 3 Phase, 415 Volts / 230VAC,1 Ph, Parallel 1.Lanco Terminal Redundant Industrial UPS System with Bypass Static Switch & By- 2.Kamalapuram Pass Transformer, with 12 hr Battery d e s i g n Back- up in 1X GCS along-with 3.SRPCPL 1 100% configuration Ni-Cd batteries Dual 4.SV-Memathur 7 Redundant 230VAC/24VDC,750 Watt AC-DC converter and 5.Neycer Dual Redundant 230VAC/·48VDC,1000 Watt AC- DC Converter 6.SV-Thirumarugal for Instrument and SCADA loads 7.HOEC

2 X 7.5 KVA, 3 Phase, 415 Volts / 230VAC,1 Ph, Parallel Redundant Industrial UPS System with Bypass Static Switch & By- 1.PPCL Pass Transformer, with 12 hr Battery d e s i g n Back- up in 1X 2.TNEB RMD Dual 2 100% configuration Ni-Cd batteries along-with Redundant 3.TNEB KUT 5 230VAC/24VDC,750 Watt AC-DC converter and Dual 4.TNEB TMK 5.Nallur DT Redundant 230VAC/·48VDC,1000 Watt AC- DC Converter for Instrument and SCADA loads

2 X 10 KVA, 3 Phase, 415 Volts / 230VAC,1 Ph, Parallel Redundant Industrial UPS System with Bypass Static Switch & By- Pass Transformer, with 12 hr Battery d e s i g n Back- up in 1X 1.RMD DT Dual 3 100% configuration Ni-Cd batteries along-with Redundant 2.AKM GCS 3 230VAC/24VDC,750 Watt AC-DC converter and Dual 3.KUTHALAM DT Redundant 230VAC/·48VDC,1000 Watt AC- DC Converter for Instrument and SCADA loads

2 X 15 KVA, 3 Phase, 415 Volts / 230VAC,1 Ph, Parallel Redundant Industrial UPS System with Bypass Static Switch & By- Pass Transformer, with 12 hr Battery d e s i g n Back- up in 1X Dual 4 100% configuration Ni-Cd batteries along-with Redundant NRM GCS 1 230VAC/24VDC,750 Watt AC-DC converter and Dual Redundant 230VAC/·48VDC,1000 Watt AC- DC Converter for Instrument and SCADA loads

165

------

Annexure-1F: Details of Materials Delivery Address for GAIL sites, Cauvery Basin

Quantity Sl. Terminal Address to be No. delivered B NARIMANAM ZONE 1 Puducherry Power Corporation Limited, 01 Melavanjore, T.R.Pattinam, Karaikal Commune, Karaikal - Pin-609 606 2 GAIL (India) Limited, Narimanam GCS, Kuthalam Village, Goburajapuram Post, Nagapattinam 03 Dist., TamilNadu – 605 008. Ph.: 94899 36782 (Note: Material for Henkal and SRCML are to delivered at Narimanam GCS) 3 GAIL Terminal, Chennai Petrolium Corporation Ltd, Panangudi Village (Post), Nagapattinam 01 Dist., TamilNadu – 611 002. Ph.: 94899 36782 C ADIYAKAMANGALAM ZONE 1 GAIL (India) Limited, Adiyakkamangalam GCS, Karupur Village, Adiyakkamangalam Post, 03 Tiruvarur Taluk, Tiruvarur Dist., Tamil Nadu – 611 002. Ph.: 94899 36718 (Note: Material for Nannilam & TVR6-EPS are to delivered at Adiyakkamangalam GCS) 2 GAIL (India) Limited, Kamalapuram GCS, Peruntharakudi Village, Vellakudi Road Kulkarni 01 Post, Thiruvarur – 613 704, Ph.: 94899 36719 3 Tamil Nadu Generation & Distribution Co. Ltd. GAIL Receiving Terminal, Thirumakottai 01 GTPS, Thirumakottai – 614 017, Thiruvarur District, Tamilnadu Ph.: 0437 272033 4 GAIL (India) Limited, Nallur Dispatch Terminal, Near Kovilkalappal-II EPS, ONGC Road, 01 No.74 – Nallur, Nallur Post, Mannargudi Taluk, Tiruvarur Dist., TamilNadu – 614 717, Ph: 0437 277204 D KUTHALAM & BHUVANAGIRI ZONE 1 Lanco Tanjore Power Company Limited, 120 MW Combined Cycle Power Plant, No.9, 01 Karuppur, Thiruvidaimaruthur Taluk, Tanjore District, Tamilnadu, Pin-609 807. Ph.: 0435- 2451417 2 Tamil Nadu Generation & Distribution Co. Ltd. GAIL, Kuthalam Gas Turbine Power Station, 01 Maruthur Village, Kuthalam, , Nagapattinam Dist, Pin-609 808 3 GAIL (India) Limited, Despatch Terminal, Kshetrabalapuram (Komal Road), Kuthalam Taluk, 03 Nagapattinam District, Tamil Nadu. Ph.: 04364 234058 (Note: Material for Buvanagiri & Neycer are to delivered at GAIL Kuthalam DT) 4 SV Memathr, GAIL (India) Limited, SV Mematur, Nalladai road, Sembanar Kovil, 01 Thirukkadaiyur TK, Nagapattinam DT., Pin – 609 309, Ph.: 94430 65698 5 Hindustan Oil Exploration Company Limited, Pillai Perumal Nallur, Thirumeighanam Post, 01 Thirukkadayur Via, Thanrangambadi Taluk, Nagapattinam District, Pin-609 311

E RAMNAD ZONE 1 GAIL (India) Limited, Sai Regency Power Corp. Pvt. Ltd., Kalugoorni Village, Perungulam 01 Post, Ramanathapuram, Tamil Nadu, Pin – 623 536 2 GAIL (India) Limited, Tamil Nadu Generation & Distribution Co. Ltd. Valuthur Gas Turbine 01 Power Station, Valuthur, Valantharavai(B.P.O.), Perungualam Post, Ramanathapuram – 623 536 3 Ramnad Despatch Terminal 01 Therkukatur village,Valantharavi post, Regunathapuram road, Ramanathapuram 623536

166

------Annexure–1G: Bidder confirmations questionnaire for filling on submissioin of bidding for Instrumentation control PLC panels Supply Installations and commissioning.

( To Be filled and submitted by bidder along with Bid for acceptance of bid)

Name of Bidder: Quotation reference:

Sr. Description of Parameter Requirement Vendor Remarks No. A. General Specs A.

Design and System Engineering of specified system Confirmed / Not 1. including coordination with GAIL engineers during confirmed system definition and engineering. Dismantling of existing Instrumentation control panels Confirmed / Not 2. Hardware Panels, Power Distribution panels, existing confirmed relevant field termination, barrier panels, cables and other items and shifting to Removed Scrap stores at GAIL Adiyakkamangalam. Manufacturing /supply of all hardware & software for Confirmed / Not 3. complete Instrumentation control PLC panels for 21 confirmed No‟s of sites to meet specified functional requirements. The scope shall include system configuration, system integration, Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) of the system. Manufacture and Supply of panels/consoles as per Confirmed / Not 4. material requisitions including marshaling racks, relay confirmed racks, power supply distribution cabinets, cabinets for mounting of free issue items, control panels, hardwired consoles along with all accessories and instruments, barriers / signal conditioners, relays, power supply distribution cabinets with accessories duly mounted, wired & tested to meet specified tender requirements. The scope shall include their engineering, wiring, testing, integrated factory testing & acceptance. In Five No‟s of sites UPS power is not available Confirmed / Not 5. as per Annexure-1E, Supply of all necessary confirmed power for Instrumentation control panel shall be provided through roof top solar power system with Solar charging system, Battery back-up for 48 hrs. Solar Power Supply shall have the option of charging through 230VAC Non-UPS power. 04 No‟s of maintenance free batteries of 12V,120Ah for 24 VDC supply to control panel and Filed devices and the batteries shall be supplied with Explosion proof Junction boxes and terminated

167

------for PLC control panel.

Supply of Spares as per spare philosophy given in this Confirmed / Not 6. tender. confirmed

Supply of all necessary cables-communication & Confirmed / Not 7. power required for satisfactory commissioning of the confirmed system. Supply of necessary hardware, software, cables & Engineering required for the integration of SCADA system. The Bidder has to do rest of the activities either on their own or with co-ordination with SCADA Vendor. on Bidder‟s risk and cost to interface the Instrumentation PLC control panels with the SCADA. Installation of bidder supplied instruments and Confirmed / Not 8. equipments including cabinets, consoles rack, confirmed equipments, free issued instruments and panels specifically in material requisition including Confirmed / Not a) Inter-wiring between new PLC panels as well confirmed existing panels, barrier panel and marshaling racks. Bidder to note that all the panels is going to be housed in existing control Room. Confirmed / Not b) Necessary wiring required for connecting all the confirmed signals to the Bidder‟s PLC from marshaling panel are to be supplied by the Bidder. Confirmed / Not c) Glanding, ferruling & termination of all field cables confirmed (as required for thermocouple signals) and inter connecting cables in control Room & junction boxes. Confirmed / Not d) Supply and laying of system cables, Instrumentation confirmed single pair and multi pair as per listed in annexure-1D & prefabricated cable and wiring within control room. Confirmed / Not confirmed

e) Supply and laying of power cables between New PDB panel and system panels / other panels within control room. Confirmed / Not confirmed f) Supply of all accessories for installation including Cable trays, conduits, fasteners, channel frame, glands Confirmed / Not for all cables from Filed devices to control panel, Inter confirmed panel wiring at control room, cables & wires as necessary. g) Coordination with owner during installation, cable core identification and termination is scope of vendor.

168

------

Bidder to visit site to estimate the quantity of cables Confirmed / Not 10. required and include the same in their scope. Bidder confirmed shall provide any additional quantity required during the execution of the project at no extra cost.

Field Testing, loop checking which shall include Confirmed / Not 11. interlock simulation, commissioning & final confirmed acceptance of complete system. This includes coordination with owner during above-mentioned activities. Documentation, Training of GAIL personnel, Confirmed / Not 12. Warranty and Post-Warranty Maintenance etc. confirmed

Erection, Testing & Commissioning of the entire Confirmed / Not 13. system at site within 08 weeks from the date of confirmed clearance. Supply, Erection, Testing & Commissioning of other Confirmed / Not 14. miscellaneous items as per specifications. confirmed

Supply of HART configurator Make: Confirmed / Not 15. Emerson/Equivalents - 04 Nos, as Test equipment, confirmed specs are as attached in Section 6.7.2. 1TB portable hard disk Make: Seagate/San disk/ Toshiba or equivalent – 04 No‟s for data backup control system panel all zones. PO Copy & Execution Proof Confirmed / Not 17 BEC A document submitted as per Tender conditions having PO confirmed reference Financial Confirmed / Not 18 BEC B document submitted as per Tender conditions documents confirmed Execution Plan and Bar Chart Schedule indicating the Submitted / Not 19 mobilisation period enclosed Submitted Submitted / Not 20 Proven Track Record (PTR) of PLC Submitted Bidder confirmation for Successful operation of Confirmed / Not 21 offered/proposed model of PLC system for 6 months at Vendor to Confirm confirmed Petrochemical/Refinery. Submitted / Not 22 Approved Makes for Supply of Material by Bidder Submitted

B. Instrumentation control PLC Panel

Specification 1 Specification Number Vendor to specify 2 Quantity Required Vendor to specify Vendor to specify 3 PLC Make/ Model Number No‟s of locations 4 System Architecture Type Vendor to specify

169

------

5 Controller Processor Vendor to specify 6 Controller Unit Vendor to specify 7 Memory with Battery Back-up Vendor to specify 8 Memory Update Rate Vendor to specify Vendor to specify 9 Digital Input Module model number Vendor to specify 10 Digital Output Module model number Vendor to specify 11 Signal Isolators / Barriers make/model number 12 Maximum no. of nodes system handle Vendor to specify

13 I/O Points system can handle Vendor to specify Confirmed / Not 14 System Modularity confirmed Confirmed / Not 15 I/O Expandability confirmed Number of Inputs/ Outputs on Digital Input / Output Confirmed / Not 16 16 Cards confirmed Confirmed / Not OPC version offered Vendor to specify confirmed OPC Read / Write License provided for all tags with Confirmed / Not 17 all necessary software confirmed Power Supply, Redundancy in Power Supply, Processor, Processor, Confirmed / Not 18 Communication, Main system. Communication, confirmed Main system Communication (Higher Level: Console level) Confirmed / Not 19 Vendor to Specify Ethernet Switch Type, make, speed confirmed OPC Read / Write License provided for all tags with Confirmed / Not 20 Vendor to Specify all necessary software confirmed Communication (Lower level: Controller level) Confirmed / Not 21 Vendor to Specify Control Capability confirmed Communication (Lower level: Controller level) 22 Control Capability Vendor to Specify Temperature, humidity limitations Confirmed / Not 23 Online replacement of modules possible Required confirmed Communication Bus Speed Confirmed / Not 24 Vendor to Specify Interface with Third party Device confirmed Communication Bus Speed Confirmed / Not 25 Interface with Third party Device MODBUS & OPC confirmed MODBUS interface modules System Sizing, Loading criteria Confirmed / Not 26 Required Heat Load calculations confirmed 27 Power Consumption Required Submitted / Not 28 PLC Supply Voltage/ Frequency 230 V AC/ 50 Hz Submitted 29 Redundant Bulk Power Supply 24 V Vendor to specify Submitted / Not

170

------make Submitted 30 Redundant Bulk Power Supply 24 V Total Rating Vendor to Specify Redundant Bulk Power Supply 24 V number of Confirmed / Not 31 Vendor to Specify modules confirmed Confirmation regarding the minimum 24 VDC power Confirmed / Not 32 at marshalling cabinets > 22 V DC at full load. confirmed Power supply operating load and fault indication at Confirmed / Not 33 Required operator console confirmed Transient/ Static EMI/ RFI, Reverse Polarity Confirmed / Not 34 Required Protection confirmed Confirmed / Not 35 Eng. Station computer (Laptop)Make, Model & Qty Vendor to Specify confirmed Confirmed / Not 36 Eng. Station computer (Laptop) Quantities : 04 No‟s Vendor to Specify confirmed 36 SERVER (if provided) Make & Qty Vendor to Specify 37 OPC/ Historian Make & Qty Vendor to Specify 38 ES Operating System details Vendor to Specify Confirmed / Not 40 System manuals, drawings and documents confirmed Handheld Configurator/ Laptop for system Confirmed / Not 42 Required configuration; Make , Model confirmed Confirmed / Not 43 Display Update Rate 1 second confirmed Confirmed / Not 44 Configuration for ES confirmed Confirmed / Not 45 Laser Jet Color Printer A4 Size Quantities : 21 No‟s confirmed Confirmed / Not 46 Furniture for the offered system Required confirmed Confirmed / Not 47 Base Frame for the PLC console and cabinets Required confirmed Confirmed / Not 48 Total Job Completion Period at Site 8 weeks confirmed Vendor to specify 49 SCADA Software number Vendor to specify 50 List of Software included in the offer number Vendor to specify Confirmed / Not 51 Software License for Tags number confirmed 52 Panel Dimensions Vendor to confirm 53 Panel Make/ Total no. of Panels Vendor to confirm Vendor to confirm Confirmed / Not 54 Interposing Relays with LED indications 110 V AC with type & qty confirmed Vendor to confirm Confirmed / Not 55 Interposing Relays with LED indications 24 VDC with type & qty confirmed Confirmed / Not 56 Coloured Ferrules Required confirmed Confirmed / Not 57 Fused terminals with LED for I/O‟s Required confirmed As per Scope of 58 Cabling strategy Work

171

------Confirmed / Not 59 Communication Cables for the Control system Required confirmed Confirmed / Not 60 Programming language STS confirmed Confirmed / Not 61 Training Program at Vendors place & site as required. Required confirmed Confirmed / Not 62 Testing and Inspection terms confirmed and accepted Required confirmed Confirmed / Not 63 FAT Procedures confirmed and accepted Required confirmed Confirmed / Not 64 SAT procedures confirmed and accepted Required confirmed As per tender Confirmed / Not 65 Guarantee/ Warranty Period Specification confirmed Confirmed / Not 66 List of Mandatory Spares, spare parts Required confirmed As per tender Confirmed / Not 67 Interoperability Specification confirmed As per tender Confirmed / Not 68 System Evolution Plan and Life Cycle to be enclosed Specification confirmed As per tender Submitted / Not 69 Technical Specification understood and confirmed Specification Submitted Confirmed / Not 70 MTBF of System confirmed Submitted / Not 71 MTTR of System Submitted Committed no of years of system support for Submit the logistic Confirmed / Not 72 hardware/software service support letter confirmed Confirmed / Not 73 Scope of works understood and confirmed confirmed As per tender Submitted / Not 74 Codes and Standard Practices understood and accepted Specification Submitted Design Strategy and System Architecture understood As per tender Submitted / Not 75 and accepted Specification Submitted Deviations from the tender specification if any, with As per tender Submitted / Not 76 reasons Specification Submitted As per annexure- Confirmed / Not 77 Input/ Output 1C confirmed As per annexure- 78 Digital Input (Process) with 24 V DC interposing relay 1C Vendor To Specify 79 Number Of Card Offered number Digital Output with 24 V DC interposing relay (Alarm As per annexure- 80 Annunciator) 1C 81 Number Of Card Offered Vendor to Specify 82 Total License offered Vendor to Specify Confirmed / Not 83 License Validity Lifetime confirmed All quoted system modules of system deacidification 84 catalogues and manuals enclosed 85 Total No. of Controller Vendor to Specify 86 Controller Maximum Loading Vendor to Specify

172

------87 Number of IO nest Vendor to Specify 88 Installed spare % Vendor to Specify 89 % Free space available Vendor to Specify 90 Total number of Marshalling Panel Offered Vendor to Specify 91 Total number of PDB panels Offered Vendor to Specify Confirmed / Not 92 20% space in Marshalling Required confirmed Analog repeater: IS Repeater shall be supplied along For all analog / with system. The input of repeater will be4-20ma DC digital IO‟s 93 Required and output shall be two Nos of repeat 4-20 ma DC. Supply voltage 24VDC. COMMUNICATION : Through Redundant Modbus or Required 21 94 PLC system network & additionally through OPC to SCADA server Engineering console/SOE console: Required 01 95 Branded(HP/DELL) with 17” LED display monitors Portable Engineering station: Laptop (17”) with latest Required 04 96 specs for engineering for all four zones OPC server /Historian: OPC server DA2.0 or better & Required 97 latest HDA (Historian) with Hardware firewall; Point license for full system I/O capacity to be provided Type of log reports: Confirmed / Not Event Log report confirmed Hourly log report Shift log reports 98 Daily log reports Required Weekly Log Report Monthly Log Report Instantaneous data report

C: Supply Installation and commissioning Scope confirmations Sl. DESCRIPTION BIDDER Remarks No. confirmation Design and System Engineering of specified system including 1. coordination with GAIL engineers during system definition and engineering. Dismantling of existing PLC panels Hardware Panels, Power 2. Distribution panels, existing relevant field termination, barrier panels, cables and other items. Manufacturing /supply of all hardware & software for 3. complete PLC to meet specified functional requirements. The scope shall include system configuration, system integration, Factory Acceptance Testing (FAT) and Site Acceptance Testing (SAT) of the system. Manufacture and Supply of panels/consoles as per material 4. requisitions including marshalling cabinets, relay cabinets, power supply distribution cabinets, cabinets for mounting of

173

------free issue items, control panels, hardwired consoles along with all accessories and instruments, barriers / signal conditioners, relays, power supply distribution cabinets with accessories duly mounted, wired & tested to meet specified tender requirements. The scope shall include their engineering, wiring, testing, integrated factory testing & acceptance. Supply of all necessary furniture of reputed makes for all the 5. equipment‟s. It shall include 2 Nos. of computer tables with proper chairs for Engineering station and Operating station respectively as a minimum. Supply of Spares as per spare philosophy given in this tender. 6.

Supply of all necessary cables-communication & power 7. required for satisfactory commissioning of the system. Supply of necessary hardware, software, cables & Engineering required for the integration of SCADA system. Installation of bidder supplied instruments and equipments 8. including cabinets, consoles rack, equipments, free issued instruments and panels specifically in material requisition. Installation of PT, DPT & TT instruments supplied by Gail as per annexure-1A & 1C. and cabling and commissioning of the transmitters are bidder scope.  Instrument tubing & fittings, 2” pipe mounting stands and other fixtures for PT & DPT transmitters, TT along with RTD & Thermowell spiral wound metallic gasket 1.5” 150# shall be scope of bidder.  Multi core Cables/ Single pair signal, communication & power cables supply as per annexure-1D quantities, laying from field instruments to control panels terminations, along with Field junction box are the scope of bidder.  UPS/non-UPS power supply cabling from PD panels to Instrumentation control panel including cabling, terminations are the scope of bidder. Supply and erecting of proper cable trays, tray supports, wherever is applicable.

a) Inter-wiring between new PLC panels as well existing panels, barrier panel and marshalling panels. Bidder to note that all the panels is going to be housed in existing control Room. b) Necessary wiring required for connecting all the signals to the Bidder‟s PLC from marshalling panel are to be supplied by the Bidder. c) Glanding, ferruling & termination of all field instruments

174

------cabling as per the as annexure1A & Annexure-1C and inter connecting cables in control Room & junction boxes. Supply of Required quantities of Ex-proof junction boxes and installation are scope of bidder

d) Supply and laying of system cables & prefabricated cable and wiring within control room.

e) Supply and laying of power cables between New PDB panel and system panels / other panels within control room.

f) Supply of all accessories for installation including trays, conduits, fasteners, channel frame, glands for all cables at control room, cables & wires as necessary. g) Coordination with owner during installation, cable core identification and termination.

Bidder to visit site to estimate the quantity of cables required 10. and include the same in their scope. Bidder shall provide any additional quantity required during the execution of the project at no extra cost.

Field Testing, loop checking which shall include interlock 11. simulation, commissioning & final acceptance of complete system. This includes coordination with owner during above- mentioned activities. Documentation, Training of GAIL personnel, Warranty and 12. Post-Warranty Maintenance etc.

Erection, Testing & Commissioning of the entire system at 13. site during the annual shutdown. (The duration and date of shutdown will be informed later.) Supply, Erection, Testing & Commissioning of other 14. miscellaneous items as per specifications.

Calibration masters shall be NABL certified for Multimeter, 16. Current loop calibrators ,Multifunction calibrators

175

------Annexure-1H: Junction boxes, Cable specifications and additional Instrumentation Control PLC Panel additional Specifications

Control Panel additional Specifications: Sr. Item descriptions Detail Specifications No. 1 Location 21 No‟s of GAIL terminals As per Annexure-1A 2 Floor Concrete 3 Air conditioning No, panel operating temperature is Max-55 Deg C Control Panels 1 Nos. for each terminal location for 21 No‟s of panels for 21 No‟s of 4 Quantity GAIL Cauvery Basin sites 5 Make Reputed make as per standard 6 Type Self supported, free standing, enclosed cubicle and non-graphic 7 No. of panel sections Single panel per each sites and 21 No‟s of Panels (2000) mm(H) x 800 mm(W) x 600 mm(D) approx.. 8 Panel dimension during detailed engineering actual will be approved 9 Construction Customized construction system (5 fold) 10 a) Main frame structure: 3mm CRCA 11 b) Side sheet: 1.5mm CRCA 12 c) Top sheet: 1.5mm CRCA 13 d) Front door: 2mm CRCA Material 14 e) Rear door: 2mm CRCA 15 f) Base frame: ISMC 100 Channel 16 g) C.G. Plate: 2mm CRCA 17 h) Mounting plate: 3mm CRCA 18 Cable entry Bottom Doors of individual panels shall be hinged to swing through 180 Degree. 19 Doors It should be possible to lift the doors off their hinges. Doors shall be opened by clip-down handle with push button insert( no lock keys ) 20 1 Nos. Front (with cut-outs as per attached drawing) Mounting Plate 21 2 Nos. on both sides (max. size) 22 Gasket PU form for door 23 Antivibration pads 15mm thick 24 Access From front & rear 25 Ventilation With louvers Folding Tray for Folding tray on rear door of panel. Size of folding tray should be 26 laptop sufficient enough to keep laptop on tray. 27 File Pocket File pocket on rear door of the panel 28 2 coat epoxy & final coat PU paint 29 a) External: RAL 7032 Siemens Grey (Non glossy high satin finish) Finishing-Painting 30 b) Internal: RAL 7032 Siemens Grey (Non glossy high satin finish) 31 c) Base frame: Black

176

------d) Mounting plate: RAL 7032 Siemens Grey (Non glossy high satin 32 finish)

CABLE SPECIFICATIONS: ARMOURED SIGNAL CABLE SPECIFICTION SHEET

Manufacturer Reputed make as per standard Voltage Grade 600 volts Description 2 core*1.5sq.mm & 2 cores*1.5sqmm Conductor Stranded EC grade bare copper Conductor type Multistrand Twist Number of Twists shall not be less than 8 Per Meter. Insulation PVC type C Overall Thick aluminium backed Mylar tape shielding

Inner jacket FR PVC type ST2 as per IS 5831 / 84 Outer jacket FR PVC type ST2 as per IS 5831 / 84 Laying All the cores laid up together Armoured Galvanised steel wire 0.9 mm dia

GENERAL

ARMOURED POWER CABLE SPECIFICTION SHEET Manufacturer Reputed make as per standard Voltage Grade 600 volts Description 2 core * 1.5 sq. mm Conductor Stranded EC grade bare copper Twist Number of Twists shall not be less than 8 Per Meter. Conductor type Multistrand Insulation PVC type C

Inner jacket FR PVC type ST2 as per IS 5831 / 84 Outer jacket FR PVC type ST2 as per IS 5831 / 84 Laying All the cores laid up together Armouring Galvanised steel wire 0.9 mm dia

GENERAL

SPECIFICATION SHEET FOR Ex-PROOF JUNCTION BOX: Manufacturer Reputed make as per standard Weatherproof IP:66 Degree of protection as per IS/IEC:60529 (2001)

Flameproof Zone 1 & 2 ,Zone-22 , Gas Group IIA/IIB as per Flameproof IS/IEC 60079-I (2007) & Temp class T6 Mounting Arrgt. Wall/vertical mount Size of junction 250 x 200 x 190 mm (Internal size) +/- 30mm -- during box detailed engineering actual will be approved

GENERAL

177

------Access Front glass door which shall be hinged type Door Lock Allen bolt lock Cable Entry Bottom No. of Cable entry 6 nos. 3/4" ET -- during detailed engineering actual will be & size approved Gasket O' Ring endless Neoprene rubber gasket CIMFR (Central Institute of Mining and Fuel Approval Research)/PESO Manufacturer Reputed make as per standard IP:66 Degree of protection as per IS-12063/1987 [IEC Weatherproof 60529(1989)] Flameproof Zone-1 & 2, Gas Groups - I, IIA & IIB as per IS Flameproof 2148/2004 & Temp Class T3 Mounting Arrgt. Horizontal Size of junction 750 x 500 x 260 mm ( Internal size) +/-30mm -- during box detailed engineering actual will be approved Access Top door which shall be hinged type Door Lock Allen bolt lock Cable Entry Side location No. of cable entry 7 nos. 3/4" ET -- during detailed engineering actual will be & size approved Gasket O' Ring endless Neoprene rubber gasket

GENERAL Approval CIMFR (Central Institute of Mining and Fuel Research)

ARMOURED Multi Core (single pair) Armoured cable for Digital signal

1 Cable type Armoured multi strand copper cable

2 No. of core and size Single pair and 1.5 Sqr.MM

3 Cable Gland Double compression type for FLP area

4 Preferable make TORRENT/KEC/FINOLEX/HAVELS/

5 Voltage capacity 650/1100 V

6 Insulation Material PVC Insulated 7 Inner Sheath/outer Sheath Extruded PVC wrapped / PVC Sheathed

CENELEC / ATEX / FM/UL/MED/DNV/IECEx 8 Hazardous Area Certifications /BASEEFA with valid certificate from approved

178

------Statutory Authority

IS-5831 PVC Insulation & Sheath for Electric Standards for compliance Cables. IS-1554 PVC Insulated Heavy Duty 9 Cables.

10 Hazardous Area Classification Class1 Div1 Group IIA, IIB C&D

Cable Length for each site As per Annexure-1D 11 locations

ARMOURED Multi Core (12core) Armoured cable for Digital signal 1 Cable type Armoured multi strand copper cable 2 No. of core and size 12 core minimum and 2.5 Sqr.MM 3 Cable Gland Double compression type for FLP area 4 Preferable make TORRENT/KEC/FINOLEX/HAVELS/ 5 Voltage capacity 650VDC / 1100 VAC 6 Insulation Material PVC Insulated 7 Inner Sheath/outer Sheath Extruded PVC wrapped / PVC Sheathed CENELEC / ATEX / FM/UL/MED/DNV/IECEx 8 Hazardous Area Certifications /BASEEFA with valid certificate from approved Statutory Authority 9 Standards for compliance IS-1554 PVC Insulated Heavy Duty Cables. 10 Hazardous Area Classification Class1 Div1 Group B C&D Cable Length for each site 11 As per Annexure-1D locations

179

------Annexure-1J

CERTIFICATE FOR LOGISTIC SUPPORT

(TO BE SIGNED BY BIDDER'S PRINCIPAL CORPORATE LEVEL SIGNATORY ON BIIDERSCOMPANY LETTER HEAD)

1. We, M/S ______confirms that the supplied system and supplied subsystems quoted by us for GAIL, CAVERY BASIN against Requisition No. ______shall continue to be supported by us. The quoted system shall not be withdrawn from Indian market. 2. Further confirm that in case of placement of order against this requisition, we shall provide backup, engineering, maintenance support and spare parts support of complete system to GAIL for a period of minimum 10 years from the date of placement of order. 3. Spares will be directly supplied by us & not through our authorized representative/ channel partner/ Dealer/ Stockist/ Indian associates or representative.

(SIGNATURE WITH SEAL)

180

------

ANNEXURE-B GAIL INDIA LIMITED, CAUVERY BASIN NATURAL GAS DISTRIBUTION SYSTEM, KARAIKAL BILL OF MATERIAL DETAILS FOR SUPPLY OF INSTRUMENTATION CONTROL PANELS FOR 21 NO's TERMINALS FOR SCADA CONNECTIVITY IN CAUVERY BASIN ( TERMINAL WISE BOM ANNEXURES - B1 TO ANNEXUE - B21) DESIGN, FABRICATION, SUPPLY, INSTALLATION & COMMISSIONING OF INSTRUMENTATION CONTROL PANEL FOR REMOTE AUTOMATION FOR 21 NO'S OF PROJECT NGPL DISTRIBUTION NETWORK TERMINALS AND SCADA SYSTEM IN GAIL, CAUVERY BASIN

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B1 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/001/NRMGCS COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, NARIMANAM GCS TERMINAL, NARIMANAM ZONE

Sr. item Description No. Item name Qty (nos.) Make

PLC system with 28 AI, 15 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 1 PLC system 1 Standard 485 with DNP 3.0/Modbus protocol control panel enclosure along with barriers for analog input and outputs,Splitters for analog input for H2O & H2S analyzers, Relay Control panel cards for digital input and outputs, with other 230 VAC to 24 VDC power supply, 2 1 Standard required 5.6" HMI, Ethernet Switch, VPN accessories based GPRS gateway, serial/Ethernet to OFC converter, push buttons & 2-way selector switch, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 3 FCG/Ex-protecta/ and exproof glands for field accessories Standard terminations AI 1-pair Armored cable in Mtrs. 800 DI 1-pair Armored cable in Mtrs 500 KEI/Polycab/Udey AI 12-pair Armored cable in Mtrs. 500 Control and pyro/suyog/standard 4 DI 12-pair Armored cable in Mtrs. 300 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 1400 Standard X 2 mm) in Mtrs

181

------

Cable Tray with stanchion(100 X 25 800 X 2 mm) in Mtrs

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B2 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/002/LANCO COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, CPCL RECEIVING TERMINAL, NARIMANAM ZONE. Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 400 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 100 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 800 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 200

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B3 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/003/TVR6-EPS COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA

182

------

TERMINAL NAME GAIL, TVR6-EPS RECEIVING TERMINAL, NARIMANAM ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters for analog input for H2O analyzers, 2 Relay cards for digital input and 1 Standard Ex-Proof JB with outputs, 230 VAC to 24 VDC power other required supply, 5.6" HMI, VPN based GPRS accessories gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Baliga/Sudhir/ other accessories, TBs, DIN rails 3 2 FCG/Ex-protecta/ and exproof glands for field Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 100 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 500 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 300

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B4 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/004/HOEC COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL,HOEC TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 12 AI, 26 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 1 PLC system with DNP 3.0/Modbus protocol, 1 Standard

183

------control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for Control panel analog input and outputs, Relay with other cards for digital input and outputs, 2 1 Standard required 230 VAC to 24 VDC power supply, accessories 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof accessories Standard glands for field terminations AI 1-pair Armored cable in Mtrs. 300 DI 1-pair Armored cable in Mtrs 300 AI 12-pair Armored cable in Mtrs. 200 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 300 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 300 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 1000 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 500

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B5 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/005/LANCO COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, KUTHALAM LANCO RECEIVING TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for Control panel analog input and outputs,Splitters with other for analog input for H2O analyzers, 2 1 Standard required Relay cards for digital input and accessories outputs, 230 VAC to 24 VDC power supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs,

184

------Lugs, name plates,lugs,

Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 400 DI 1-pair Armored cable in Mtrs 200 KEI/Polycab/Udey AI 12-pair Armored cable in Mtrs. 300 pyro/suyog/standard DI 12-pair Armored cable in Mtrs. 300 Control and 4 RTD 4C x 1.5 sq.mm Armored cable 100 signal cables Cable Tray with stanchion(50 X 25 700 X 2 mm) in Mtrs Standard Cable Tray with stanchion(100 X 25 600 X 2 mm) in Mtrs

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B6 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/006/KUT-DT COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, KUTHALAM DISTRIBUTION TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 5 AI, 2 AO 15 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for Control panel analog input and outputs, Relay with other cards for digital input and outputs, 2 1 Standard required 230 VAC to 24 VDC power supply, accessories 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof Ex-proof junction box along with Baliga/Sudhir/ 3 junction box & other accessories, TBs, DIN rails 2 FCG/Ex-protecta/ accessoriess and exproof glands for field Standard

185

------terminations

AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 100 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 600 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 200

GAIL/CB/INST/SCADA/2017- BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B7 REFERENCE 18/BOM/007/KUT- SUPPLY) TANGEDCO COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, KUTHALAM TANGEDCO RECEIVING TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 3 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 300 DI 1-pair Armored cable in Mtrs 200 Control and KEI/Polycab/Udey 4 AI 12-pair Armored cable in Mtrs. 200 signal cables pyro/suyog/standard DI 12-pair Armored cable in Mtrs. 200 1-pair Armored PWR cable in Mtrs. 200

186

------

RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 800 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 400

BILL OF MATERIAL (VENDOR SCOPE GAIL/CB/INST/SCADA/2017- ANNEXURE - B8 REFERENCE SUPPLY) 18/BOM/008/SV-MMT COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, SV-MAMATHUR TERMINAL

Sr. item Description No. Item name Qty (nos.) Make

Enhancement of existing PLC system with addition of 5 AI, 12 DI, 1 PLC system 5 DO 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for Control panel analog input and outputs, Relay with other cards for digital input and outputs, 2 1 Standard required 230 VAC to 24 VDC power supply, accessories 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 1 FCG/Ex-protecta/ and ex-proof glands for field accessories Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 100 KEI/Polycab/Udey AI 12-pair Armored cable in Mtrs. 100 pyro/suyog/standard DI 12-pair Armored cable in Mtrs. 200 Control and 4 RTD 4C x 1.5 sq.mm Armored cable 100 signal cables Cable Tray with stanchion(50 X 25 400 X 2 mm) in Mtrs Standard Cable Tray with stanchion(100 X 25 300 X 2 mm) in Mtrs

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B9 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/009/RMD-DT COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA

187

------

TERMINAL NAME GAIL, RAMNAD DISTRIBUTION TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 3 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 300 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 200 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 700 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 400

GAIL/CB/INST/SCADA/2017- BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B10 REFERENCE 18/BOM/010/RMD- SUPPLY) TANGEDCO COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, RAMNAD TANGEDCO RECEIVING TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard

188

------control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 3 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 300 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 200 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 200 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 800 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 400

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B11 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/011/SRPCL-RMD COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, RAMNAD SRPCL RECEIVING TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for Control panel analog input and outputs,Splitters with other 2 for analog input for H2O analyzers, 1 Standard required Relay cards for digital input and accessories outputs, 230 VAC to 24 VDC power supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC

189

------converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs,

Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 100 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 50 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 550 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 200

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B12 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/012/AKM-GCS COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, ADIYAKKAMANGALAM GCS TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs,

190

------Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 4 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 500 DI 1-pair Armored cable in Mtrs 300 AI 12-pair Armored cable in Mtrs. 300 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 600 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 200 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 1100 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 900

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B13 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/013/KMP-GCS COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, KAMALAPURAM GCS TERMINAL, AKM ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 4 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 500 Control and DI 1-pair Armored cable in Mtrs 300 KEI/Polycab/Udey 4 signal cables AI 12-pair Armored cable in Mtrs. 300 pyro/suyog/standard DI 12-pair Armored cable in Mtrs. 600

191

------

1-pair Armored PWR cable in Mtrs. 100 RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 1000 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 900

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B14 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/014/NLM-GCS COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, NANNILAM GCS TERMINAL, AKM ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 100 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 500 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 300

192

------

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B15 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/015/NALLUR-DT COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, NALLUR DESPATCH TERMINAL, AKM ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 100 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 500 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 300

GAIL/CB/INST/SCADA/2017- BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B16 REFERENCE 18/BOM/016/TMK- SUPPLY) TANGEDCO COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, THIRUMAKOTTAI TANGEDCO RECEIVING TERMINAL, AKM ZONE Sr.No. Item name item Description Qty (nos.) Make

193

------PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 300 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 200 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 700 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 400

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B17 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/017/BVG-DT COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL , BUVANAGIRI DESPATCH TERMINAL Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard

194

------control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 100 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 500 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 300

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B18 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/018/BVG-NEYSER COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, NEYCER RECEIVING TERMINAL, BUVANAGIRI ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs,

195

------Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 100 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 200 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 500 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 300

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B19 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/019/PPCL COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, PPCL RECEIVING TERMINAL, NARIMANAM ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters Control panel for analog input for H2O analyzers, with other 2 Relay cards for digital input and 1 Standard required outputs, 230 VAC to 24 VDC power accessories supply, 5.6" HMI, VPN based GPRS gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Ex-proof Baliga/Sudhir/ other accessories, TBs, DIN rails 3 junction box & 2 FCG/Ex-protecta/ and exproof glands for field accessoriess Standard terminations AI 1-pair Armored cable in Mtrs. 200 DI 1-pair Armored cable in Mtrs 200 Control and KEI/Polycab/Udey 4 AI 12-pair Armored cable in Mtrs. 100 signal cables pyro/suyog/standard DI 12-pair Armored cable in Mtrs. 100 1-pair Armored PWR cable in Mtrs. 200

196

------

RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 700 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 200

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B20 REFERENCE GAIL/CB/INST/SCADA/2017- SUPPLY) 18/BOM/020/HENKEL COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, HENKEL GAS DISTRIBUTION TERMINAL, NARIMANAM ZONE Sr. item Description No. Item name Qty (nos.) Make

PLC system with 28 AI, 15 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 1 PLC system 1 Standard 485 with DNP 3.0/Modbus protocol Ex-proof junction box along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs, Relaycards for digital input and 2 1 Standard outputs, 230 VAC to 24 VDC power Ex-Proof JB with supply, 5.6" HMI, VPN based GPRS other required gateway, serial/Ethernet to OFC accessories converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs Ex-proof junction box along with Baliga/Sudhir/ other accessories, TBs, DIN rails 3 2 FCG/Ex-protecta/ and exproof glands for field Standard terminations AI 1-pair Armored cable in Mtrs. 300 DI 1-pair Armored cable in Mtrs 200 AI 12-pair Armored cable in Mtrs. 100 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 150 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 100 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 700 X 2 mm) in Mtrs Standard Cable Tray with stanchion(100 X 25 250 X 2 mm) in Mtrs

197

------

BILL OF MATERIAL (VENDOR SCOPE ANNEXURE - B21 REFERENCE SUPPLY) GAIL/CB/INST/SCADA/2017- 18/BOM/021/SRCML COMPANY GAIL ( INDIA) Limited, Cauvery basin DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR SUPPLY - SCOPE REMOTE AUTOMATION AND SCADA TERMINAL NAME GAIL, SRCML RECEIVING TERMINAL, NARIMANAM ZONE Sr.No. Item name item Description Qty (nos.) Make

PLC system with 6 AI, 12 DI, 5 DO with 1 - ENET & 1 - RS 232 & 4- RS 485 with DNP 3.0/Modbus 1 PLC system protocol, 1 Standard control panel enclosure along with indicaiton lamps, push buttons, 2- way selector switches, Barriers for analog input and outputs,Splitters for analog input for H2O analyzers, 2 Relay cards for digital input and 1 Standard Ex-Proof JB with outputs, 230 VAC to 24 VDC power other required supply, 5.6" HMI, VPN based GPRS accessories gateway, serial/Ethernet to OFC converter, TBs, Fuse TBs, MCBs, Lugs, name plates,lugs, Ex-proof junction box along with Baliga/Sudhir/ other accessories, TBs, DIN rails 3 1 FCG/Ex-protecta/ and exproof glands for field Standard terminations AI 1-pair Armored cable in Mtrs. 50 DI 1-pair Armored cable in Mtrs 50 AI 12-pair Armored cable in Mtrs. 50 KEI/Polycab/Udey DI 12-pair Armored cable in Mtrs. 50 pyro/suyog/standard Control and 1-pair Armored PWR cable in Mtrs. 200 4 signal cables RTD 4C x 1.5 sq.mm Armored cable 100 Cable Tray with stanchion(50 X 25 X 2 mm) in Mtrs 400 Standard Cable Tray with stanchion(100 X 25 X 2 mm) in Mtrs 100

198

------

SECTION – VI

PRICE SCHEDULE

[Note:  Price schedule in MS Excel to be downloaded from e-tender portal under “Step 3: See Notes and Attachments  Attachments/SOR”. A copy in PDF is also available in tender. However, Bidders are requested to use excel format for filling prices].

****

199 SECTION-VI SCHEDULE OF RATES (SOR) TENDER NO: GAIL/KKL/77862/ 8000014918/TS SUPPLY INSTALLATION & COMMISSINING OF INSTRUMENTATION CONTROL PANELS FOR SCADA IN GAIL CAUVERY BASIN Please fill the unit rate in highlighted Yellow colour and upload in the notes & attachment section of GAIL e-portal only A B C E F G H I J K BASIC UNIT RATE inc. FRIEGHT GST TOTAL HSN/SAC RATE (INR) (G+H+I) S. No. Item Description UOM QTY Packing, AMOUNT (INR) Code (INR) Forwarding(INR) (INR) (INR) JxF DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 1 REMOTE AUTOMATION AND SCADA FOR GAIL, NARIMANAM GCS TERMINAL, EA 1 0.00 0.00 0.00 NRM-ZONE, AS PER BOM ANNEXURE - B1. Lum-sum charges for installation and commissioning of Instrumentation EA 1 0.00 0.00 0.00 control panel and at GAIL,NARIMANAM DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 2 REMOTE AUTOMATION AND SCADA FOR GAIL, CPCL DISTRIBUTION TERMINAL, EA 1 0.00 0.00 0.00 NRM ZONE, AS PER BOM ANNEXURE - B2. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at CPCL EA 1 0.00 0.00 0.00

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 3 REMOTE AUTOMATION AND SCADA FOR GAIL, TVR6-EPS TERMINAL, EA 1 0.00 0.00 0.00 ADIYAKKAMANGALAM ZONE AS PER BOM ANNEXURE - B3.

Lum-sum chargese for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at GAIL TVR6-EPS(TVR)

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 4 REMOTE AUTOMATION AND SCADA FOR GAIL, HOEC DESPATCH TERMINAL, EA 1 0.00 0.00 0.00 KUTHALAM ZONE AS PER BOM ANNEXURE - B4. Lum-sum chargese for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at HOEC EA 1 0.00 0.00 0.00

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 5 REMOTE AUTOMATION AND SCADA FOR GAIL, LANCO RECEIVING TERMINAL, EA 1 0.00 0.00 0.00 KUTHALAM ZONE AS PER BOM ANNEXURE - B5. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at LANCO EA 1 0.00 0.00 0.00 DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 6 REMOTE AUTOMATION AND SCADA FOR GAIL, GAIL KUTHALAM DT, EA 1 0.00 0.00 0.00 KUTHALAM ZONE AS PER BOM ANNEXURE - B6.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at GAIL KUTHALAM DT

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 7 REMOTE AUTOMATION AND SCADA FOR GAIL, TANGEDCO RECEIVING EA 1 0.00 0.00 0.00 TERMINAL, KUTHALAM ZONE AS PER BOM ANNEXURE - B7.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at TANGEDCO KUTHALAM RT DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 8 REMOTE AUTOMATION AND SCADA FOR GAIL, SV-MEMATHUR TERMINAL, EA 1 0.00 0.00 0.00 KUTHALAM ZONE AS PER BOM ANNEXURE - B8. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at SV-Memathur EA 1 0.00 0.00 0.00

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 9 REMOTE AUTOMATION AND SCADA FOR GAIL, RAMNAD DESPATCH TERMINAL, EA 1 0.00 0.00 0.00 RAMNAD ZONE AS PER BOM ANNEXURE - B9. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at GAIL RMD DT EA 1 0.00 0.00 0.00

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 10 REMOTE AUTOMATION AND SCADA FOR GAIL, TANGEDCO RECEIVING EA 1 0.00 0.00 0.00 TERMINAL, RAMNAD ZONE AS PER BOM ANNEXURE - B10.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at TANGEDCO RMD, RT

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 11 REMOTE AUTOMATION AND SCADA FOR GAIL, SRPCL RECEIVING TERMINAL, EA 1 0.00 0.00 0.00 RAMNAD ZONE AS PER BOM ANNEXURE - B11.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at SAI REGENCY - SRCPL

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 12 REMOTE AUTOMATION AND SCADA FOR GAIL, ADIYAKKAMANGALAM GCS EA 1 0.00 0.00 0.00 TERMINAL, AKM ZONE AS PER BOM ANNEXURE - B12.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at GAIL Adaikamangalam (AKM)

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 13 REMOTE AUTOMATION AND SCADA FOR GAIL, KAMALAPURAM GCS EA 1 0.00 0.00 0.00 TERMINAL, AKM ZONE AS PER BOM ANNEXURE - B13.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at GAIL,KMP( Kamalpuram)

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 14 REMOTE AUTOMATION AND SCADA FOR GAIL, NANNILAM GCS TERMINAL, EA 1 0.00 0.00 0.00 AKM ZONE AS PER BOM ANNEXURE - B14.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at GAIL NLM(Nanneelam) DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 15 REMOTE AUTOMATION AND SCADA FOR GAIL, NALLUR DESPATCH TERMINAL, EA 1 0.00 0.00 0.00 AKM ZONE AS PER BOM ANNEXURE - B15. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at NALLURU DT EA 1 0.00 0.00 0.00

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 16 REMOTE AUTOMATION AND SCADA FOR GAIL, THIRUMAKOTTAI TANGEDCO EA 1 0.00 0.00 0.00 RECEIVING TERMINAL, AKM ZONE AS PER BOM ANNEXURE- B16. Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at TANGEDCO TIRUMAKOTTAI (TMK) DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 17 REMOTE AUTOMATION AND SCADA FOR GAIL, BUVANAGIRI DESPATCH EA 1 0.00 0.00 0.00 TERMINAL, BUVANAGIRI AS PER BOM ANNEXURE - B17.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at GAIL BHUVANAGIRI (BVG) DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 18 REMOTE AUTOMATION AND SCADA FOR GAIL, NEYCER RECEIVING TERMINAL, EA 1 0.00 0.00 0.00 BUVANAGIRI AS PER BOM ANNEXURE - B18. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at NEYCER EA 1 0.00 0.00 0.00 DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 19 REMOTE AUTOMATION AND SCADA FOR GAIL, PPCL RECEIVING TERMINAL, EA 1 0.00 0.00 0.00 NRM-ZONE, AS PER BOM ANNEXURE - B19. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at PPCL EA 1 0.00 0.00 0.00

DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 20 REMOTE AUTOMATION AND SCADA FOR GAIL, HENKEL DISTRIBUTION EA 1 0.00 0.00 0.00 TERMINAL, NRM-ZONE, AS PER BOM ANNEXURE - B20. Lum-sum charges for installation and commissioning of INSTRUMENTATION CONTROL PANEL systems at Henkal EA 1 0.00 0.00 0.00 DESIGN, FABRICATION & SUPPLY OF INSTRUMENTATION CONTROL PANEL FOR 21 REMOTE AUTOMATION AND SCADA FOR GAIL, SRCML RECEIVING TERMINAL, EA 1 0.00 0.00 0.00 NRM-ZONE, AS PER BOM ANNEXURE - B21.

Lum-sum charges for installation and commissioning of INSTRUMENTATION EA 1 0.00 0.00 0.00 CONTROL PANEL systems at SRCML AT NARIMANAM ZONE NOTE: Total 0.00 1) The items must be read in conjunction with Scope of Work/Supply, SCC & other terms and conditions of the E-Tender Document. 2) Bidders are requested to fill their Price in this Price Schedule only. Freight mentioned above shall be considered exclusive of taxes. 3) If any of the column above is left blank or any of the item above is not quoted by the bidder, their bid shall not be considered for further evaluation and shall 4) BIDDERS ARE ADVISED TO SUBMIT A COPY OF THIS SCHEDULE OF RATES (SOR) WITHOUT ANY RATES (WHIICH WILL BE LEFT BLANK) DULY SIGNED AND STAMPED ALONG WITH UNPRICE BID (TECHNO-COMMERCIAL). PRICES MUST BE FILLED EXACTLY IN THE FORMAT FOR "PRICE SCHEDULE/SCHEDULE OF RATES [SOR]". IF QUOTED IN SEPARATE TYPED SHEETS AND ANY VARIATION IN ITEM DESCRIPTION, UNIT, QUANTITY, ANY CONDITIONS OF SOR ETC. IS NOTICED, THE BID IS LIABLE TO BE REJECTED.

Name of authorized person submitting the tender on behalf of the Bidder (s): Designation of authorized person: Name of firm: Date: