TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER REGION

DOMESTIC COMPETITIVE BIDDING

BID DOCUMENT NO.:

GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

TENDER DOCUMENT FOR PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

DUE DATE & TIME FOR BID SUBMISSION : 09.07.2019 at 15:00 HRS IST

DUE DATE & TIME FOR BID OPENING : 09.07.2019 at 16:30 HRS IST

Phone: +91-5683-282355, Ext. – 1380 E-mail- [email protected] Fax: +91-5683-282446, +91-11-26185941-5509 Website: www.gailonline.com TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------NOTE Firm registered as Micro or Small Enterprise and submits bid as a MANUFACTURER is only entitled for MSE Benefits under Public Procurement Policy‟2012. Note: Traders/Dealers/Distributors/Stockiest/Wholesaler are not entitled for MSE Benefits under Public Procurement Policy’2012. Further, bidder is required to refer clause no. 40 of Instruction to Bidders (ITB) for details regarding documents to be submitted along with the certification/attestation to be carried out to avail MSE benefits under Public Procurement Policy‟2012.

- 2 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------SUBMISSION OF EMD THROUGH ONLINE BANKING TRANSACTION I.E. IMPS/NEFT/RTGS ETC.

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 Pata. Also, bidder can submit the EMD through online banking transaction i.e. IMPS/NEFT/RTGS etc. NOTE: While making online transaction, please indicate tender no. as reference no. Details of GAIL‟s Bank are as under-

Account Holder Name : GAIL INDIA LIMITED Bank Name : STATE BANK OF INDIA Branch Name /branch code : PATA (01937) , 01937 STATE BANK OF INDIA,UPPCC, PATA, Branch Address (incl Pin code) : DISTT. , UP-206241 9 Digit MICR No. of Bank and Branch : 206002020 Account Type : OD Account Number (as appearing on cheque book) : 00000032775166003 IFSC Code of the Branch (For RTGS) : SBIN0001937 IFSC Code of the Branch (For NEFT) : SBIN0001937

- 3 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

SECTION-I

INVITATION FOR BID (IFB)

- 4 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------SECTION-I "INVITATION FOR BID (IFB)”

Ref. No. GAIL/AU19/81386/83730/85252/3400007960/SS 17.06.2019 To,

Bidders

SUB: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION UNDER DIBIYAPUR REGION

Dear Sir/Madam,

1.0 GAIL (India) 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 , 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:

PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER SCOPE OF SUPPLY/ (A) PROCUREMENT DIBIYAPUR REGION UNDER DIBIYAPUR REGION Refer Section V & VI for details

GAIL/AU19/81386/83730/85252/3400007960/SS (B) TENDER NO. & DATE (E-TENDER NO: 8000014901) DATED: 17.06.2019

Two –bid Limited Domestic Competitive Bidding. Bids to be submitted only through GAIL‟s e- Procurement Portal (e-Portal)- https://etender.gail.co.in (C) TYPE OF BIDDING SYSTEM (For necessary/security setting in your PC and detailed instruction regarding e-tendering process, please read „Ready Reckoner‟, FAQs and “Help Document” available on above mentioned website)

- 5 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------CONTRACTUAL DELIVERY (D) Please see Special Conditions of Contract (SCC) DATE SOR PART EMD VALUE A Rs.2,65,000.00 B Rs.74,000.00 C Rs.12,000.00 D Rs.29,000.00 E Rs.14,000.00 F Rs.18,000.00 If Quoting for More than 1 part of SOR, cumulative value of EMD is required to submit.

Note:

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 Pata.

BID SECURITY / EARNEST Bidder can also submit the EMD through online (E) MONEY DEPOSIT (EMD) banking transaction i.e. IMPS/NEFT/RTGS etc.

Details of GAIL‟s Bank is mentioned in IFB

NOTE: While making online transaction, please indicate reference no as EMD/8000014901/SS

Bidders seeking preference and exemption for EMD/Bid Security under MSMED Act 2006 are required to refer PPP at Section-III of tender document for complete details.

(Refer clause no. 9 of ITB & BDS for details)

EMD is not applicable for Start-ups. (as defined in Gazette Notification No. D.L-33004/99 dated 18.02.2016 and 23.05.2017 of Ministry of Commerce and Industry)

(Refer clause no.16 of ITB) From 17.06.2019 (18:00 Hrs. IST) to 09.07.2019 (15:00 Hrs. IST) on following websites: AVAILABILITY OF TENDER (F) DOCUMENT ON WEBSITE(S) (i) GAIL‟s Tender Website – www.gailtenders.in

- 6 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(ii) Govt. CPP Portal - https://eprocure.gov.in

(iii) GAIL‟s e-Procurement Portal (e- Portal)- https://etender.gail.co.in

Government E-Market (Gem) Portal

DATE, TIME & VENUE OF Date:24.06.2019 PRE-BID MEETING Time: 11:00 Hrs. (G) Venue : GAIL, HVJ Compressor Station Dibiyapur, Auraiya Date : 09.07.2019 (H) BID DUE DATE AND TIME Time : 15:00 Hrs. IST

DATE, & TIME OF UN-PRICED Date : 09.07.2019 (I) BID OPENING Time : 16:30 Hrs. IST Ms. Smita Soni Sr. Manager (C&P) (J) CONTACT DETAILS Email: [email protected] Ph +91 05683 282355 Extn: 1380 Vaibhav Shrivastava ALTERNATE CONTACT Manager (C&P) (K) PERSON(S) E-mail : [email protected] Ph: 05683 – 282355, Extn: 1382 GAIL DIBIYAPUR GST NO. 09AAACG1209J1ZU (L)

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 of Bid Submission, to the address mentioned in Bid Data Sheet (BDS):-

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

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.

- 7 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------6.0 Any bidder, who meets the Bid Evaluation Criteria (BEC) and wishes to quote against this Tender Document, may download the complete Tender Document along with its amendment(s) if any from websites as mentioned at 2.0 (F) of IFB and submit their Bid complete in all respect as per terms & conditions of Tender Document on or before the Bid Due Date & Time.

7.0 Bid 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 and in total compliance of Scope of Supply /Specification(s) as specified in Tender Document.

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

9.0 All the bidders including those who are not willing to submit their bid are required to submit F-6 (Acknowledge cum Consent letter) duly filled within 07 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.

This is not an Order.

For & on behalf of

GAIL (India) Limited (Authorized Signatory)

(Smita Soni) Sr. Manager (C&P) Phone No. & Extn :05683-282355 (EXT. 1380) E-mail : [email protected]

- 8 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

FOR SUBMISSION OF EMD AND OTHER DOCUMENTS WHICH REQUIRED IN HARD COPY

DO NOT OPEN - THIS IS A QUOTATION

Bid Document No.: GAIL/AU19/81386/83730/85252/3400007960/SS

E-Tender No. 8000014901

Description: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Bid Due Date& Time : 09.07.2019 at 15:00 HRS IST

From: To:

…………………………………… GAIL (INDIA) LIMITED, HVJ COMPRESSOR STATION, …………………………………… P.O.-DIBIYAPUR, DISTT-AURAIYA (U.P.) PIN-206244- INDIA

(To be pasted on the envelope containing Physical documents)

- 9 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

SECTION-II

BID EVALUATION CRITERIA & EVALUATION

METHODOLOGY

- 10 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------SECTION-II

BID EVALUATION CRITERIA & EVALUATION METHODOLOGY

BID EVALUATION CRITERIA 1.0 TECHNICAL BEC:

a) Bidder shall be a Manufacturer or Authorized Dealer / Distributor of “Industrial Float cum boost Battery Charger/ UPS”.

1. Documentary proof requirement for manufacturer: In case bidder is quoting as manufacturer, the bidder has to submit copy of Company registration or ISO certificate or NSIC or SSI or Excise registration certificate or any other certificate evidencing the bidder as manufacturer of “Industrial Float cum boost Battery Charger/ UPS” valid as on final due date of bid submission.

2. Documentary proof requirement for authorized dealer / distributor: i. The bidder has to submit authorized dealership certificate/ distributorship certificate (valid as on final due date of bid submission) from manufacturer of “Industrial Float cum boost Battery Charger/ UPS” as mentioned at 1.0(a) above. ii. Authorized distributors / Dealers of “Industrial Float cum boost Battery Charger/ UPS” must submit proof of their principal being a Manufacturer of “Industrial Float cum boost Battery Charger/ UPS” [as mentioned at 1.0.(a).1] in their offer to substantiate it.

AND b) The bidder must have successfully executed at least One [01] order for “Supply of Industrial Float cum boost Battery Charger of rating and value not less than as mentioned in table below in a 'single Purchase order', in the previous Seven (07) years reckoned from the final bid submission date.

Minimum amount of SOR Minimum required FCBC executed Work Order Part No. capacity in executed order required (Rs.)

A 48 V, 220 A 78.22 Lacs

B 24 V, 220 A 21.87 Lacs

C 48 V, 160 A 3.57 Lacs

D 220 V, 200 A 8.53 Lacs

E 48 V, 75 A 4.00 Lacs

F 48 V, 130 A 5.23 Lacs

- 11 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Note: If quoting for more than one part, Minimum required amount of single executed order shall be cumulative amount of minimum required amount of each part.

Documentary proof required to meet the above BEC criteria as follows:

i. Copy of complete Purchase order clearly indicating the required value & ii. Copy of the execution proof issued by end user/ owner (or their consultant who has been duly authorized by them to issue such certificate) indicating purchase order no., date and executed value. However, in case the said document is issued by consultant, bidder must submit documentary proof for authorization issued by end user/ owner to the consultant to do so. Any of the following documents to be submitted as the execution proof: (i) Invoice/delivery challan along with payment receipts (ii) PO Execution Certificate (iii) Completion Certificate (iv) Any other documents clearly evidencing execution of submitted purchase order (excluding Minutes of Meeting).

Note:

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.

AUTHENTICATION OF DOCUMENTS SUBMITTED IN SUPPORT OF TECHNICAL CRITERIA OF BID EVALUATION CRITERIA (BEC)

All documents in support of Technical Criteria of Bid Evaluation Criteria (BEC) to be furnished by the bidders shall necessarily be duly certified/ attested by Chartered Engineer and Notary public with legible stamp.

2.0 FINANCIAL BEC: a. Annual Turnover: The annual turnover of the bidder should not be less than as mentioned below in any one of the three (03) preceding financial years i.e. FY 2016-17, 2017-18 & 2018-19. Bidders are required to submit the copy of said AUDITED Balance sheet & Profit and loss account along with the technical bid.

- 12 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Minimum required Annual SOR Part No Turnover (Rs.)

A 78.22 Lacs

B 21.87 Lacs

C 3.57 Lacs

D 8.53 Lacs

E 4.00 Lacs

F 5.23 Lacs

b. Net Worth: Net worth of the bidder should be positive as per the last audited financial statement i.e. Statement for the financial year 2018-19. Bidder must submit the details in prescribed format F-10 provided in the tender document.

c. Working Capital: The Bidder should have working capital as mentioned below as per the last audited financial results for FY 2018-19. Bidder must submit details in the prescribed format F-10 provided in the tender document.

Minimum required Working SOR Part No. Capital (Rs.)

A 15.64 Lacs

B 4.37 Lacs

C 0.71 Lacs

D 1.71 Lacs

E 0.80 Lacs

F 1.05 Lacs

Note:

(i) Financial BEC will be applicable only if quoting for SOR Part –A. In case bidder is quoting any other SOR part as well as SOR part – A, amount of Financial BEC will be cumulative value of amount as mentioned against each SOR part.

(ii) 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

- 13 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------herein above. The line of credit letter from bank to be submitted strictly as per format at F-9.

(iii) 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, 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.

(iv) 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.

AUTHENTICATION OF DOCUMENTS SUBMITTED IN SUPPORT OF FINANCIAL CRITERIA OF BID EVALUATION CRITERIA (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.

3.0 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.

- 14 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------EVALUATION METHODOLOGY:

(1) Evaluation Methodology- Techno-Commercially Qualified bids will be compared based on the SOR Partwise L-1 basis inclusive of all charges, taxes & duties including Goods & Service Tax (GST) Less INPUT TAX CREDIT if any.

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

i) Ex-works price quoted by the bidder (including packing, forwarding, and GST on components and raw materials but excluding Inland Transportation to Delivery Location) including cost of Inspection by Third Party Agency, 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) iv) Charges for incidental services like Erection, Installation & Commissioning, Training to the Purchasers‟ personnel etc. and GST (CGST & SGST/UTGST or IGST) on these services 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 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.

- 15 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

SECTION-III

INSTRUCTION TO

BIDDERS

- 16 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 17 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------[F] AWARD OF CONTRACT: 35. AWARD 36. NOTIFICATION OF AWARD / FAX OF ACCEPTANCE [FOA] 37. DISPATCH SCHEDULE 38. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT 39. PROCEDURE FOR ACTION IN CASE CORRUPT/ FRAUDULENT /COLLUSIVE/COERCIVE PRACTICES 40. PUBLIC PROCUREMENT POLICY FOR MICRO AND SMALL ENTERPRISE 41. PACKING INSTRUCTIONS 42. VENDOR PERFORMANCE EVALUATION 43. MENTIONING OF PAN NO. IN INVOICE/BILL 44. DISPUTE RESOLUTION MECHANISM 45. DISPUTES BETWEEN CPSE‟S/GOVERNMENT DEPARTMENT‟S/ ORGANIZATIONS 46. REPEAT ORDER 47. PROMOTION OF PAYMENT THROUGH CARDS AND DIGITAL MEANS 48. 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)

- 18 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

- 19 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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. 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.

- 20 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------6.3 The Bidder shall not be entitled to hold any claim against GAIL for non-compliance due to lack of any kind of pre-requisite information as it is the sole responsibility of the Bidder to obtain all the necessary information with regard to site, surrounding, working conditions, weather etc. on its own before submission of the Bid. [B] – TENDER DOCUMENT

7 CONTENTS OF TENDER DOCUMENT

7.1 The contents of Tender Document are those stated below, and should be read in conjunction with any 'Addendum / Corrigendum and Clarification(s) ' issued in accordance with "ITB: Clause- 8 & 9":  Section-I : Invitation for Bid [IFB]*  Section-II : Bid Evaluation Criteria [BEC] & Evaluation Methodology  Section-III : Instructions to Bidders [ITB], Annexures & Forms & Format **  Section-IV : General Conditions of Contract [GCC]***  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 - 21 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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:

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.

- 22 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Bidders are required to submit the EMD in original by Bid Due Date and Time or upload a scanned copy of the same in the Part-I of the Bid. If the Bidder is unable to submit EMD in original by Bid Due Date and Time, the Bidder is required to upload a scanned copy of the EMD in Part-I of Bid, provided the original EMD, copy of which has been uploaded, is received within 7 days from the Bid Due Date, failing which the Bid will be rejected irrespective of their status/ranking in tendering process and notwithstanding the fact that a copy of EMD was earlier uploaded by the Bidder.

11.1.2 PART-II: Price Bid

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

- 23 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 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 - 24 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 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, - 25 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

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 - 26 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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. 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:

- 27 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(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.

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 - 28 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 (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

- 29 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------& 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 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. - 30 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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 (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:

- 31 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(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.

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]

- 32 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 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,

- 33 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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. 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.

- 34 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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. 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. - 35 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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),  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

- 36 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 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 - 37 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 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.

- 38 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

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.

- 39 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 effect of the PRS clause with corresponding reduction of taxes charged on vendor‟s invoice, to avoid delay in delivery/collection of material.”

- 40 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

- 41 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

- 42 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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. - 43 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------2 Corrupt/Fraudulent (pertaining to BEC of 03 years tender) /Collusive/Coercive Practices

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.

- 44 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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 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.

- 45 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

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: - 46 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Based on the response of Vendor/ Supplier/Contractor/ Consultant, concerned Engineer-in- Charge for the Projects and/or OIC in case of O&M would recommend for continuation or discontinuation of such party from the business of GAIL.

v) Orders/contracts placed on Proprietary/OEM basis for O&M will be evaluated and, if required, corrective action will be taken for improvement in future.

4.0 EXCLUSIONS:

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

i) Orders/Contracts below the value of Rs. 50 Lakhs if Vendor/ Supplier/Contractor/ Consultant is not on watch list/ holiday list/ banning list. 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:

- 47 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(a) First such instance: Advisory notice (Yellow Card) shall be issued and Vendor/Supplier/Contractor/ Consultant shall be put on watch list for a period of Three (3) Years. Such vendor will be allowed to participate in all other tenders and to execute other ongoing order/ contract (s) or new contract/ order (s).

The Yellow card will be automatically revoked after a period of three years unless the same is converted into Red Card due to subsequence instances of poor/ non-performance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant.

(b) Second such instance in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant

(i) Poor Performance due to reasons other than Quality: Putting on Holiday for a period of One Year (ii) Poor Performance on account of Quality (if any mark obtained against Quality parameter is less than 30): Putting on Holiday for a period of Two Years

(c) Subsequent instances (more than two) in other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant: Putting on Holiday for a period of Three Years

B) Where Poor/Non-Performance leading to termination of contract or Offloading of contract due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant (under 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. - 48 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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.

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

- 49 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(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 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.

- 50 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

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.

- 51 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

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

- 52 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 53 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 54 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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. Authorized Signatory: 1 60 & below POOR 2 61-75 FAIR Name: 3 76-90 GOOD 4 More than 90 VERY Designation: GOOD

- 55 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Instructions for allocation of marks (For O&M)

1. Marks are to be allocated as under:

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks Completion Schedule

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

b) Above 3 months Before CDD 40 Delay upto 4 weeks 35 ” 8 weeks 30 ” 10 weeks 25 ” 16 weeks 20 ” 20 weeks 15 ” 24 weeks 10 More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

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

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

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

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

1.3 RELIABILITY PERFORMANCE 20 Marks

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

- 56 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 57 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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)

......

- 58 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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:- ______

C&P Store GAIL (India) Ltd. HVJ Compressor Station Dibiyapur, 206244 (Auraiya), UP, India Ph: 05683-282355

1.2 The Invitation for Bid/ Tender is for PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

B. TENDER DOCUMENT 8.1 For clarification purposes only, the communication address is: To, Ms. Smita Soni Sr. Manager (C&P) GAIL (INDIA) LIMITED, HVJ COMPRESSOR STATION DIBIYAPUR, (AURAIYA) PIN CODE – 206244 (U.P) INDIA Email: [email protected] Ph 05683 282355 Extn: 1380 C. PREPARATION OF BID 11.1.1.(m) The Bidder shall submit with its Part-I (Techno-commercial/ Un-priced bid) the following additional documents (SCC Refers): PLEASE REFER SCC 12 Additional Provision for Price Schedule/ Schedule of Rate/ Bid Price are as under: PLEASE REFER SOR

Whether GAIL will be able to avail input tax credit in the instant tender 12 & 13

YES

NO

- 59 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------12.3 Transit Insurance shall be arranged by :-

GAIL

SUPPLIER

Transit insurance shall be arranged by GAIL. The details of Transit Insurance Policy are as under:-

Policy No. 0801012119P100795429 W.E.F. 10.04.2019

Contact person & Address:

M/S UNITED INDIA INSURANCE CO. LIMITED, 2, G-01, KASMANDA HOUSE PARK ROAD, HAZRATGANJ , LUCKNOW, - 226001

CONTACT DETAILS:-

Mr. VIVEK UPADHYAY BRANCH MANAGER

UNITED INDIA INSURANCE CO.LTD. CIN: U93090TN1938GOI000108 BO1, LUCKNOW, KASMANDA HOUSE 2, G-01, PARK ROAD, HAZRATGANJ, LUCKNOW, U.P.- 226001 Mob No.9554879006 EMAIL ID - [email protected] PLEASE NOTE THAT INSURANCE POLICY IS VALID UPTO 31.03.2020. IN CASE OF DELIVERY BEYOND 31.03.2020., MAY PLEASE CONTACT DEALING OFFICER.

12.5 Delivery basis shall be

FOT Site, Dibiyapur

EX-WORKS, ……(Bidder to indication location)

13.7 & 13.8 Details of Buyer

Consignee GAIL (India) Ltd. HVJ Compressor Station Dibiyapur, 206244 (Auraiya), UP, India Ph: 05683-282355 PAN No. AAACG1209J GST no. 09AAACG1209J1ZU GAIL Bank details REFER BELOW

14 The currency of the bid shall be INR.

15 The bid validity period shall be (03) Three months from final 'Bid Due Date'.

16.1 In case 'Earnest Money / Bid Security' is in the form of 'Demand Draft', the

- 60 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------same should be favor of GAIL (India) Limited, payable at SBI Pata (Branch Code 1937) 16.2 In case of 'Earnest Money / Bid Security' through online banking transaction i.e. IMPS/NEFT/RTGS etc. Details of GAIL‟s Bank are as under-

Account Holder Name : GAIL INDIA LIMITED Bank Name : STATE BANK OF INDIA Branch Name /branch code : PATA (01937) , 01937 STATE BANK OF INDIA,UPPCC, PATA, Branch Address (incl Pin code) DISTT. AURAIYA, : U P- 206241 9 Digit MICR No. of Bank and 206002020 Branch : Account Number (as appearing on 00000032775166003 cheque book) : IFSC Code of the Branch (For SBIN0001937 RTGS) : IFSC Code of the Branch (For SBIN0001937 NEFT) :

Bidder to mention reference no. “EMD/……….” 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 OF BIDS 22 The E-tender no. of this bidding process is 8000014901

22.2 For submission of physical document as per clause no. 4.0 of IFB, the Owner‟s address is : Ms. Smita Soni Sr. Manager (C&P) GAIL (INDIA) LIMITED, HVJ COMPRESSOR STATION DIBIYAPUR, (AURAIYA) PIN CODE – 206244 (U.P) INDIA Email: [email protected] Ph +91 05683 282355 Extn: 1380 26 The bid opening shall take place at: C&P DEPARTMENT GAIL (INDIA) LIMITED, HVJ COMPRESSOR STATION DIBIYAPUR, (AURAIYA) PIN CODE – 206244 (U.P) INDIA

- 61 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------E. BID OPENING AND EVALUATIONS

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. Gaurav Yadav Ph.:-05683 282355 Extn-1386 Email: [email protected]

38 Contract Performance Security (CPS)/ Security Deposit

APPLICABLE

NOT APPLICABLE

The value/ amount of Contract Performance Security/ Security Deposit: 10% of Order / Contract Value excluding GST within 30 days of FOA/ notification of award. 40 Whether tendered item is splitable or divisible :

YES

NO

48 Quarterly Closure of Contract:

APPLICABLE

NOT APPLICABLE

49 Applicability of provisions relating to Startups:

APPLICABLE

NOT APPLICABLE

- 62 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Annexure-1

DISPUTE RESOLUTION MECHANISM

1. CONCILIATION

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

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

2. 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 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.

- 63 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

4. 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 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.

- 64 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Annexure-II 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: (c) Whether the management is common; (d) 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.

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.

- 65 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------No risk and cost provision will be enforced in such cases.

(iv) 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.

(v) 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 pertaining to BEC of 02 years tender but having impact on the selection process.

For example, if an agency confirms not being in holiday/ banning list of PSUs/ Govt. Dept., liquidation, bankruptcy & etc. and subsequently it is found otherwise, such acts shall be considered in this category. 2 Corrupt/Fraudulent (pertaining to BEC of tender) 03 years /Collusive/Coercive Practices

If an agency again commits Corrupt/Fraudulent (pertaining to BEC 2.1 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: 7 years (in addition to (vi) Repeated once the period already served)

15 years (in addition (vi) Repeated twice or more to the period already served) 3 Indulged in unauthorized disposal of materials provided by GAIL 7 years 4 If act of vendor/ contractor is a threat to the National Security 15 years C Effect of banning on other ongoing contracts/ tenders

C.1 If an Agency is put on Banning, such agency should not be considered in ongoing 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

- 66 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 :- (iv) Corporate Vigilance Department, GAIL based on the fact of the case gathered during investigation by them recommend for specific immediate action against the Agency. (v) Corporate Vigilance Department, GAIL based on the input from Investigating agency, forward for specific immediate action against the Agency. (vi) 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 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.

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.

- 67 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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.

- 68 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Annexure-III PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS/ SUPPLIERS/ CONTRACTORS/ CONSULTANTS

1.0 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.

2.0 METHODOLOGY

i) Preparation of Performance Rating Data Sheet (PRDS) PRDS for each and every Vendor/ Supplier/Contractor/ Consultant for all Order/Contract with a value of Rs. 7 Lakhs and above is recommended to be drawn up. These PRDS are to be separately prepared for orders/ contracts related to Projects and O&M. Format, Parameters, Process, responsibility for preparation of PRDS 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.

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

3.1 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”: - 69 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Recommend such defaulting Vendor/ Supplier/Contractor/ Consultant for putting on Holiday for a period from one to three years as given below:

(i) Poor Performance due to reasons other than Quality : One Year (ii) Poor Performance on account of Quality (if any mark obtained against Quality parameter is less than 30): Two Years (iii) Poor Performance leading to termination of contract or Offloading of contract due to poor performance solely attributable to Vendor/ Supplier/Contractor/ Consultant or Repeated Offence: Three Years

Non performance of a Vendor/Supplier/Contractor/Consultant leading to termination of Contract/ Order, such Vendor/ Supplier/ Contractor/Consultant are also to be considered for Suspension. In all such cases, concerned site will put up recommendation for issuance of SCN and putting the party on suspension list as per process defined for suspension in “Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”

(B) Where Performance rating is “FAIR”:

Recommend for issuance of warning to such defaulting Vendor/ Supplier/Contractor/ Consultant to improve their performance.

Preparation of Performance Rating Data Sheet

Performance rating data Sheet for each and every Vendor/ Supplier/Contractor/Consultant for all orders/Contracts with a value of Rs. 50 Lakhs and above is recommended to be drawn up. Further, Performance rating data Sheet for orders/contracts of Vendor/Supplier/Contractor/ Consultant who are on watch list/holiday list/ banning list shall be prepared irrespective of order/ contract value. These data sheets are to be separately prepared for orders/ contracts related to Projects and O&M within 30 days after execution of Order/ Contract. Format, Parameters, Process, responsibility for preparation of Performance Rating Data Sheet are separately mentioned.

3.2 FOR CONSULTANCY JOBS

Monitoring and Evaluation of consultancy jobs will be carried out in the same way as described in para 3.1 for Projects.

3.3 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. 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”

Recommend such defaulting Vendor/Supplier/Contractor/ Consultant for putting on Holiday for a period from one to three years as given below: - 70 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(i) Poor Performance due to reasons other than Quality : One Year (ii) Poor Performance on account of Quality (if any mark obtained against Quality parameter is less than 30): Two Years (iv) Poor Performance leading to termination of contract or Offloading of contract due to poor performance solely attributable to Vendor/Supplier/Contractor/Consultant or Repeated Offence: Three Years

Non-performance of a Vendor/Supplier/Contractor/Consultant leading to termination of Contract/ Order such Vendor/ Supplier/ Contractor/Consultant are also to be considered for Suspension.

In all such cases, concerned site will put up recommendation for issuance of SCN and putting the party on suspension list as per process defined for suspension in “Procedure for Action in case of Corrupt/ Fraudulent/ Collusive/ Coercive Practices”

(B) Where Performance rating is “FAIR”

Recommend for issuance of warning to such defaulting Vendors/Contractors/Consultants to improve their performance.

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 REVIEW & RESTORATION OF PARITES PUT ON HOLIDAY

5.1 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.

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.

(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

- 71 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Where Poor/Non-Performance leading to termination of contract or Offloading of contract due to poor performance attributable to Vendor/Supplier/ Contractor/Consultant (under clause no. 32 (C) of GCC-Works, Clause no. 28.3.1 of GCC-Goods, second para of Clause no. 2.17.3 of GCC-Services and Clause no.3.16.1 of GCC- Consultancy)

(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.

provision in SAP will be made for flagging (Yellow card and Red card) of such Vendor/Supplier/ Contractor/ Consultant so as to track their performance. List of such Vendor/Supplier/ Contractor/ Consultant shall also be uploaded on the GAIL‟s intranet.

Further, the bidder status regarding Yellow card should be mentioned in the TCR/ Proposal for Price Bid Opening so that delivery/ execution may be closely monitored by the concerned.

The methodology for processing of above cases of “POOR” (as per Performance Rating) or Poor/Non- Performance leading to termination of contract or Offloading of contract due to poor performance attributable to Vendor/Supplier/Contractor/Consultant shall be as under:

(i) Within 7 days of issuance of termination letter by EIC (after due approval as per DoP) or no reply/receipt of non satisfactory reply to explanation letter for “Poor” Performance Rating, EIC/CIC (for works/ service/consultancy contract) or Project Manager/ Concerned C&P department (for Purchase Orders) will forward the brief of case along with termination letter/ copy of correspondence (for case of Poor Performance rating) to Corporate C&P through their OIC/HoD at Corporate Office.

However, before terminating any contract/ order, the EIC/CIC shall refer the matter to Site „Samadhan Committee‟ for their deliberation.

(ii) On receipt of above details, for the case of “First Instance”, Corporate C&P Department will issue Advisory notice (as per standard proforma duly vetted by Corporate Law Department) to Vendor/Supplier/Contractor/Consultant for putting them on watch list for a period of Three (3) Years.

The copy of Advisory notice will also be sent to all OICs/HoDs at Corporate Office for instructing EICs to closely monitor the performance of such Vendor/Supplier/ Contractor/ Consultant in other ongoing/ new Orders/ Contracts placed on them. Simultaneously, VendorSAP will also be advised for “Yellow” flagging such vendor in SAP.

(iii) For the case of “Subsequent Instances” in other ongoing other ongoing order (s)/ contract (s) or new order (s) /contact (s) on such Vendor/ Supplier/ Contractor/ Consultant, the matter will be deliberated by the site level committee and recommendations to be forwarded to Corporate C&P for further deliberation by a Corporate Level Committee consisting of following:

- 72 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------(i) HOD (C&P)- Corporate Office (ii) HOD (F&A)- Corporate Office (iii) ED of concerned department

All other subsequent process of committee recommendation for issuance of Show Cause Notice (SCN) cum suspension order, vetting of same etc. will be as per extant procedure.

On receipt of reply to SCN, Corporate C&P Department will forward the same to concerned OIC/ HoD at Corporate Office for point wise reply to issues brought out by Vendor/ Supplier/Contractor/ Consultant in their reply to show cause notice.

On receipt of recommendation from site committee through OIC/ HoD at Corporate Office, the matter will once again be deliberated by the aforesaid Corporate Level Committee. All other subsequent process of committee recommendation for keeping the Vendor/ Supplier/Contractor/ Consultant on Holiday or otherwise, vetting of speaking order, approval, etc. will be as per extant procedure.

6.0 EFFECT OF HOLIDAY

6.1 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. 6.2 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. 6.3. Effect on other ongoing tendering process: 6.3.1 after issue of the Tender Document but before opening of Part-I/Technical Bid, the Bid submitted by the party shall be ignored.

6.3.2 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. 6.3.3 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.

7.0 While putting the Vendor/ Supplier/Contractor/ Consultant on holiday as per the procedure, the holding company, subsidiary, joint venture, sister concerns, group division of the errant Vendor/ Supplier/Contractor/ Consultant shall not be considered for putting on holiday list. Any bidder, put on holiday, will not be allowed to bid through consortium route also against any Tender Document during the period of holiday.

8.0 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.

9. APPEAL AGAINST THE DECISION OF THE COMPETENT AUTHORITY:

(d) 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. (e) Appellate Authority would consider the appeal and pass appropriate order which shall be communicated to the party as well as the Competent Authority. (f) 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).

10. 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

- 73 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 equivalent Central Government agency/ State Government agency brings to the notice of GAIL that the Supplier of Goods / Services (Service Provider) has not remitted the amount towards GST (CGST & SGST/UTGST or IGST) collected from GAIL to the government exchequer, , then party will be put on holiday for a period of six months after following the due procedure

- 74 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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. Authorized Signatory: 1 60 & below POOR 2 61-75 FAIR Name: 3 76-90 GOOD 4 More than 90 VERY Designation: GOOD

- 75 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 76 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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 (up to 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

- 77 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

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 datePerformance Delivery Quality Reliability Total Parameter Performance Performance Performance# Maximum Marks 40 40 20 100 Marks Allocated (*)

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

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

- 78 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

Instructions for allocation of marks (For O&M) 1. Marks are to be allocated as under :

1.1 DELIVERY/ COMPLETION PERFORMANCE 40 Marks

Delivery Period/ Delay in Weeks Marks Completion Schedule

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

b) Above 3 months Before CDD 40 Delay upto 4 weeks 35 ” 8 weeks 30 ” 10 weeks 25 ” 16 weeks 20 ” 20 weeks 15 ” 24 weeks 10 More than 24 weeks 0

1.2 QUALITY PERFORMANCE 40 Marks

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

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

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

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

1.3 RELIABILITY PERFORMANCE 20 Marks

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

- 79 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 80 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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)

- 81 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------F-1 BIDDER'S GENERAL INFORMATION

To, M/s GAIL (INDIA) LIMITED ______

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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: ………………………

- 82 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------10 Website 11 Fax Number: ______(Country Code) (Area Code) (Telephone 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 and 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: FORMAT F-2 - 83 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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.

- 84 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this ______day of ______20__ at ______.

WITNESS:

(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.

- 85 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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.

- 86 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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

- 87 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------binding. The bank shall not be released of its obligations under these presents by any exercise by you of its liberty with reference to matter aforesaid or any of their or by reason or any other act of omission or commission on your part or any other indulgence shown by you or by any other matter or changed what so ever which under law would, but for this provision, have the effect of releasing the bank.

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

5. 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

- 88 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------

INSTRUCTIONS FOR FURNISHING "CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK GUARANTEE"

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

- 89 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------F-5 AGREED TERMS & CONDITIONS To,

M/s GAIL (INDIA) LIMITED ______

SUB: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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 - 90 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Sl. DESCRIPTION BIDDER'S CONFIRMATION (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 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 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 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):

- 91 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Sl. DESCRIPTION BIDDER'S CONFIRMATION 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 indicated separately in Price Schedule 24 Bidder confirms that any error of interpretation of applicability of rate of GST (CGST & SGST/ UTGST or IGST ) on components of an item and/or various items of tender by them shall be to 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

- 92 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Sl. DESCRIPTION BIDDER'S CONFIRMATION 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 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).

- 93 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------Sl. DESCRIPTION BIDDER'S CONFIRMATION (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 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:

- 94 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION ------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: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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 : ......

- 95 -

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

F-7 BIDDER‟S EXPERIENCE To,

M/s GAIL (INDIA) LIMITED ______

SUB: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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:

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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: 97

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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

98

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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.:

99

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Page 2 of 2

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.

100

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

F-11 BIDDER'S QUERIES FOR PRE BID MEETING To, M/s GAIL (INDIA) LIMITED

SUB: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS (E-TENDER NO: 8000014901)

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 : ______TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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)

102 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

INTEGRITY PACT

INTEGRITY PACT

103 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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 for all tenders of value Rs. 1 (One) crore and above). In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

104 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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

105 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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]) iii) Dr. Meeran Chadha Borwankar (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.

106 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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

107 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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 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.

108 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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.

vi) Bidder(s) / Contractor(s) who have signed the Integrity Pact shall not approach the Courts while representing the matter to IEMs and shall wait for their decision in the matter.

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 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

109 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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”.

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.

110 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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.

In case of Sub-Contracting, the Principal Contractor shall take the responsibility of the adoption of Integrity Pact by the Sub-contractor.

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.

111 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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 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 10 days as far as possible 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.

112 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

12. The monitor has also signed declarations on „Non-Disclosure of Confidential Information‟ and of „Absence of Conflict of Interest‟. In case of any conflict of interest arising at a later date, the IEM shall inform Chairperson of the Principal and recuse himself / herself from that case.

13. In case of any complaints referred under IP Program, the role of IEMs is advisory and would not be legally binding and it is restricted to resolving the issues raised by an intending bidder regarding any aspect of the tender which allegedly restricts competition on bias towards some bidder.

14. Issues like warranty / guarantee, etc. shall be outside the purview of IEMs.

Section 9 – Pact Duration

The provisions of this Pact shall come into effect from the date of signing of this Pact by the both parties. It expires for the Contractor 12 months after the last payment under the respective contract, and for all other Bidders 6 months after the contract has been awarded.

If any claim is made / lodged by either party during this time, the same shall be binding and continue to be valid despite the lapse of this pact as specified above, unless it is discharged/determined by the Chairperson of the Principal.

Section 10 – 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.

113 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

------(Name & Designation) (Name & Designation) For the Principal For the Bidder/Contractor

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

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

114 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

F-14 FREQUENTLY ASKED QUESTIONS (FAQs)

SL.NO. QUESTION ANSWER Yes. A Vendor has to meet Bid Can any vendor quote for subject Evaluation Criteria given under 1.0 Tender? Section II of Tender document in addition to other requirements. Should the Bid Evaluation Criteria Yes. Please refer Section II of Tender 2.0 documents be attested? document No. Refer Clause No. 17 of Instruction to Bidders of Tender Document. Is attending Pre Bid Meeting 3.0 However attending Pre Bid Meeting is mandatory. recommended to sort out any issue before submission of bid by a Bidder. No. Please refer Clause No. 4 of Can a vendor submit more than 1 4.0 Instruction to Bidders of Tender offer? Document. Yes. Refer Annexure III to Instructions Is there any Help document to Bidders of Tender Document and 5.0 available for e-Tender. FAQs as available on GAIL E-Tender portal. Are there are any MSE (Micro & Yes. Refer Clause No. 40 of 6.0 Small Enterprises) benefits Instructions to Bidders of Tender available? Document. Are there are any benefits Refer Clause No. 49 of Instructions to 7.0 available to Startups? Bidders of Tender Document.

All the terms and conditions of Tender remain unaltered.

115 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SECTION-IV

GENERAL CONDITION OF CONTRACT-GOODS

करण गेऱ की ननविदा िेबसाइटﴂदी सﴂ GCC का ह“ ग्रेजी औरﴂकक, अﴂhttp://www.gailtenders.in/) ऩर उऩऱ녍ध ै | ाऱा) गनि के मामऱे मᴂ, 핍या奍या औरﴂदी अनुिाद मᴂ ककसी भी विसﴂ उसके ह ”| करण प्रबऱ ोगाﴂग्रेजी सﴂके लऱए, अ ﴂकानूनी ऩ ऱुओ “The Hindi version of GCC‟s are available on GAIL‟s tender website (http://www.gailtenders.in/) for reference. However, in case of any discrepancy in English & its Hindi translation, for interpretation and legal aspects, the English version shall prevail.”

GENERAL CONDITIONS OF CONTRACT (GOODS)

116 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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

117 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

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

118 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Designate the quantity calculations to be essentially complete to the state of taken into account when these readiness for trial operation. The start-up calculations are made from detailed or period shall include preliminary construction drawings, or from work inspection and check out of equipment actually performed, and presented and supporting subsystems, initial according to a jointly agreed breakdown operation of the complete equipments of the Goods and/or Services. covered under the Contract to obtain 1.15 SELLER shall mean the person, firm or necessary pre-trial operation data, company with whom PURCHASE perform calibration and corrective ORDER/CONTRACT is placed/entered action, shutdown inspection and into by PURCHASER for supply of adjustment prior to the trial operation equipment, materials and services. The period. term Seller includes its successors and 1.22 TESTS shall mean such process or assigns. processes to be carried out by the Seller 1.16 SERVICE shall mean erection, as are prescribed in the Contract or installation, testing, commissioning, considered necessary by PURCHASER provision of technical assistance, training or his representative in order to ascertain and other such obligations of the Seller quality, workmanship, performance and covered under the Contract. efficiency of equipment or part thereof.

1.17 SITE designates the land and/or any 1.23 TESTS ON COMPLETION shall mean other premises on, under, in or across such tests as prescribed in the Contract which the Goods and/or Services have to to be performed by the Seller before the be supplied, erected, assembled, Works are taken over by the adjusted, arranged and/or commissioned. PURCHASER. 2 Seller To Inform 1.18 SPECIFICATIONS shall mean and include schedules, details, description, 2.1 The Seller shall be deemed to have statement of technical data, performance carefully examined all contract characteristics, standards (Indian as well documents to his entire satisfaction. as International) as applicable and Any lack of information shall not in any specified in the Contract. way relieve the Seller of his 1.19 SUB-CONTRACT shall mean order responsibility to fulfill his obligation placed by the Seller, for any portion of under the Contract.

the contracted work, after necessary 3 Application consent and approval of PURCHASER. 1.20 SUB-CONTRACTOR shall mean the 3.1 These General Conditions of Contract person named in the CONTRACT for (GCC-Goods) shall apply to the extent any part of the work or any person to that they are not superseded by whom any part of the CONTRACT has provisions of other parts of the Contract.

been sub-let by the SELLER with the 4 Country of Origin consent in writing of the PURCHASER and will include the legal 4.1 For purposes of this Clause “origin” representatives, successors, and means the place where the Goods were permitted assigns of such person. mined, grown or produced, or from which the services are supplied. Goods 1.21 START-UP shall mean the time period are produced when, through required to bring the equipments covered manufacturing, processing or substantial under the Contract from an inactive and major assembling of components, a condition, when construction is

119 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

commercially recognized new product 5.7 All equipment to be supplied and work results that is substantially different in to be carried out under the CONTRACT basic characteristics or in purpose or shall conform to and comply with the utility from its components. provisions of relevant regulations/Acts(State Government or 5 Scope of Contract Central Government) as may be 5.1 Scope of the CONTRACT shall be as applicable to the type of equipment/work defined in the PURCHASE carried out and necessary certificates ORDER/CONTRACT specifications, shall be furnished. drawings and Annexure thereto. 5.8 The Seller shall provide cross sectional 5.2 Completeness of the EQUIPMENT shall drawings, wherever applicable, to be the responsibility of the SELLER. identify the spare part numbers and their Any equipment, fittings and accessories location. The size of bearings, their make which may not be specifically mentioned and number shall be furnished. in the specifications or drawings, but 5.9 Specifications, design and drawings which are usual or necessary for the issued to the SELLER alongwith RFQ satisfactory functioning of the equipment and CONTRACT are not sold or given (successful operation and functioning of but loaned. These shall remain property the EQUIPMENT being SELLER‟s of PURCHASER or its assigns and are responsibility) shall be provided by subject to recall by PURCHASER The SELLER without any extra cost. SELLER and his employees shall not 5.3 The SELLER shall follow the best make use of the drawings, specifications modern practices in the manufacture of and technical information for any high grade EQUIPMENT purpose at any time except for notwithstanding any omission in the manufacture against the CONTRACT specifications. The true intent and and shall not disclose the same to any meaning of these documents is that person, firm or corporate body, without SELLER shall in all respects, design, written permission of PURCHASER. All engineer, manufacture and supply the such details shall be kept confidential. equipment in a thorough workmanlike 5.10 SELLER shall pack, protect, mark and manner and supply the same in arrange for despatch of EQUIPMENT as prescribed time to the entire satisfaction per instructions given in the of PURCHASER. CONTRACT. 5.4 The SELLER shall furnish 2 (two) 6 Standards copies in English language of Technical documents, final drawings, preservation 6.1 The GOODS supplied under the instructions, operation and maintenance CONTRACT shall conform to the manuals, test certificates, spare parts standards mentioned in the Technical catalogues for all equipments to the Specifications, or such other standards PURCHASER. which ensure equal or higher quality, 5.5 The documents once submitted by the and when no applicable standard is SELLER shall be firm and final and not mentioned, to the authoritative standard subject to subsequent changes. The appropriate to the GOODS‟ country of SELLER shall be responsible for any origin and such standards shall be the loss to the PURCHASER consequent to latest issued by the concerned institution.

furnishing of incorrect data/drawings. 7 Instructions, Direction & 5.6 All dimensions and weight should be in Correspondence metric system.

120 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

7.1 The materials described in the also shall not affect the performance of CONTRACT are to be supplied contract in any manner except to the according to the standards, data sheets, extent mutually agreed through a tables, specifications and drawings modification of contract. attached thereto and/or enclosed with the 9.2 PURCHASER shall not be bound by any CONTRACT, itself and according to all printed conditions or provisions in the conditions, both general and specific SELLER‟s Bid Forms or enclosed with the contract, unless any or acknowledgment of CONTRACT, all of them have been modified or invoices, packing list and other cancelled in writing as a whole or in part. documents which purport to impose any a. All instructions and orders to SELLER conditions at variance with or shall, excepting what is herein provided, supplemental to CONTRACT. be given by PURCHASER. 10 Use of Contract Documents & b. All the work shall be carried out under Information the direction of and to the satisfaction of PURCHASER 10.1 The Seller shall not, without the c. All communications including Purchaser‟s prior written consent, technical/commercial clarifications and/or disclose the CONTRACT or any comments shall be addressed to provision thereof, or any specification, PURCHASER and shall always bear plan, drawing, pattern, sample or reference to the CONTRACT. information furnished by or on behalf of the PURCHASER in connection d. Invoices for payment against therewith, to any person other than a CONTRACT shall be addressed to person employed by the SELLER in the PURCHASER. performance of the CONTRACT. e. The CONTRACT number shall be shown Disclosure to any such employed person on all invoices, communications, packing shall be made in confidence and shall lists, containers and bills of lading/LR, extend only so far as may be necessary etc. for purpose of such performance.

8 Contract Obligations 10.2 The SELLER shall not, without the PURCHASER‟s prior written consent, 8.1 Once a contract is confirmed and signed, make use of any document or the terms and conditions contained information enumerated in Article 10.1. therein shall take precedence over the except for purpose of performing the Seller‟s bid and all previous CONTRACT. correspondence.

9 Modification In Contract 11 Patent Rights, Liability & Compliance of Regulations 9.1 All modifications leading to changes in the CONTRACT with respect to 11.1 SELLER hereby warrants that the use or technical and/or commercial aspects sale of the materials delivered hereunder including terms of delivery, shall be will not infringe claims of any patent considered valid only when accepted in covering such material and SELLER writing by PURCHASER by issuing agrees to be responsible for and to amendment to the CONTRACT. defend at his sole expense all suits and Issuance of acceptance or otherwise in proceedings against PURCHASER based such cases shall not be any ground for on any such alleged patent infringement extension of agreed delivery date and and to pay all costs, expenses and

121 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

damages which PURCHASER may have Performance Guarantee shall also to pay or incur by reason of any such suit govern the successful performance of or proceedings. Goods and Services during the entire 11.2 The SELLER shall indemnify the period of Contractual Warrantee / PURCHASER against all third party Guarantee. claims of infringement of patent, trade mark or industrial design rights arising The performance guarantee shall be from use of the GOODS or any part denominated in the currency of the thereof in the PURCHASER‟s country. CONTRACT.

11.3 SELLER shall also protect and fully The Performance Guarantee shall be indemnify the PURCHASER from any valid for the duration of 90 days claims from SELLER‟S beyond the expiry o f workmen/employees or their heirs, Warrantee/Guarantee period. The Bank dependants, representatives, etc. or from Guarantee will be discharged by any other person/persons or PURCHASER not later than 6 months bodies/companies etc. for any acts of from the date of expiration of the commissions or omission while Seller‟s entire obligations, including any executing the CONTRACT. warrantee obligations, under the CONTRACT. 11.4 SELLER shall be responsible for compliance with all requirements under 13 Inspection, Testing & Expediting the laws and shall protect and indemnify completely the PURCHASER from any 13.1 The PURCHASER or its representative claims/penalties arising out of any shall have the right to inspect and/or to infringements. test the GOODS to confirm their conformity to the CONTRACT 12 Contract cum Performance Bank specifications. The special conditions of Guarantee (CPBG) CONTRACT and/or the Technical Specifications shall specify what Within 15 days after the SELLER‟s inspections and tests the PURCHASER receipt of notification of award of the requires and where they are to be CONTRACT, the SELLER shall furnish conducted. The PURCHASER shall Performance Guarantee in the form of notify the SELLER in writing the Bank Guarantee/irrevocable Letter of identity of any representative(s) retained Credit to the PURCHASER, in the form for these purposes. provided in the Bidding Documents, for 13.2 The inspections and tests may be an amount equivalent to 10% of the conducted on the premises of the total value of the CONTRACT. SELLER or his sub-contractor(s), at point of DELIVERY and/or at the The proceeds of Performance GOODS‟ final destination, When Guarantee shall be appropriated by the conducted on the premises of the PURCHASER as compensation for any SELLER or his sub-contractor (s), all loss resulting from the SELLER‟s reasonable facilities and assistance failure to complete his obligations including access to the drawings and under the CONTRACT without production data shall be furnished to the prejudice to any of the rights or inspectors at no charge to the remedies the PURCHASER may be PURCHASER. entitled to as per terms and conditions of CONTRACT. The proceeds of this

122 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

13.3 Should any inspected or tested GOODS with the characteristics required for the fail to conform to the specifications, the GOODS during tests and inspections. PURCHASER may reject them and the 13.9 SELLER shall advise in writing of any SELLER shall either replace the rejected delay in the inspection program at the GOODS or make all alterations earliest, describing in detail the reasons necessary to meet Specifications‟ for delay and the proposed corrective requirements, free of cost to the action. PURCHASER. 13.10 ALL TESTS and trials in general, 13.4 The PURCHASER‟s right to inspect, test including those to be carried out for and where necessary reject the GOODS materials not manufactured by SELLER after the GOODS‟ arrival in the shall be witnessed by the INSPECTOR. PURCHASER‟s country shall in no way Therefore, SELLER shall confirm to be limited or waived by reason of the PURCHASER by fax or e-mail about the GOODS having previously been exact date of inspection with at least 30 inspected, tested and passed by the day‟s notice. SELLER shall specify the PURCHASER, or their representative GOODS and quantities ready for testing prior to the GOODS shipment from the and indicate whether a preliminary or country of origin. final test is to be carried out. 13.5 The INSPECTOR shall follow the 13.11 If on receipt of this notice, progress of the manufacture of the PURCHASER should waive the right to GOODS under the CONTRACT to witness the test, timely information will ensure that the requirements outlined in be given accordingly. the CONTRACT are not being deviated with respect to schedule and quality. 13.12 Any and all expenses incurred in connection with tests, preparation of 13.6 SELLER shall allow the INSPECTOR to reports and analysis made by qualified visit, during working hours, the laboratories, necessary technical workshops relevant for execution of the documents, testing documents and CONTRACT during the entire period of drawings shall be at SELLER‟s cost. The CONTRACT validity. technical documents shall include the 13.7 In order to enable PURCHASER‟s reference and numbers of the standards representatives to obtain entry visas in used in the construction and, wherever time, SELLER shall notify deemed practical by the INSPECTOR, PURCHASER two months before copy of such standards. assembly, testing and packing of main 13.13 Nothing in Article-13 shall in any way EQUIPMENT. If requested, SELLER release the SELLER from any warrantee shall assist PURCHASER‟s or other obligations under this representatives in getting visas in the CONTRACT. shortest possible time (applicable only in case of foreign order). 13.14 Arrangements for all inspections required by Indian Statutory Authorities 13.8 SELLER shall place at the disposal of and as specified in technical the INSPECTOR, free of charge, all specifications shall be made by tools, instruments, and other apparatus SELLER. necessary for the inspection and/or testing of the GOODS. The 13.15 Inspection & Rejection of Materials by INSPECTOR is entitled to prohibit the consignees use and dispatch of GOODS and/or When materials are rejected by the materials which have failed to comply consignee, the supplier shall be intimated with the details of such rejected

123 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

materials, as well as the reasons for their PURCHASER, at the earliest rejection, also giving location where possible date of any anticipated such materials are lying at the risk and delay in the progress. cost of the contractor/supplier. The supplier will be called upon either to 14.4 Notwithstanding the above, in case remove the materials or to give progress on the execution of contract at instructions as to their disposal within 14 various stages is not as per phased time days and in the case of dangerous, schedule and is not satisfactory in the infected and perishable materials within opinion of the PURCHASER which 48 hours, failing which the consignee shall be conclusive or SELLER shall will either return the materials to the neglect to execute the CONTRACT with contractor freight to pay or otherwise due diligence and expedition or shall dispose them off at the contractor‟s risk contravene the provisions of the and cost. The PURCHASER shall also CONTRACT, PURCHASER may give be entitled to recover handling and notice of the same in writing to the storage charges for the period, during SELLER calling upon him to make good which the rejected materials are not the failure, neglect or contravention removed @ 5% of the value of materials complained of. Should SELLER fail to for each month or part of a month till the comply with such notice within the rejected materials are finally disposed period considered reasonable by off. PURCHASER, the PURCHASER shall have the option and be at liberty to take 14 Time Schedule the CONTRACT wholly or in part out of the SELLER‟s hand and make 14.1 Time Schedule Network/Bar Chart alternative arrangements to obtain the requirements and completion of 14.1.1 Together with the Contract confirmation, CONTRACT at the SELLER‟s risk and SELLER shall submit to PURCHASER, cost and recover from the SELLER, all his time schedule regarding the extra cost incurred by the PURCHASER documentation, manufacture, testing, on this account. In such event supply, erection and commissioning of PURCHASER shall not be responsible the GOODS. for any loss that the SELLER may incur 14.1.2 The time schedule will be in the form of and SELLER shall not be entitled to any a network or a bar chart clearly gain. PURCHASER shall, in addition, indicating all main or key events have the right to encash Performance regarding documentation, supply of raw Guarantee in full or part (if applicable),. materials, manufacturing, testing, delivery, erection and commissioning. 15 Delivery & Documents

15.1 Delivery of the GOODS shall be made 14.3.1 PURCHASER‟s representatives by the SELLER in accordance with shall have the right to inspect terms specified in the CONTRACT, and SELLER‟s premises with a view the goods shall remain at the risk of the to evaluating the actual progress SELLER until delivery has been of work on the basis of completed. SELLER‟s time schedule document. 15.2 Delivery shall be deemed to have been made : 14.3.2 Irrespective of such inspection, a) In the case of FOB, CFR & CIF SELLER shall advise Contracts, when the Goods have

124 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

been put on board the ship, at the specified port of loading and a clean 16.1 All goods supplied under the contract Bill of Lading is obtained. The date shall be fully insured in a freely of Bill of Lading shall be considered convertible currency against loss or as the delivery date. damage incidental to manufacture or b) In case of FOT despatch point acquisition, transportation, storage and contract (For Indian bidder), on delivery. evidence that the goods have been loaded on the carrier and a 16.2 Where delivery is on FOB or CFR basis, negotiable copy of the GOODS marine insurance shall be the receipt obtained. The date of responsibility of the Purchaser. LR/GR shall be considered as the Insurance Requirements: date of delivery. Indigenous Bidders :Transit risk c) In case of FOT site (for Indian insurance from bidders) on receipt of goods by F.O.T. despatch PURCHASER/ at the designated point onwards site(s). shall be arranged 15.3 The delivery terms are binding and and borne by essential and consequently, no delay is GAIL. allowed without the written approval of Foreign Bidders : Marine insurance PURCHASER. Any request concerning as well as transit delay will be void unless accepted by insurance in PURCHASER through a modification to Purchaser‟s the CONTRACT. country shall be 15.4 Delivery time shall include time for arranged and submission of drawings for approval, borne by GAIL. incorporation of comments, if any, and The SELLER shall ensure that in final approval of drawings by effecting despatch of materials, the PURCHASER. primary responsibility of the carriers for 15.5 In the event of delay in delivery, Price safe movement is always retained so that Reduction Schedule as stipulated in the PURCHASER‟s interests are fully Article – 26 shall apply. safeguarded and are in no way jeopardized. The Seller shall furnish the 15.6 The documentation, in English cost of materials against each equipment. Language, shall be delivered in due time, in proper form and in the required number of copies as specified in the 17. Transportation contract. 17.1 Where the SELLER is required under the 15.7 The additional copies of final drawings CONTRACT to deliver the GOODS and instructions will be included in the FOB, transport of the GOODS until package of goods, properly enveloped delivery, that is, upto and including the and protected. point of putting the GOODS on board 15.8 The SELLER should comply with the the export conveyance at the specified Packing, Marking and Shipping port of loading, shall be arranged and Documentation & Specifications paid for by the SELLER and the cost enclosed. thereof shall be included in the Contract price. 16 Transit Risk Insurance

125 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

17.2 Where the SELLER is required under the notice given by Purchaser. CONTRACT to deliver the GOODS 18.4 The cost of incidental services shall not CFR or CIF, transport of the Goods to be included in the quoted prices. The the port of discharge or such other point cost of applicable incidental services in the country of destination as shall be should be shown separately in the price specified in the CONTRACT shall be schedules, if asked. arranged and paid for by the SELLER and the cost thereof shall be included in the Contract price. 19 Spare Parts and Maintenance Tools

18 Incidental Services 19.1 Seller may be required to provide any or 18.1 The Seller may be required to provide all of the following materials and any or all of the following services: notification pertaining to spare parts 18.1.1 Performance or supervision of onsite manufactured or distributed by the assembly and/or start-up of the supplied Seller. Goods: 19.1.1 Such spare parts as the Purchaser may 18.1.2 Furnishing tools required for assembly opt to purchase from the Seller, provided and/or maintenance of the supplied that his option shall not relieve the Seller Goods: of any warrantee obligations under the 18.1.3 Performance or supervision or Contract, and maintenance and/or repair of the

supplied Goods, for a period of time 19.1.2 In the event of termination of production agreed by the parties, provided that this of the spare parts: service shall not relieve the Seller of any i) Advance notification to the warrantee/guarantee obligations under Purchaser of the pending the Contract. termination, in sufficient time to 18.1.4 Training of the Purchaser‟s personnel at permit the Purchaser to procure the Seller‟s plant and/or at Site, in needed requirements, and assembly, start-up operation, ii) Following such termination, maintenance and/or repair of the furnishing at no cost to the supplied Goods at no extra cost. Purchaser, the blue prints, However, Purchaser will bear boarding, drawings and specifications of lodging & personal expenses of the spare parts, if any when Trainees. requested. 18.2 Prices charged by the Seller for the 19.2 Seller shall supply item wise list with preceding incidental services, shall not value of each item of spare parts and exceed the prevailing rates charged to maintenance tools requirements, along other parties by the Seller for similar with full details of services. manufacturers/vendors for such 18.3 When required, Seller shall depute spares/maintenance tools for necessary personnel for supervision 19.2.1 The construction, execution and and/or erection of the Equipment at site commissioning. for duration to be specified by Purchaser 19.2.2 Two years operation and on mutually agreed terms. Seller‟s maintenance. personnel shall be available at Site within seven days for emergency action 19.3 Spare parts shall be new and of first class and twenty-one days for medium and quality as per engineering standards/ long-term assistance, from the date of codes, free of any defects (even

126 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

concealed), deficiency in design, If any trouble or defect, originating with materials and workmanship and also the design, material, workmanship or shall be completely interchangeable with operating characteristics of any the corresponding parts. materials, arises at any time prior to 19.4 Type and sizes of bearings shall be twelve(12) months from the date of the clearly indicated. use for which the materials supplied under the Contract form a part thereof, 19.5 Spare parts shall be packed for long or twenty four (24) months from the date storage under tropical climatic of shipment (for each lot) whichever conditions in suitable cases, clearly period shall first expire, and the marked as to intended purpose. SELLER is notified thereof, SELLER shall, at his own expense and as 19.6 A list of special tools and gauges promptly as possible, make such required for normal maintenance and alterations, repairs and replacements as special handling and lifting appliances, if may necessary to permit the materials to any, for the Goods shall be submitted to function in accordance with the Purchaser. specifications and to fulfill the foregoing guarantees. 19.7 Bidders should note that if they do not comply with Clause 19.2 above, their PURCHASER may, at his option, quotation may be rejected. remove such defective materials, at SELLER‟S expense in which event 20 Guarantee SELLER shall, without cost to PURCHASER and as promptly as 20.1 All Goods or Materials shall be supplied possible, furnish and install proper strictly in accordance with the materials. Repaired or replaced specifications, drawings, data sheets, materials shall be similarly guaranteed other attachments and conditions stated by the SELLER for a period of no less in the Contract. than twelve (12) months from the date of No deviation from such specifications or replacement/repair. alterations or of these conditions shall be made without PURCHASER‟S In the event that the materials supplied agreement in writing which must be do not meet the specifications and/or not obtained before any work against the in accordance with the drawings data order is commenced. All materials sheets or the terms of the Contract and supplied by the SELLER pursuant to the rectification is required at site, Contract (irrespective of whether PURCHASER shall notify the SELLER engineering, design data or other giving full details of differences. The information has been furnished, SELLER shall attend the site within reviewed or approved by PURCHASER) seven (7) days of receipt of such notice are guaranteed to be of the best quality to meet and agree with representatives of of their respective kinds (unless PURCHASER, the action required to otherwise specifically authorized in correct the deficiency. Should the writing by PURCHASER) and shall be SELLER fail to attend meeting at Site free from faulty design, workmanship within the time specified above, and materials, and to be of sufficient size PURCHASER shall immediately rectify and capacity and of proper materials so the work/materials and SELLER shall as to fulfill in all respects all operating reimburse PURCHASER all costs and conditions, if any, specified in the expenses incurred in connection with Contract. such trouble or defect.

127 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

delivered and services performed, and by 20.2 PERFORMANCE GUARANTEE OF shipping documents submitted, and upon EQUIPMENT fulfillment of other obligations stipulated in the Contract. 20.2.1 SELLER shall guarantee that the 21.5 Payment will be made in the currency or performance of the EQUIPMENT currencies in which the Contract Price supplied under the CONTRACT shall be has been stated in the SELLER‟s bid, as strictly in conformity with the well as in other currencies in which the specifications and shall perform the SELLER had indicated in his bid that he duties specified under the CONTRACT. intends to incur expenditure in the 20.2.2 If the SELLER fails to prove the performance of the Contract and wishes guaranteed performance of the to be paid. If the requirements are stated EQUIPMENT set forth in the as a percentage of the bid price along specification, the SELLER shall with exchange rates used in such investigate the causes and carry out calculations these exchange rates shall be necessary rectifications/modifications to maintained. achieve the guaranteed performance. In case the SELLER fails to do so within a General Notes: reasonable period, the SELLER shall 1. All foreign currency payments to replace the EQUIPMENT and prove foreign bidder shall be released through guaranteed performance of the new an irrevocable Letter of Credit which equipment without any extra cost to shall be opened through Government of PURCHASER. India Nationalized Bank and hence shall not be confirmed. In case any 20.2.3 If the SELLER fails to prove the bidder insists on confirmation, charges guarantee within a reasonable period, towards confirmation shall be borne by PURCHASER/ shall have the option to him. L/C shall be established within 30 take over the EQUIPMENT and rectify, days after receipt of unconditional if possible, the EQUIPMENT to fulfill acceptance of Letter /Fax of Intent. the guarantees and/or to make necessary additions to make up the deficiency at 2. For dispatches on FOT dispatch point Seller‟s risk and cost. All expenditure (in India) basis, the payment shall be incurred by the PURCHASER in this through PURCHASER‟s bank. Payment regard shall be to SELLER‟s account. through Bank, wherever applicable,

shall be released as per normal banking 21 Terms of Payment procedures. 3. Payment shall be released within 30 21.1 The method of payment to be made to days after receipt of relevant documents the SELLER under this CONTRACT complete in all respects. shall be specified in the Special Conditions of Contract. 4. All bank charges incurred in connection with payments shall be to Seller‟s 21.2 The type(s) of payment to be made to the account in case of Indian bidders and to SELLER under this CONTRACT shall respective accounts in case of Foreign be specified in the Special Conditions of bidder. Contract. 5. Unless otherwise specifically stated in 21.3 The SELLER‟s request(s) for payment bid document, all payments shall be shall be made to the PURCHASER in made in the currency quoted. writing accompanied by an invoice describing, as appropriate, the Goods 6. No interest charges for delay in

128 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

payments, if any, shall be payable by 25 Delays In The Seller‟s Performance PURCHASER. 7. In case of Indian bidder, variation, if 25.1 If the specified delivery schedule is not any, on account of customs duty on adhered to or the progress of their built-in- import content, as per manufacture or supply of the items is not terms of bid document, shall be claimed satisfactory or is not in accordance with separately by bidder after receipt of the progress schedule the PURCHASER goods at site (s). However, any price has the right to: benefits to the PURCHASER, on i) hire for period of delay from elsewhere account of such variation as per terms goods which in PURCHASER‟s opinion specified in the bid document, shall be will meet the same purpose as the goods passed on to the PURCHASER along which are delayed and SELLER shall be with invoicing itself. liable without limitation for the hire 8. Agency commission, if any, to Indian charges; or agent for Foreign bidders, indicated in ii) cancel the CONTRACT in whole or in prices, shall be paid to the agent in part without liability for cancellation equivalent Indian Rupees on receipt and charges. In that event, PURCHASER acceptance of material at site. may procure from elsewhere goods which PURCHASER‟s opinion would 22 Prices meet the same purpose as the goods for 22.1 Prices charged by the SELLER for which CONTRACT is cancelled and Goods delivered and services performed SELLER shall be liable without under the CONTRACT shall not, with limitations for the difference between the the exception of any price adjustments cost of such substitution and the price set authorized by the Contract vary from the forth in the CONTRACT for the goods prices quoted by the SELLER in his bid. involved; or i) hire the substitute goods vide (I) above 23 Subletting & Assignment and if the ordered goods continue to remain undelivered thereafter, cancel the 23.1 The contractor shall not without previous order in part or in full vide (ii) above. consent in writing of the PURCHASER authority, sublet, transfer or assign the25.2 Any inexcusable delay by the SELLER contract or any part thereof or interest or his sub-contractor shall render the therein or benefit or advantage thereof in SELLER liable, without prejudice to any any manner whatsoever. Provided, other terms of the Contract, to any or all of nevertheless, that any such consent shall the following sanctions: forfeiture of not relieve the contractor from any Contract performance guarantee (if obligation, duty or responsibility under applicable), imposition of price reduction for the contract. delay in delivery and termination of the contract for default. 24 Time As Essence of Contract 26 Price Reduction Schedule For Delayed Delivery 24.1 The time and date of delivery/completion of the GOODS/SERVICES as stipulated 26.1 Subject to Article -29, if the SELLER in the Contract shall be deemed to be the fails to deliver any or all of the GOODS or essence of the Contract. performance the services within the time period (s) specified in the CONTRACT, the

129 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

PURCHASER shall, without prejudice to his prejudice Purchaser‟s claim for rejection other remedies under the CONTRACT, of the EQUIPMENT on final inspection deduct from the CONTRACT PRICE, a sum at SITE or claims under warranty calculated on the basis of the CONTRACT provisions. PRICE, including subsequent modifications. 27.2 If the EQUIPMENTS are not of specification or fail to perform specified

26.1.1 Deductions shall apply as per following duties or are otherwise not satisfactory formula: the PURCHASER shall be entitled to In case of delay in delivery of reject the EQUIPMENT/MATERIAL or equipment/materials or delay in part thereof and ask free replacement completion, total contract price shall be within reasonable time failing which reduced by 1/2% (Half percent) of the obtain his requirements from elsewhere total contract price per complete week of at SELLER‟s cost and risk. delay or part thereof subject to a 27.3 Nothing in this clause shall be deemed to maximum of 5% (Five percent) of the deprive the PURCHASER AND/OR total contract price. AFFECT ANY rights under the Contract 26.2 In case of delay in delivery on the part of which it may otherwise have in respect Seller, the invoice/document value shall of such defects or deficiencies or in any be reduced proportionately for the delay way relieve the SELLER of his and payment shall be released obligations under the Contract. accordingly. 27.4 EQUIPMENT rejected by the 26.3 In the event the invoice value is not PURCHASER shall be removed by the reduced proportionately for the delay, the Seller at his cost within 14 days of notice PURCHASER may deduct the amount after repaying the amounts received so payable by SELLER, from any against the SUPPLY. The amount falling due to the SELLER or by PURCHASER shall in no way be recovery against the Performance responsible for any deterioration or Guarantee (if applicable). damage to the EQUIPMENT under any circumstances whatsoever. Both seller and PURCHASER agree that 27.5 In case of rejection of EQUIPMENT, the above percentages of price reduction PURCHASER shall have the right to are genuine pre estimates of the recover the amounts, if any, from any of loss/damage which the PURCHASER CONTRACTOR‟S invoices pending would have suffered on account of with PURCHASER or by alternative delay/breach on the part of the SELLER method(s). and the said amount will be payable on demand without there being any proof of 28 Termination of Contract the actual loss/or damage caused by such breach/delay. A decision of the 28.1 Termination for Default PURCHASER in the matter of 28.1.1 The PURCHASER may, without applicability of price reduction shall be prejudice to any other remedy for breach final and binding. of CONTRACT, by written notice of default sent to the SELLER, terminate 27 Rejections, Removal of Rejected the CONTRACT in whole or in part: Equipment & Replacement A) If the SELLER fails to deliver any

or all of the GOODS within the time 27.1 Preliminary inspection at SELLER‟s period(s) specified in the works by INSPECTOR shall not CONTRACT; or

130 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

B) If the SELLER fails to perform any 28.3 Termination for Convenience other obligation(s) under the 28.3.1 The PURCHASER may, by written CONTRACT, and notice sent to the SELLER, terminate the C) If the SELLER, in either of the CONTRACT, in whole or part, at any above circumstances, does not cure time for his convenience. The notice of his failure within a period of 30 termination shall specify that termination days (or such longer period as the is for the PURCHASER‟s convenience, PURCHASER may authorize in the extent to which performance of work writing) after receipt of the default under the CONTRACT is terminated and notice from the PURCHASER. the date upon which such termination 28.1.2 In the event the PURCHASER becomes effective. terminates the CONTRACT in whole or 28.3.2 The GOODS that are complete and ready in part, pursuant to Article 28.1.1, the for shipment within 30 days after the PURCHASER may procure, upon such SELLER‟s receipt of notice of terms and in such manner as it deems termination shall be purchased by the appropriate, goods similar to those PURCHASER at the CONTRACT terms undelivered and the SELLER shall be and prices. For the remaining GOODS, liable to the PURCHASER for any the PURCHASER may opt: excess costs for such similar GOODS. a) to have any portion completed and However, the SELLER shall continue delivered at the CONTRACT terms performance of the CONTRACT to the and prices, and /or extent not terminated. b) to cancel the remainder and pay to 28.1.3 In case of termination of CONTRACT the SELLER an agreed amount for herein set forth (under clause 28) except partially completed GOODS and for under conditions of Force Majeure and materials and parts previously termination after expiry of contract, the procured by the SELLER. VENDOR shall be put under holiday [i.e. neither any enquiry will be issued to the 29 Force Majeure party by GAIL (India) Ltd. Against any type of tender nor their offer will be 29.1 Shall mean and be limited to the considered by GAIL against any ongoing following: tender (s) where contract between GAIL and that particular VENDOR (as a bidder) a) War/hostilities has not been finalized] for three years b) Riot or Civil commotion from the date of termination by GAIL (India) Ltd. to such VENDOR. c) Earthquake, flood, tempest, lightening or other natural physical 28.2 Termination for Insolvency disaster. The PURCHASER, may at any time, d) Restrictions imposed by the terminate the CONTRACT by giving Government or other Statutory written notice to the SELLER, without bodies which prevents or delays the compensation to the SELLER, if the execution of the Contract by the SELLER becomes bankrupt or otherwise SELLER. insolvent, provided that such termination will not prejudice or affect any right of The SELLER shall advise PURCHASER action or remedy which has accrued or by a registered letter duly certified by the will accrue thereafter to the local Chamber of Commerce or statutory PURCHASER. authorities, the beginning and end of the above causes of delay within seven (7)

131 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

days of the occurrence and cessation of such Force Majeure Conditions. In the 30.3 Legal Construction event of delay lasting over one month, if arising out of causes of Force Majeure, The Contract shall be, in all respects be PURCHASER reserves the right to construed and operated as an Indian cancel the Contract and the provisions Contract and in accordance with Indian governing termination stated under Laws as in force for the time being and is Article 28.0 shall apply. subject to and referred to the Court of For delays arising out of Force Majeure, Law situated within Union Territory of the SELLER shall not claim extension in New Delhi. completion date for a period exceeding

the period of delay attributable to the 30.4 Arbitration causes of Force Majeure and neither PURCHASER nor SELLER shall be All disputes, controversies, or claims liable to pay extra costs provided it is between the parties (except in matters mutually established that Force Majeure where the decision of the Engineer-in- Conditions did actually exist. Charge is deemed to be final and binding) which cannot be mutually SELLER shall categorically specify the resolved within a reasonable time shall extent of Force Majeure Conditions be referred to Arbitration by a sole prevalent in their works at the time of arbitrator. submitting their bid and whether the same have been taken into consideration The PURCHASER (GAIL (India) or not in their quotations. In the event of Limited) shall suggest a panel of three any force majeure cause, the SELLER or independent and distinguished persons to the PURCHASER shall not be liable for the Seller to select any one among them delays in performing their obligations to act as the sole Arbitrator. under this order and the delivery dates In the event of failure of the Seller to will be extended to the SELLER without select the Sole Arbitrator within 30 days being subject to price reduction for from the receipt of the communication delayed deliveries, as stated elsewhere. suggesting the panel of arbitrators, the right of selection of Sole Arbitrator by 30 Resolution of Disputes/Arbitration the other party shall stand forfeited and the PURCHASER shall have discretion to proceed with the appointment of the 30.1 The PURCHASER and the SELLER Sole Arbitrator. The decision of the shall make every effort to resolve PURCHASER on the appointment of amicably by direct informal negotiations Sole Arbitrator shall be final and binding any disagreement or dispute arising on the parties. between them under or in connection with the contract. The award of the Sole Arbitrator shall be final and binding on the parties and 30.2 If, after thirty days from the unless directed/awarded otherwise by the commencement of such informal Sole Arbitrator, the cost of arbitration negotiations, the PURCHASER and the proceedings shall be shared equally by SELLER have been unable to resolve the parties. The arbitration proceeding amicably a Contract dispute, either party shall be in English language and the may require that the dispute be referred venue shall be at New Delhi, India. for resolution to the formal mechanism as specified hereunder.

132 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Subject to the above, the provisions of the Parties arising under/out of/in (Indian) Arbitration & Conciliation Act, connection with this contract shall be 1996 and the rules framed thereunder settled in accordance with the afore said shall be applicable. All matters relating rules. to this contract are subject to the exclusive jurisdiction of the Courts 30.7 In case of any situated in the State of Delhi (India). disputes(s)/difference(s)/issue(s), a Party shall notify the other Party(ies) in Seller may please note that the writing about such a disputes(s) / Arbitration & Conciliation Act 1996 was difference(s) / issue(s) between b / enacted by the Indian Parliament and is amongst the Parties and the such a Party based on United nations Commission on wishes to International Trade Law (UNCITRAL refer the disputes(s)/difference(s)/issue( model law), which were prepared after s) Conciliation such invitation for extensive consultation with Arbitral Conciliation shall contain sufficient Institutions and centers of International information as to the Commercial Arbitration. The United disputes(s)/difference(s)/issue(s) to Nations General Assembly vide enable the other Party(ies) to be fully resolution 31/98 adopted the informed as to the nature of the UNCITRAL Arbitration rules on 15 disputes(s)/difference(s)/issue(s), the December 1996. amount of monetary claim, if any, and apparent cause(s) of action. The WORK under the CONTRACT shall, however, continue during the 30.8 Conciliation proceedings commence Arbitration proceedings and no payment when the other Party (ies) accept(s) the due or payable to the Seller shall be invitation to conciliate and confirmed in withheld on account of such writing. If the other Party (ies) reject(s) proceedings. the invitation, there will be no conciliation proceeding. 30.5 GAIL (India) Limited has framed the conciliation rules 2010 in conformity 30.9 If the Party initiating conciliation dose with supplementary to Part – III of the not receive a reply within thirty Indian Arbitration and conciliation act days from the date on which he/she 1986 for speedier, cost effective and send the invitation, or within such other amicable settlement of disputes through period of time as specified in the conciliation. A copy of the said rules invitation. He/she may elect to treat this made available on GAIL‟s web site as a rejection of the invitation to www.gailonline.com for reference. conciliation. If he/she so elect, he/she Unless otherwise specified. The matters shall inform the other Party(ies) where decision of the Engineer-in- accordingly. Charge is deemed to be final and binding as provided in the Agreement 30.10 Where invitation for Conciliation has and the issues/disputes which been furnished, the parties shall attempt cannot be mutually resolved within a to settle such disputes(s) amicably under reasonable time, all disputes shall be part-III of the Indian Arbitration and settled in accordance with Conciliation Conciliation Act 1996 and GAIL (India) Rules 2010. Limited Conciliation Rules, 2010. It would be only after exhausting the 30.6 Any disputes(s)/difference(s)/issue(s) of option of Conciliation as an Alternate any kind whatsoever between/ amongst Disputes Resolution Mechanism that the

133 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

parties hereto shall go for Arbitration. 33 Taxes & Duties For the purpose of this clause. The option of „Conciliation‟ shall be deemed 33.1 A foreign Seller shall be entirely to have been exhausted even in responsible for all taxes, stamp duties, case of rejection of „Conciliation‟ by any license fees, and other such levies of the Parties. imposed outside the PURCHASER‟s country. 30.11 The cost of Conciliation proceeding including but not limited to fees for 33.2 A domestic Seller shall be entirely Conciliation(s), Airfare, Local Transport, responsible for all taxes, duties, license Accommodation, Cost towards fees etc. incurred until the delivery of the conference facility etc. shall be borne by contracted goods to the PURCHASER. the parties equally. However, Sales Tax and Excise duty on finished products shall be reimbursed by 30.12 The Parties shall freeze claim(s) of PURCHASER. interest, if any and shall not claim the same during the pendency of 33.3 Customs duty payable in India for Conciliation proceeding. The Settlement imported goods ordered by Agreement, as and when reached/agreed PURCHASER on foreign Seller shall be upon, shall be signed between the Parties borne and paid by PURCHASER. and Conciliation proceedings shall stand terminated on the date Settlement 33.4 Any income tax payable in respect of Agreement. supervisory services rendered by Seller under the Contract shall be as per the 31 Governing Language Indian Income Tax Act and shall be borne by SELLER. It is upto the 31.1 The Contract shall be written in English bidder/seller to ascertain the amount of language as specified by the these taxes and to include them in his bid PURCHASER/ in the Instruction to price. Bidders. All literature, correspondence and other documents pertaining to the 34 Books & Records Contract which are exchanged by the parties shall be written in English 34.1 SELLER shall maintain adequate books language. Printed literature in other and records in connection with Contract language shall only be considered, if it is and shall make them available for accompanied by an English translation. inspection and audit by PURCHASER or For the purposes of interpretation, their authorized agents or representatives English translation shall govern and be during the terms of Contract until expiry binding on all parties. of the performance guarantee. Fixed price (lumpsum or unit price) Contract 32 Notices will not be subject to audit as to cost except for cost reimbursable items, such 32.1 Any notice given by one party to the as escalation and termination claims, other pursuant to the Contract shall be transportation and comparable sent in writing or by telegram or fax, requirements. telex/cable confirmed in writing. 32.2 A notice shall be effective when 35 Permits & Certificates delivered or on the notice‟s effective date, whichever is later. 35.1 SELLER shall procure, at his expense, all necessary permits, certificates and

134 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

licenses required by virtue of all No sum paid on account by the applicable laws, regulations, ordinances PURCHASER nor any extension of the and other rules in effect at the place date for completion granted by the where any of the work is to be PURCHASER shall affect or prejudice performed, and SELLER further agrees the rights of the PURCHASER against to hold PURCHASER harmless from the SELLER or relieve the SELLER of liability or penalty which might be his obligation for the due fulfillment of imposed by reason of any asserted or the CONTRACT. established violation of such laws, regulations, ordinances or other rules. 36.5 Cut-off Dates PURCHASER will provide necessary No claims or correspondence on this permits for SELLER‟s personnel to Contract shall be entertained by the undertake any work in India in PURCHASER after 90 days after expiry connection with Contract. of the performance guarantee (from the 36 General date of final extension, if any)

36.6 Paragraph heading 36.1 In the event that terms and conditions stipulated in the General Conditions of The paragraph heading in these Contract should deviate from terms and conditions shall not affect the conditions stipulated in the Contract, the construction thereof. latter shall prevail. 37 Import License 36.2 Losses due to non-compliance of Instructions 31.7 No import license is required for the imports covered under this document. Losses or damages occurring to the

PURCHASER owing to the SELLER‟s 38 FALL CLAUSE failure to adhere to any of the

instructions given by the PURCHASER 38.1 The price charged for the materials in connection with the contract execution supplied under the order by the supplier shall be recoverable from the SELLER. shall in no event exceed the lowest price 36.3 Recovery of sums due at which the supplier or his All costs, damages or expenses which agent/principal/dealer, as the case may the PURCHASER may have paid, for be, sells the materials of identical which under the CONTRACT SELLER description to any persons/organizations is liable, may be recovered by the including the Purchaser or any PURCHASER (he is hereby irrevocably department of the Central Govt. or any authorized to do so) from any money due Deptt. Of a State Govt. or any Statutory to or becoming due to the SELLER Undertaking of the Central or State Govt. under this Contract or other Contracts as the case may be, during the currency and/or may be recovered by action at law of the order. or otherwise. If the same due to the SELLER be not sufficient to recover the 38.2 If at any time during the said period, the recoverable amount, the SELLER shall supplier or his agent/principal/dealer, as pay to the PURCHASER, on demand, the case may be, reduces the sale price, the balance amount. sells or offers to sell such materials to any persons/organizations135 including 36.4 Payments, etc. not to affect rights of the the Purchaser or any Deptt. Of Central PURCHASER Govt. or State Govt. as the case may be, at a price lower than the price chargeable

135 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

under the order, he shall forthwith notify such reduction or sale or offer of sale to 39.1 Seller shall not without the written the Purchase Authority who has issued permission of PURCHASER/Consultant this order and the price payable under make a reference to PURCHASER / the order for the materials supplied after Consultant or any Company affiliated the date of coming into force of such with PURCHASER/Consultant or to the reduction or sale or offer of sale shall destination or the description of goods or stand correspondingly reduced. services supplied under the contract in any publication, publicity or advertising The above stipulation will, however, not media apply to: a) Exports by the Contractor/Supplier or 40 Repeat Order: b) Sale of goods as original equipment at prices lower than the prices charged for 40.1 PURCHASER reserves the right, within normal replacement 6 months of order to place repeat order upto 50% of the total order qty. without c) sale of goods such as drugs which have any change in unit price or other terms expiry dates. and conditions.

38.3 The supplier shall furnish the following 41 Limitation of Liability certificate to the concerned Paying 41.1 Notwithstanding anything contrary Authority along with each bill for contained herein, the aggregate total payment for supplies made against this liability of Seller under the Agreement or order:- otherwise shall be limited to 100% of Agreement / Order price. However, “I/We certify that there has been no neither party shall be liable to the other reduction in sale price of the party for any indirect and consequential items/goods/materials of description damages, loss of profits or loss of identical to those supplied to the GAIL production. under the order herein and such items/goods/materials have not been offered/sold by me/us to any person/organizations including the Purchaser or any Deptt. Of Central Govt. or any Deptt. Of State Govt. or any Statutory Undertaking of the Central or State Govt. as the case may be upto the date of bill/during the currency of the order whichever is later, at a price lower than the price charged to the GAIL under the order.”

Such a certificate shall be obtained, except for quantity of items/goods/materials categories under sub-clause (a),(b) & (c) of sub-para 38.2 above, of which details shall be furnished by the supplier.

39 Publicity & Advertising

136 | P a g e

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SECTION - V SPECIAL CONDITIONS OF CONTRACT (SCC) & SCOPE OF SUPPLY

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SPECIAL CONDITIONS OF CONTRACT

FOR SOR PART – A & B

1.0 GENERAL INFORMATION

1.1 The "Special Conditions of Contract [SCC]" shall be read in conjunction with the "General Conditions of Contract [GCC]", "Schedule of Rates [SOR]", "Scope of Work" and any other document forming part of the Contract, wherever the context so requires.

1.2 Notwithstanding, the sub-divisions of the documents into separate sections, each part shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so.

1.3 Where any portion of the "GCC" is repugnant to or at variance with any provisions of the "SCC", unless a different intention appears the provisions of the "SCC" shall be deemed to override the provisions of "GCC", and shall to the extent of such repugnancy or variations, prevail. In case of any contradiction, the decision of the "Engineer-in-Charge [EIC]" will be final and binding on the Contractor.

1.4 The Contractor shall deploy diligent, experience, smart, intelligent and hard-working persons in the skilled, semi-skilled categories as required.

2.0 SITE INFORMATION

It is understood that before quoting the rates, the Bidder has visited the work-site and has acquainted himself fully with the nature and quantum of job to be carried out by him in case of award of contract. Ignorance of this will not be considered after the award of Contract. The Contractor will be responsible to complete the entire job in all respects, including any other work necessary to complete the job satisfactorily, though specifically not covered in the "Scope of Work”.

3.0 WATER, POWER AND OTHER UTILITIES

3.1 No water and power shall be provided by the OWNER. It shall be the responsibility of the CONTRACTOR to arrange water and power at his own cost for execution of work.

3.2 In case of water logging in the excavated portion, the CONTRACTOR has to arrange de- watering pump and generator.

4.0 ORDER OF WORKS

4.1 The order in which the work shall be carried out subject to the approval of the Engineer-In-Charge and shall be so as to suit the detailed methodology adopted by the

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

CONTRACTOR, as well as the agreed joint programme. The work shall be carried out in a manner so as to enable the other CONTRACTOR, if any, to work concurrently.

4.2 OWNER reserves the right to fix up priorities which will be conveyed by Engineer-In-Charge and the CONTRACTOR shall plan and execute work accordingly.

5.0 SCOPE OF WORK:

As per the tender document

6.0 CONTRACTOR‟S SCOPE OF SUPPLY & OBLIGATION:

Apart from OWNER‟s obligation mentioned in the clause no. 5 of SCC, all other obligations/responsibilities are with the CONTRACTOR to complete the entire job to the satisfaction of the OWNER.

7.0 DURATION OF CONTRACT / CONTRACT PERIOD

The duration of contract in all respect shall be, as follows-

1.) For supply of Material – 03 months, from date of LOI which includes approval of relevant drawing FAT, Supply of materials. 2.) For Installation Testing & commissioning – 02 months from the date of intimation of GAIL, after receiving of material.

From the date of installation, testing & commissioning of all the chargers & ACDB at pipeline installations, the system will put on trial for 03 (three) months period.

Final bill shall be released to the Vendor, after successful trial test for 03 (three) months.at last Installation.

8.0 MOBILISATION ADVANCE

No mobilization advance will be given.

9.0 INSPECTION / CONSTRUCTION AIDS, EQUIPMENT, TOOLS AND TACKLES

9.1 CONTRACTOR shall be solely responsible for making available for executing the work, all requisite Equipment, Special Aids, Tools, Tackles and Testing equipment and appliances suitable for this type of work. Such equipment shall be subject to examination and approval by OWNER for the same being in first class operating condition. Any discrepancies pointed out by OWNER shall be immediately got rectified, repaired or the equipment replaced

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

altogether, by CONTRACTOR within a reasonable time frame. OWNER shall not in any way be responsible for providing any such equipment, tools and tackles etc. other than what is mentioned under OWNER‟S OBLIGATION .

9.2 Contracted rates shall be deemed to be inclusive of custom duties, if any, applicable on the equipments & machinery imported from abroad and set up in India for the execution of this contract. No adjustment in contracted rates shall be permissible for any change in duty as specified above.

10.0 DEMURRAGE, WHARFAGE ETC.

All demurrage, wharfage and other expenses incurred due to delayed clearance of the equipments as above or any other reason shall be to the account of the CONTRACTOR.

11.0 PRICE ESCALATION

The contract price shall be deemed to be firm and valid for the entire duration of the contract till the completion of work, and shall not be subject to any adjustment due to increase in prices of materials, utilities, or any other input for performance of work under the contract.

12.0 COMPLIANCE WITH LAWS

12.1 The CONTRACTOR shall abide by all applicable rules, regulations, statutes, laws governing the performance of works in India, including but not limited to the following:

i) Contract Labour (Regulation & Abolition) Act. ii) Payment of Wages Act. iii) Minimum Wages Act. iv) Employer's Liability Act. v) Factory Act vi) Apprentices Act vii) Workman's Compensation Act viii) Industrial Dispute Act. ix) Environment Protection Act. x) Any other Statute, Act, Law as may be applicable for establishing, maintaining, running of coating plant.

12.2 Similarly the CONTRACTOR shall abide by all the applicable rules, regulations, statutes, laws governing the performance of works outside India, if applicable.

12.3 OWNER shall not be responsible for any default by CONTRACTOR due to lack of information on the part of the CONTRACTOR.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

13.0 SCHEDULE OF RATES

The Schedule of Rates (SOR) shall be read in conjunction with Special Conditions of Contract, General Conditions of Contract, Technical Specifications, Drawings and any other document forming part of the contract. The quantities shown against the various items are only approximate and subject to variations as per the stipulation made in General Conditions of Contract. The contracted rates shall include any variations in the quantities of work.

All the works, item wise, shall be measured upon completion and paid for at the contracted rates. In case any activity though specifically not covered in Schedule of Rates description but the same is covered under Scope of work/ specification/Drawings etc., no extra claim on this account shall be entertained, since SOR is to be read in conjunction with SCC, GCC, Technical specifications, drawings & any other documents forming part of the contract.

All items of work in the Schedule of Rates shall be carried out as per the specifications, drawings and instructions of the Engineer-In-Charge and the Rate so quoted in Schedule of Rates shall be inclusive of all materials, consumables, labour, supervision, tools and tackles, as well as preparatory, incidental, intermediate/auxiliary/ancillary or enabling works etc.

14.0 ENTRY PASSES, GATE PASSES, WORK PERMITS & SAFETY REGULATIONS

14.1 ENTRY PASSES

14.1.1 The CONTRACTOR has to apply for photo entry passes for his workers & staff in a prescribed Performa available with OWNER.

14.1.2 Non-utilized/Expired entry passes shall have to be submitted immediately to OWNER.

14.1.3 Identity card issued by the security section should always be carried /displayed by CONTRACTOR‟s employee on person while working inside the plant/platform.

14.2 GATE PASSES

To bring materials/equipments/tools/ tackles etc. inside the plant for Construction Work, the CONTRACTOR has to produce challans/proper documents to the OWNER‟s personnel at gate. The materials shall be checked thoroughly by the OWNER‟s personnel at gate and recorded in their register before allowing any materials to bring inside the Plant/platform by CONTRACTOR/his representative. It is CONTRACTOR‟s responsibility to see that the Recorded Entry No., Date, Signature of OWNER‟s authorized representative personnel with stamp are there on the challan/supporting documents before taking any materials inside the plant. In addition to above, entry of the material will be permitted only during the stipulated working hour, and more so, if consignee is available to receive the said material.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

To take CONTRACTOR‟s materials out of the plant, the CONTRACTOR has to apply with specific purpose/reasons to the Engineer-In-Charge, attaching challans/ supporting documents signed by OWNER‟s personnel at gate during entry. Moreover, a certificate from the Management certifying that the nomenclature and specification shown in the challan confirms to the original one as correct, will be issued. The CONTRACTOR shall abide by security regulations as enforced by OWNER from time to time.

14.3 WORK PERMIT

COLD WORK permits are to be obtained for the jobs which are not coming under the category of HOT WORK and where there is not risk of fire like:

(i) Transportation/backfilling of ordinary soil in manual process.

(ii) Arrangement for making Welding/Hot WORK both, setup for temporary power/water connection, shed for protecting M/cs from rain etc.

(iii) Cold application of hot & cold insulating materials on pipes & equipments.

(iv) Hydro testing.

(v) Shuttering, fixing of reinforcement, hand mix concreting, plastering, brickwork, etc.

According to the nature of WORK and use of various types of equipments & tools the CONTRACTOR has to apply for Cold/Hot permits in a prescribed format at least three days before the WORK is planned to start. No WORK permit shall be issued by the competent authority unless proper arrangement is made by the CONTRACTOR at site to ensure safe performance of WORK inside the plant/platform. Job wise and area wise permit shall be issued to the CONTRACTOR and against each permit at least one construction supervisor and one safety supervisor of required level shall always be made available at site by the CONTRACTOR. The supervisor shall have sufficient experience in relevant field.

14.4 VEHICLE PERMIT

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:

(l) Vehicle/Equipment etc. should be brought to site in good condition.

(2) Muffler/Spark arrestor of approved quality is to be provided at exhaust pipe end and fuel tank should be locked.

(3) Cover should be provided on battery.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

(4) Valid road tax certificate, fitness certificate and insurance policy from competent

authority.

(5) Valid operating/driving license of driver/operator.

(6) Valid load test certificate from competent authority.

14.5 VALIDITY OF THE PERMIT

(l) Permit is valid between 9.30 hrs and l6.30 hrs.

(2) No permit is valid if it is not renewed by the Shift-In-Charge/his representative in shifts (morning & evening).

(3) The permit shall be issued for a maximum period of one month and if extension is required, the CONTRACTOR has to apply for fresh permit.

(4) As a special case working hours beyond l6.30 hrs may be extended up to l9:00 hrs after taking approval of Engineer-In-Charge, if the CONTRACTOR applied for extended hours in well advance with valid reasons.

(5) No permit is valid on holidays unless special permission is obtained from the competent authority.

14.6 SAFETY REGULATIONS

14.6.1 REGARDING WORK PERMIT

The WORK shall be carried out inside the plant/platform as per safety practices enforced by OWNER safety section and instruction of EIC issued from time to time. Many times it may happen that the working hours shall be drastically reduced or increased to meet certain safety requirements and the CONTRACTOR shall meet these requirements without any argument for time and financial implementation. To obtain WORK permit and to satisfy all conditions laid down therein, shall be the responsibility of the CONTRACTOR. No claim for idling of machinery, plant, manpower etc. for safety reasons or non-issuance of WORK permit by EIC, Safety Section shall be considered.

The CONTRACTOR shall abide by all safety regulations of the plant and ensure that safety equipment for specific job kit as stipulated in the factory act/safety handbook is issued to the employee during the execution of WORK, failing which all the WORKS at site will be suspended.

14.6.2 REGARDING USE OF VEHICLE

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

(l) Vehicle must not play on any road within the plant at a speed exceeding permitted speed for particular plant.

(2) Mobile crane/loaded trucks/trailers must not exceed speed limit of l0 km/hr. inside the

plants.

(3) No crane is allowed to move inside the plant with load.

(4) No vehicle is allowed to park inside the plant.

15.0 TERMS OF PAYMENT 15.1 FOR SUPPLY:

i. GAIL shall release 70% payment within 15 days after receipt and acceptance of items at site through e- banking.

ii. 20% of the material value after successful Installation , Testing & Commissioning of system duly certified by Engineer-In-Charge through e-banking.

iii. Balance 10% shall be released along with final bill after the trial run of 03 months.

15.2 FOR SERVICES:

i. 90 % payments towards services shall be made after successful Installation, Testing & Commissioning of system duly certified by Engineer-In-Charge through e-banking.

ii Balance 10% shall be released along with final bill after the trial run of 03 months.

16.0 ORGANISATION FOR THIS WORK

Subject to the provisions in the contract document and without prejudice to CONTRACTOR‟s liabilities and responsibilities to provide adequate qualified skilled, semi-skilled and unskilled personnel on the work, CONTRACTOR shall deploy site organization and augment the same as decided by the Engineer-in-Charge depending upon the job requirement & the exigencies of work so as to complete all works within the contracted time schedule and without any additional cost to OWNER.

17.0EQUIPMENTS, TOOLS & TACKLES

The CONTRACTOR shall without prejudice to his overall responsibility to execute and complete the work as per specifications and time schedule, progressively deploy adequate equipments,

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

tools & tackles and augment the same as decided by the Engineer-in-Charge depending on the exigencies of the work so as to complete all works within the contracted time schedule and without any additional cost to OWNER.

18.0 TESTS AND INSPECTION

The CONTRACTOR shall carry out the various tests as per the technical documents that will be furnished to him during the performance of the work and no separate payment shall be made unless otherwise specified in schedule of rates.

18.1 All the tests either on the field or at outside laboratories concerning the execution of the work shall be carried out by the CONTRACTOR at their own cost. 18.2 The CONTRACTOR shall provide for purposes of inspection, vehicle access ladders, lighting and necessary instruments at his own cost for inspection work. 18.3 Any work not conforming to execution drawings, specifications or codes shall be rejected forthwith and the CONTRACTOR shall carry out the rectifications at his own cost. 18.4 Inspection and acceptance of work shall not relieve the CONTRACTOR from any of his responsibilities under this contract. 18.5 Statutory fees paid to statutory authorities for repeat tests and inspection due to failures, repairs etc. reasons attributable to the CONTRACTOR shall be borne by the CONTRACTOR. 18.6 The CONTRACTOR shall submit the schedules well in advance to the EICs of GAIL work centers for deputing site engineers for inspection/witnessing the survey work in their respective regions. 19.0 TAX LIABILITIES

19.1 The prices quoted in the “Schedule of Rates (SOR)” should be inclusive of all expenses of transportation, overheads, profits, etc. The same should also be inclusive of all taxes (except GST), duties, levies, statutory payments, license fees, etc., imposed by the Government of UP/MP Works Contracts, etc. While quoting the prices, the bidder shall take into account all these aspects and no separate payment on any account shall be payable to the contractor at a later date. The quoted rates shall be inclusive of all, including taxes and duties etc. except GST & cess thereon.

19.2 Contractor shall be liable for timely payment of all taxes, duties & levies imposed by any Government / Government Department / Agency / Body including local autonomous bodies from time to time without any extra claim from the Owner. However, the Service Tax payable by the Contractor, if any, shall be reimbursed on production of receipt thereof. GAIL shall have no liability on these accounts and Contractor shall indemnify GAIL from any such liability, even if it arises in future.

19.3 Income Tax deductions shall be made from all payments to the Contractor as per rules and regulations in force in accordance with the Income Tax Act prevailing from time to time.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

However, contractor shall be entitled to get the TDS Certificate for the amount so deducted in the format prescribed by the Income Tax Department for the purpose.

19.4 Corporate Income Tax liability if any shall be in CONTRACTOR‟s account.

20.0 DEDUCTIONS FROM CONTRACT PRICE

All costs, damages or expenses which the OWNER may have paid, for which CONTRACTOR is liable under the CONTRACT shall be claimed by the OWNER. All such claims shall be billed by the OWNER to the CONTRACTOR, regularly as and when they fall due. All such claims shall be supported by appropriate and certified vouchers or explanations, to enable the CONTRACTOR to properly identify such claims. Such claims shall be paid by the CONTRACTOR within fifteen (15 days) of the receipt of corresponding bills and if not paid by the CONTRACTOR within the said period, the OWNER shall deduct the amount, from any amount due or becoming due to the CONTRACTOR under the Contract or may be recovered by actions of law or otherwise, if the CONTRACTOR fails to pay the OWNER of such claims. Intimation regarding deduction shall be given to CONTRACTOR.

21.0 DRAWINGS

The drawings accompanying the tender document are indicative & issued for tendering purpose only. These drawings indicate the general scheme as well as the layout to enable the CONTRACTOR to make an offer in line with the requirements of the OWNER. Detailed construction drawings on the basis of which actual execution of work is to proceed will be furnished to the CONTRACTOR progressively based on the detailed construction evolved after the award of work and also based on construction progress achieved. However, no extra claim whatsoever shall be entertained for any variation in the “Approved/issued for construction” and “Tender drawings” regarding any changes/units.

22.0 MAKE OF MATERIALS

22.1 All equipment and materials to be used under this contract shall be from approved vendors.

22.2 Wherever any make item is specified by a brand name, manufacturer or vendor, the make mentioned shall be for establishing type, function and quality desired. Other makes will be considered, provided sufficient information is furnished to the OWNER to assess the makes proposed by the CONTRACTOR as equivalent and acceptable.

22.3 Where the makes of materials are not indicated in the tender document, CONTRACTOR shall furnish details of proposed makes and use the same after written approval of EIC.

23.0 CLEARANCE OF SITE/QUALITY OF WORK

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

CONTRACTOR or his authorized representative shall be available at site at all times, during the progress of the work.

24.0 ADHERENCE TO SPECIFICATION

The work shall be carried out as per IS/NACE/BS/ANSI standard for the entire survey work. Wherever these codes are silent, the same shall be governed by sound engineering practice. And the decision of EIC in matter of interpretation shall be final and binding on the CONTRACTOR.

25.0 CHANGES IN QUANTITIES OF ITEMS DURING EXECUTION

The quantities indicated in the Scheduled of Rates are based on the information available as at present and may vary during execution depending upon site conditions. If the quantities of any item(s) change to any extent due to any reason whatsoever, the CONTRACTOR shall be bound to execute them at the rates quoted by him. The payment shall accordingly make based on the actual quantity executed.

26.0 DEFECT LIABILITY / WARRANTY PERIOD & SECURITY DEPOSIT:

26.1 Defects liability period shall be 12 months from the date of completion of entire works. The Contract Performance Security / Security Deposits shall be 10% of the total estimated Contract value is to be remitted by the Successful Bidder / Contractor within 15 days of issue of the “Letter of Acceptance (LOA)”. However, the Earnest Money Deposit (EMD) remitted by the Successful Bidder / Contractor can be converted / adjusted towards Contract Performance Security / Security Deposit, only if submitted in the form of Demand Draft / Banker‟s Cheque.

26.2 No interest shall be payable by the Owner / GAIL to the Contractor for the amount of Contract Performance Security / Security Deposit remitted by him for fulfillment of the terms & condition of the Contract.

26.3 The Contractor can furnish the Contract Performance Security / Security Deposit amount through Demand Draft / Banker‟s Cheque / Bank guarantee as per Clause of “Instruction To Bidders (ITB)” in the prescribed performa. The same shall be valid throughout the entire period of the Contract and until the expiry of the „Defect Liability / Warranty Period‟ as a security for the satisfactory execution & completion of works in accordance with the Scope of Work, Terms & Condition of the Contract.

26.4 The Contract Performance Security / Security Deposit of the Contractor shall be forfeited, if any statement / documents furnished by the Successful Bidder / Contractor is found false and/or fabricated.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

26.5 The Contract Performance Security / Security Deposit as above, after adjustment of any dues to Owner / GAIL, which may arise during the execution of the Contract, shall be refunded after expiry of the „Defect Liability / Warranty Period.‟

27.0 DOCUMENTATIONS / REPORTS

The Contractor will maintain all records and relevant documents as required. The Contractor will submit the day-to-day work progress and inspection reports to respective "SIC/EIC". The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the job specifications contained herein and codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

28.0 TERMINATION OF CONTRACT

28.1 In case, the Contractor's performance is not found satisfactory as per the opinion of "EIC" at any point of time during the Contract, the Contract may be terminated by giving a fifteen [15] days' notice. Any loss incurred by the Owner / GAIL on this account shall be recovered from the Contractor. GAIL may engage another agency to complete pending jobs under this Contract at the risk and cost of the Contractor. If it is observed that work can not be completed within the stipulated time, GAIL may get the work done through other agency(s) at the risk and cost of the Contractor.

28.2 Without prejudice to any rights under this Contract, if the Contractor dies, the "EIC" on behalf of the GAIL shall have the option of terminating the Contract without compensation to the Contractor.

29.0 All the materials are to transported to the site directly where the System is to be installed. The list of stations where the cables and chargers to be installed are as follows.

Jurisdiction Installation Place No 1 SV-6+RR-27 Bhonti Jhansi 2 IP-1 +RR-35 Malikpur Dibiyapur 3 RR-38 + TAP OFF Nawadia Aonla 4 RR-49 Jignis Dibiyapur Lucknow 5 SV-6 + RR-51+TO Achalganj

6 IP-2 +RR-52 Maurawan Lucknow 7 SV-8 +RR-53 Thulendi Jagdishpur

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

8 SV-2 + RR Pureumrao/Persadepur Phulpur 9 SV-4 + RR Jethwara phulpur 30.0 ALL OTHER TERMS & CONDITIONS OF THE CONTRACT SHALL BE AS PER "GENERAL CONDITIONS OF CONTRACT [GCC]" OF THIS TENDER DOCUMENT

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SCOPE OF SUPPLY

FOR SOR PART – A

SCOPE OF WORK & TECHNICAL SPECIFICATIONS FOR 48V CHARGER 1.General

1.1 This job briefly covers design, manufacture, testing at works and supply of the complete battery chargers, ACDB, Cable, Installation, Commissioning of battery charger and ACDB and laying of cable and termination with Lug and Glands complete in all respect. Loading, Un-loading, Shifting and Removal of old and new panel & chargers are in the scope of bidder at following Locations:

1.2 List of location Present Battery System No Installation Detail Voltage Place Jurisdiction 1 SV-6+RR-27 2X600 AH 48 V dc Bhonti Jhansi 2 IP-1 +RR-35 2X600 AH 48 V dc Malikpur Dibiyapur RR-38 + 2X600 AH 48 V dc 3 Nawadia Aonla TAP OFF 4 RR-49 2X600 AH 48 V dc Jignis Dibiyapur SV-6 + RR- 2X600 AH 48 V dc Lucknow 5 Achalganj 51+TO 6 IP-2 +RR-52 2X940 AH 48 V dc Maurawan Lucknow SV-8 +RR- 2X600 AH 48 V dc 7 Thulendi Jagdishpur 53

2.0 Technical specifications of battery Charger

The following are the minimum specifications of battery charger:

1 Input Supply : Nominal 415Vac, 3 Phase with Neutral, 50 Hz Working Range 330 ~ 460 Vac, 47 ~ 53 Hz. 2 Output Voltage 1. FOR 48V Charger: Boost Mode: Constant current charging (max 220A) up to Vboost (Voltage level settable: from 48V – 70VDC), followed by constant voltage at Vboost. Float M o d e : Constant Voltage charging, in the range of 48V–64 V (user selectable). Maximum current shall be 220A.

2.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

3 Output Current 220A (user selectable), when 3-phase supply is available at input terminals and voltage is 330Vac. Charger shall be designed to deliver current not less than 80A (user selectable), when at least single phase (180 ~ 250 Vac) supply is available at input terminals. Charger shall be designed to charge the two bank of existing Ni- Cd batteries of capacity 1200 AH in both manual boost & auto float mode (user selectable). 4 Battery Specification Two banks of 40 cells each in parallel of 1200 AH Ni-Cd Low Discharge battery for 48 V system as per the list of location. 5 Full load efficiency of More than 90 % Rectifier 6 Indications /Annunciations Following Visual Indications are to be provided: a) 'R" Phase ON b) 'Y' Phase ON c) 'B' Phase ON d) Charger ON e) Charger Fail f) Current Limit / System over load g) Boost charge h) Float charge

7 Meters /Instruments The following parameters are to be displayed on the panel thru digital meters. a) AC I/P Voltage b) AC I/P Current c) DC O/P Voltage d) DC O/P Current e) Leakage Current 8 Remote Monitoring Facility Following signals/Contacts are to be provided using RS485/MODBUS connectivity: all three phase input voltage & current, all three phase Output voltages & currents Status of chargers and battery banks.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

9 Enclosure / Panel Cubicle shall be of Rittal Make only constructed from 2 mm steel sheets for load bearing sides and 1.6 mm minimum for other sides and reinforced by angle iron frame. It will be indoor, freestanding, floor mounting and natural air-cooled type, designed for continuous operation in ambient temperature of 50°C, Charger shall be force Cooled type with 2x100% Redundant Cooling Fan. It will be spacious so that maintenance is easy. The battery charging equipment shall confirm to IP:- 42 degree of protection 10 Ventilation & Painting of Good ventilation shall be made through side louvers and top panel louvers. All louvers shall be provided with inside wire mesh for vermin proofing. Vermin proofing shall be given due importance to avoid entry of lizards etc. Color shade of panel shall be RAL- 7032. 11 Safety Over voltage, Under Voltage, Over Current, Short circuit, Earth fault, lightning surges (in both input & output) and etc., 12 Mandatory spares 01 Set of Critical spares (like all cards, control transformer, SCR control senser diode), display meters, capacitors, fuse and etc., List of these spares shall be submitted along with Bill of Materials. 13 Material used inside charger All the materials for connections, bus bar and etc., shall be of copper with suitable rating.

The Charger which includes, but not limited to, transformer, rectifier circuit as well as control circuit etc. required for satisfactory operation of Float and Boost charger shall be housed in single cabinet. The equipment offered shall be highly reliable, latest upgraded Technology in Control, monitoring and Feedback of proven design.

3.0 Operation Philosophy of Battery Charger:-

3.1 State of Art Design 3.2 Easy component layout for easy operation and maintenance. 3.3 Best designed for rural requirements. 3.4 The float and boost voltage should be user adjustable range as mention above in technical specification. 3.5 Current limit for operation in both float & boost mode shall be user adjustable. 3.6 Three single phase chargers connected in parallel fed by R-Y-B phase respectively. For reference see attached drawing 3.7 When all three chargers are available, total Capacity = 3 * Individual charger capacity. 3.8 When only two phases are available, total capacity = 2 * Individual charger capacity.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

3.9 When only one phase is available, total Capacity = Individual charger capacity. 3.10 Boost charging can be done through manual mode only. 3.11 All chargers have individual monitoring circuit for protection like U/V, O/V, and Short circuit. 3.12 The float section will give stabilized D.C. output with +/-1% accuracy. It should be possible to set output voltage between 48V – 64V for 48V charger and once the output is set, it will not change beyond ± 1% of set value. The ripple content of the charger shall not exceed +/-2% with battery connected. 3.13 Incoming AC supply shall be converted to DC through Thyristors. The rectifiers shall operate according to the constant voltage current liming principle and shall incorporate a “Soft Start” feature to gradually accept load on initially energizing. 3.14 The rectifiers shall be protected against reverse battery connection at DC link voltage bus. Subsequent to a discharge cycle when battery is connected to rectifier, the battery current shall be monitored, controlled and limited to set value automatically irrespective of the Load current. 3.15 In Boost Mode, Charger shall be capable to maintain terminal voltage between 48V – 70V for 48V charger when connected to the battery bank. Over load protection shall be provided in order to switch off the boost section in case of over load. Suitable device shall be provided to take care of input voltage fluctuation and charging current on boost side.

4.0 FACTORY TESTS FOR BATTERY CHARGERS

The following routine tests shall be conducted at Vendor‟s works:

(a) Visual checks for dimensions and general arrangement. (b) Wiring checks (c) Functional Test (d) Voltage Regulation Test 100% Load, No Load (e) Efficiency Check (f) Phase selection logic operation (g) Harmonic measurement (h) HV & IT Test (i) Heat Run Test for 8 Hours on full load (j) Enclosure protection check and verification of Type Test Document

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

5.0 Sample drawing of charger for reference:

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

6.0 Specifications of ACDB:

A.C. Distribution Board:

Sheet steel enclosed AC distribution board shall be provided. It shall accommodate AC feeders as indicated below. The distribution board shall be floor mounted fixed type with compartmentalised construction. It shall be possible to operate the switches without opening the doors. MCCB shall be provided inside the compartments for every feeder. Vertical cable alley of minimum 200mm width with suitable supports shall be provided for the termination of outgoing cables. Suitable supports shall be provided for supporting incoming and outgoing cables. All outgoing Feeders shall be air insulated load break type. The g l a n d plate of the distribution board shall be non-magnetic type where single core cables are used.

Feeders Details: Suitable rating Incomer 125A SFU + Fuse Sr. Description of feeders Amp ratings Fuse Ratings No 1 Feeder for Charger, 415V 3Phase 63A MCCB 50A Fuse 2 Feeder for Charger, 415V 3Phase 63A MCCB 50A Fuse 3 Spare feeder for 3-phase, 415V 63A MCCB 50A Fuse 4 1-phase feeder for Air conditioner 32A MCCB 25A Fuse 5 1-phase feeder for Air conditioner 32A MCCB 25A Fuse 6 1-phase feeder for Guard Room 32A MCCB 25A Fuse Lighting 7 1-phase feeder for Outdoor lighting 32A MCCB 25A Fuse 8 1-phase feeder for Indoor lighting 32A MCCB 25A Fuse 9 1-phase Spares Feeder 32A MCCB 25A Fuse 10 1-phase Spares Feeder 32A MCCB 25A Fuse 11 1-phase Spares Feeder 32A MCCB 25A Fuse 12 1-phase Spares Feeder 32A MCCB 25A Fuse

7.1 Commissioning of battery charger & ACDB:

Installation, Commissioning & Testing of battery charger including ACDB as per the directions of GAIL which involves the following scope but not limited to;

a) Installation of Charger including ACDB at the designated place as directed by EIC. b) Any modification in existing cable trench (like PCC demolition & restoration) as per the panel requirement shall be in the scope of bidder. c) Panel shall be mounted on the I-channels with proper grouting.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

d) All the work required for installation of the battery charger panels which are not specified elsewhere in this document but requires for the installation shall be in the scope of bidder. e) Termination of all the cables in the battery charger and DC bus in the existing GAIL‟s panel shall be in the scope of vendor. f) All the consumables such as Lugs, glands, ferrules and other items required for commissioning shall be in the scope of bidder. g) Commissioning of the entire system as per tender and to the satisfaction of GAIL. h) GAIL shall only provide the 3-phase supply as per the power availability. However, Cable & connection shall be in the scope of bidder. i) If the 3-phase power is not available, bidder shall arrange for alternate power for the installation & commissioning. j) Load testing & functionality testing shall be done at the site. All the necessary arrangements for the testing shall be arranged by the bidder. k) Tools, tackles, materials and etc., for commissioning of entire system shall be in the scope of bidder.

7.2 Laying of underground cable:

Laying of underground cable as per the directions of GAIL which involves the following scope but not limited to; a) Destruction of PCC (wherever required) and Excavation up to 0.75 mtr for laying of power cable wherever required as per the directions of GAIL. b) Laying of cable in the route as per the directions of GAIL. c) Cable glands at the both ends to be provided by the bidder. Also, if required, drilling of holes in the existing panel is also in the scope of bidder. GAIL shall only provide 230V AC Supply. d) Termination of the cable at both ends with proper lugs and ferrule is in the scope of the bidder. e) Approximately 40 to 100 mtr of cable (each type as per SOR) is to be laid at each installation. However, actual length shall be varied depending on the site conditions and as per the direction of GAIL. f) Cables with kinks, straightened kinks or any other apparent defects like defective armouring etc. shall not be installed. g) Cables shall be protected by bricks placed on top of the sand (or, soil as the case may be). The bricks shall be placed breadth-wise for the full length of the cable. Where more than one cable is found in the same trench, this protective covering shall cover all the cables and project at least 5cm over the sides of the end cables h) Laying of cable shall be as per IE rules. i) Backfill and restoration of PCC wherever it is destructed.

7.3 Laying of cable along with cable tray:

Laying of cable along with cable tray as per the directions of GAIL which involves the following scope but not limited to; a) Destruction of PCC (wherever required) to make trench for cable laying.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

b) Supply and fixing of the cable tray wherever required as per the IE rules is in the scope of bidder. c) Laying of cable in the route as per the directions of GAIL d) Cable glands at the both ends to be provided by the bidder. Also, if required, drilling of holes in the existing panel is also in the scope of bidder. GAIL shall only provide the 230V AC Supply. e) Termination of the cable at both ends with proper lugs and ferrule is in the scope of the bidder. f) Cables with kinks, straightened kinks or any other apparent defects like defective armouring etc. shall not be installed. g) Laying of cable shall be as per IE rules. h) Plastering with Cement and Sand in appropriate proportion in cable trench, wherever PCC has been destructed.

8.0 Specifications of cable:

8.1 Power rating: Cable should be rated for 0.6/1.1KV, where 0.6 KV denotes the voltage level for power frequency voltage between conductor and earth or metallic screen and 1.1 KV is the rated power frequency voltage between conductors .

8.2 Conductor (as per IS 8130:1984):

Conductor shall consist tinned annealed copper of class 5 for copper cable Minimum no. of wire in the conductor should not be less than the mentioned value in IS 8130:1984. Temperature correction factor for conductor resistance should be as mentioned or according to IS 8130:1984. Cross sectional area of neutral conductor should not be less than the mentioned value in IS 7098:1988 Maximum resistance of conductor at 20 C should not be greater than the mentioned value of IS 8130:1984

8.3 Insulation: Extruded XLPE insulation should be such as it should be suitable for conductor temperature in normal operation . Operation of 90 C and conductor temperature for 5s short circuit duration should be 250 C. Properties of XLPE insulation used should be as mentioned in IS 7098:1988 Core shall be coloured identified as per IS 7098:1988 in right hand lay. The average insulation thickness should not be less than mentioned in IS 7098:1988. The smallest of measured values of thickness of insulation shall not fall below as specified in IS 7098:1988 (negative tolerance is not permitted).

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

8.4 Inner sheath: Inner sheath should be provided over the laid up cores to give circular shape to the cable and it provides bedding for the armouring. The sheath shall be of a thermoplastic (PVC ) ST 2 designated , suitable for normal Conductor working temperature 90 C as per IS 5831-1984. Colour for inner sheath will be black. PVC compound should be as according to IS 5831-1984.

8.5 Outer sheath: The sheath shall be extruded of a thermoplastic (PVC) ST2 designated, suitable for normal conductor working temperature 90 C as per IS 5831-1984. Outer sheath colour should be black. The average insulation thickness should not be less than mentioned in IS 7098:1988. The smallest of measured values of thickness of sheath shall not fall below as specified in IS 7098:1988. All the cables shall be marked at every meter with the name of the manufacturer, rating & size of the cable, and date of manufacture, along the length. Both end of the cable should be packed by non- hygroscopic compound.

8.6 Metallic armour: Armouring should be applied over inner sheath for multicore cable. Armour should be of galvanized flat strip steel and special consideration shall be given to the possibility of corrosion. Strip should be in touch with its neighbour and gap along with overlapping of strips must be eliminated. The direction of lay of the armour shall be left hand. The dimension of the galvanized steel strips shall not fall below the mentioned value in IS 7098:1988 DC resistance of the galvanized steel strips shall not be greater than the value mentioned in IS 7098:1988

8.7 Operating Conditions: Cable are to be used under the conditions: a) System: electrical b) System Voltage: 415 V +/- 10% c) Frequency: 50 Hz. +/- 3% d) Working temperature: 3 - 55 C e) Relative humidity (%): 10-98 f) Rainfall in monsoon season: 1117 mm g) g) Annual rainfall: 855 mm h) Atmospheric conditions: Humid, dusty, Corrosive, and Prone to Fungus Growth.

8.8 The cables will be measured in meters. The unit rate shall be including packing, loading, transportation, testing of cables at their works and delivery to site.

8.9 Bidder shall submit the quality assurance plan and test report performed during and/ or after manufacture of cable before dispatch of the cable/ or during Pre Dispatch Inspection (PDI) of battery charger.

9.0 Specifications of cable (Unarmored flexible Single core Earthing cable):

9.1 Conductor (as per IS: 8130:1984):

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Conductor shall consist tinned annealed copper of class 5. The wire of the conductor should be of same nominal dia . The dia of each wire of the conductor and resistance of conductor should not be greater than the data provided by IS 8130:1984.

9.2 Insulation (as per IS 694:1990) Insulation should be of 1.1KV level. Extruded PVC, ST 2 type, insulation should be such as it should be suitable for conductor temperature in normal operation of 70 C and conductor temperature for 5s short circuit duration should be 160 C . A black colour sheath should be provided for multicore flexible cable satisfying the specification of outer sheath as per IS 694

9.3 Packing: Packing and marking should be as per IS 10418. Wire should be packed in non-returnable coil/drum of standard size. Length, colour, size, year of manufacturing should be on coil and if drum is used direction of rapping should also be mentioned by arrow.

9.4 Cable should be ISI marked.

9.5 Bidder shall submit the quality assurance plan and test report performed during and/ or after manufacture of cable before dispatch of the cable/ or during Pre Dispatch Inspection (PDI) of battery charger.

10.0 Scope of work:

Scope of the work shall include but not limited to the following:

For Supply portion:

10.1 For Supply of battery charger:

Supply of battery charger as per the specifications mentioned in this document a) Technical specifications as mentioned in this document. b) Charger shall be designed such that if only phase (out of 03 phases) is available, then also charger should work. Refer drawing attached. c) Charger shall not be modular based. d) 2NO and 2NC auxiliary potential free contact for on /off remote monitoring e) Transportation, loading & unloading at site shall be in the scope of bidder.

10.2 For Supply of ACDB:

Supply of AC Distribution Board (ACDB) as per the specifications mentioned in this document. a) Technical specifications as mentioned in this document. b) Transportation, loading & unloading at site shall be in the scope of bidder.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

For Service portion:

10.3 Commissioning of battery charger & ACDB:

Installation, Commissioning & Testing of battery charger including ACDB as per the directions of GAIL and as mentioned in this document.

10.4 Laying of underground cable:

Laying of underground cable as per the directions of GAIL and as mentioned in this document.

10.5 Laying of cable along with cable tray:

Laying of cable along with cable tray as per the directions of GAIL and as mentioned in this document.

10.6 Specifications of cable:

Supply of Cables as per the specifications mentioned in this document.

a) Technical specifications as mentioned in this document. b) Exact quantity of cable for each site shall be decided during the installation & commissioning of battery charger & ACDB. However, app. 40-100 mtr cable of each size shall be used at each site. c) Transportation, loading & unloading at site shall be in the scope of bidder. d) Laying of the cable shall be paid as per appropriate SOR items under services.

10.7 Specifications of cable (Unarmored flexible Single core Earthing cable):

Supply of Single Core 25mm2 Copper cable for earthing as per the specifications mentioned in this document.

a) Technical specifications as mentioned in this document. b) Earthing of all the panels (Battery charger, ACDB etc.,) as per standards and as per directions of Engineer Incharge. c) Excavation & Destruction of PCC (wherever required), for laying of cable and connection to the earth pits/ to the earthing grid. d) Sufficient number of cable lugs, nuts & bolts as per requirement shall be supplied by the bidder and the rates shall be inclusive.

11.0 All the work required for completion of the entire job of installation & commissioning of battery charger & ACDB which are not specified elsewhere in this document but requires for the installation shall be in the scope of bidder.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

12.0 Lodging, boarding, transportation of man, materials to the site shall be inclusive in the rates quoted by the bidder. No extra payment shall be made by GAIL.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SCOPE OF SUPPLY

FOR SOR PART – B

SCOPE OF WORK & TECHNICAL SPECIFICATIONS FOR 24V CHARGER

1.General

1.1 This job briefly covers design, manufacture, testing at works and supply of the complete battery chargers, ACDB, Cable, Installation, Commissioning of battery charger and ACDB and laying of cable and termination with Lug and Glands complete in all respect. Loading, Un-loading, Shifting and Removal of old and new panel & chargers are in the scope of bidder at following Locations:

1.2 List of location

Present Battery System No Installation Detail Voltage Place Jurisdiction 1 SV-2 + RR 2X600 AH 24 V dc Pureumrao/Persadepur Phulpur 2 SV-4 + RR 2X600 AH 24V dc Jethwara phulpur

2.0 Technical specifications of battery Charger

The following are the minimum specifications of battery charger:

1 Input Supply : Nominal 415Vac, 3 Phase with Neutral, 50 Hz Working Range 330 ~ 460 Vac, 47 ~ 53 Hz. 2 Output Voltage 3. 24V Charger: Boost Mode: Constant current charging (max 220A) up to Vboost (Voltage level settable: from 24V – 35VDC), followed by constant voltage at Vboost. 4. Float M o d e : Constant Voltage charging, in the range of 24 –32 VDC (user selectable). Maximum current shall be 220A.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

3 Output Current 220A (user selectable), when 3-phase supply is available at input terminals and voltage is 330Vac. Charger shall be designed to deliver current not less than 80A (user selectable), when at least single phase (180 ~ 250 Vac) supply is available at input terminals. Charger shall be designed to charge the two bank of existing Ni- Cd batteries of capacity 1200 AH in both manual boost & auto float mode (user selectable). 4 Battery Specification Two Banks of 20 Cells each in parallel of 1060 AH for 24 V system as per the list of location. 5 Full load efficiency of More than 90 % Rectifier 6 Indications /Annunciations Following Visual Indications are to be provided: a) 'R" Phase ON b) 'Y' Phase ON c) 'B' Phase ON d) Charger ON e) Charger Fail f) Current Limit / System over load g) Boost charge h) Float charge

7 Meters /Instruments The following parameters are to be displayed on the panel thru digital meters. a) AC I/P Voltage b) AC I/P Current c) DC O/P Voltage d) DC O/P Current e) Leakage Current 8 Remote Monitoring Facility Following signals/Contacts are to be provided using RS485/MODBUS connectivity: all three phase input voltage & current, all three phase Output voltages & currents Status of chargers and battery banks.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

9 Enclosure / Panel Cubicle shall be of Rittal Make only constructed from 2 mm steel sheets for load bearing sides and 1.6 mm minimum for other sides and reinforced by angle iron frame. It will be indoor, freestanding, floor mounting and natural air-cooled type, designed for continuous operation in ambient temperature of 50°C, Charger shall be force Cooled type with 2x100% Redundant Cooling Fan. It will be spacious so that maintenance is easy. The battery charging equipment shall confirm to IP:- 42 degree of protection 10 Ventilation & Painting of Good ventilation shall be made through side louvers and top panel louvers. All louvers shall be provided with inside wire mesh for vermin proofing. Vermin proofing shall be given due importance to avoid entry of lizards etc. Color shade of panel shall be RAL- 7032. 11 Safety Over voltage, Under Voltage, Over Current, Short circuit, Earth fault, lightning surges (in both input & output) and etc., 12 Mandatory spares 01 Set of Critical spares (like all cards, control transformer, SCR control senser diode), display meters, capacitors, fuse and etc., List of these spares shall be submitted along with Bill of Materials. 13 Material used inside charger All the materials for connections, bus bar and etc., shall be of copper with suitable rating.

The Charger which includes, but not limited to, transformer, rectifier circuit as well as control circuit etc. required for satisfactory operation of Float and Boost charger shall be housed in single cabinet. The equipment offered shall be highly reliable, latest upgraded Technology in Control, monitoring and Feedback of proven design.

3.0 Operation Philosophy of Battery Charger:-

3.1 State of Art Design 3.2 Easy component layout for easy operation and maintenance. 3.3 Best designed for rural requirements. 3.4 The float and boost voltage should be user adjustable range as mention above in technical specification. 3.5 Current limit for operation in both float & boost mode shall be user adjustable. 3.6 Three single phase chargers connected in parallel fed by R-Y-B phase respectively. For reference see attached drawing 3.7 When all three chargers are available, total Capacity = 3 * Individual charger capacity. 3.8 When only two phases are available, total capacity = 2 * Individual charger capacity.

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

3.9 When only one phase is available, total Capacity = Individual charger capacity. 3.10 Boost charging can be done through manual mode only. 3.11 All chargers have individual monitoring circuit for protection like U/V, O/V, and Short circuit. 3.12 The float section will give stabilized D.C. output with +/-1% accuracy. It should be possible to set output voltage between 24V – 32V for 24V charger and once the output is set, it will not change beyond ± 1% of set value. The ripple content of the charger shall not exceed +/-2% with battery connected. 3.13 Incoming AC supply shall be converted to DC through Thyristors. The rectifiers shall operate according to the constant voltage current liming principle and shall incorporate a “Soft Start” feature to gradually accept load on initially energizing. 3.14 The rectifiers shall be protected against reverse battery connection at DC link voltage bus. Subsequent to a discharge cycle when battery is connected to rectifier, the battery current shall be monitored, controlled and limited to set value automatically irrespective of the Load current. 3.15 In Boost Mode, Charger shall be capable to maintain terminal voltage between 24V – 35V for 24V charger when connected to the battery bank. Over load protection shall be provided in order to switch off the boost section in case of over load. Suitable device shall be provided to take care of input voltage fluctuation and charging current on boost side.

4.0 FACTORY TESTS FOR BATTERY CHARGERS

The following routine tests shall be conducted at Vendor‟s works:

(a) Visual checks for dimensions and general arrangement. (b) Wiring checks (c) Functional Test (d) Voltage Regulation Test 100% Load, No Load (e) Efficiency Check (f) Phase selection logic operation (g) Harmonic measurement (h) HV & IT Test (i) Heat Run Test for 8 Hours on full load (j) Enclosure protection check and verification of Type Test Document

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

5.0 Sample drawing of charger for reference:

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

6.0 Specifications of ACDB:

A.C. Distribution Board:

Sheet steel enclosed AC distribution board shall be provided. It shall accommodate AC feeders as indicated below. The distribution board shall be floor mounted fixed type with compartmentalised construction. It shall be possible to operate the switches without opening the doors. MCCB shall be provided inside the compartments for every feeder. Vertical cable alley of minimum 200mm width with suitable supports shall be provided for the termination of outgoing cables. Suitable supports shall be provided for supporting incoming and outgoing cables. All outgoing Feeders shall be air insulated load break type. The g l a n d plate of the distribution board shall be non- magnetic type where single core cables are used.

Feeders Details: Suitable rating Incomer 125A SFU + Fuse Sr. Description of feeders Amp ratings Fuse Ratings No 1 Feeder for Charger, 415V 3Phase 63A MCCB 50A Fuse 2 Feeder for Charger, 415V 3Phase 63A MCCB 50A Fuse 3 Spare feeder for 3-phase, 415V 63A MCCB 50A Fuse 4 1-phase feeder for Air conditioner 32A MCCB 25A Fuse 5 1-phase feeder for Air conditioner 32A MCCB 25A Fuse 6 1-phase feeder for Guard Room 32A MCCB 25A Fuse Lighting 7 1-phase feeder for Outdoor lighting 32A MCCB 25A Fuse 8 1-phase feeder for Indoor lighting 32A MCCB 25A Fuse 9 1-phase Spares Feeder 32A MCCB 25A Fuse 10 1-phase Spares Feeder 32A MCCB 25A Fuse 11 1-phase Spares Feeder 32A MCCB 25A Fuse 12 1-phase Spares Feeder 32A MCCB 25A Fuse

7.1 Commissioning of battery charger & ACDB:

Installation, Commissioning & Testing of battery charger including ACDB as per the directions of GAIL which involves the following scope but not limited to;

a) Installation of Charger including ACDB at the designated place as directed by EIC. b) Any modification in existing cable trench (like PCC demolition & restoration) as per the panel requirement shall be in the scope of bidder. c) Panel shall be mounted on the I-channels with proper grouting. d) All the work required for installation of the battery charger panels which are not specified elsewhere in this document but requires for the installation shall be in the scope of bidder. TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

e) Termination of all the cables in the battery charger and DC bus in the existing GAIL‟s panel shall be in the scope of vendor. f) All the consumables such as Lugs, glands, ferrules and other items required for commissioning shall be in the scope of bidder. g) Commissioning of the entire system as per tender and to the satisfaction of GAIL. h) GAIL shall only provide the 3-phase supply as per the power availability. However, Cable & connection shall be in the scope of bidder. i) If the 3-phase power is not available, bidder shall arrange for alternate power for the installation & commissioning. j) Load testing & functionality testing shall be done at the site. All the necessary arrangements for the testing shall be arranged by the bidder. k) Tools, tackles, materials and etc., for commissioning of entire system shall be in the scope of bidder.

7.2 Laying of underground cable:

Laying of underground cable as per the directions of GAIL which involves the following scope but not limited to; a) Destruction of PCC (wherever required) and Excavation up to 0.75 mtr for laying of power cable wherever required as per the directions of GAIL. b) Laying of cable in the route as per the directions of GAIL. c) Cable glands at the both ends to be provided by the bidder. Also, if required, drilling of holes in the existing panel is also in the scope of bidder. GAIL shall only provide 230V AC Supply. d) Termination of the cable at both ends with proper lugs and ferrule is in the scope of the bidder. e) Approximately 40 to 100 mtr of cable (each type as per SOR) is to be laid at each installation. However, actual length shall be varied depending on the site conditions and as per the direction of GAIL. f) Cables with kinks, straightened kinks or any other apparent defects like defective armouring etc. shall not be installed. g) Cables shall be protected by bricks placed on top of the sand (or, soil as the case may be). The bricks shall be placed breadth-wise for the full length of the cable. Where more than one cable is found in the same trench, this protective covering shall cover all the cables and project at least 5cm over the sides of the end cables h) Laying of cable shall be as per IE rules. i) Backfill and restoration of PCC wherever it is destructed.

7.3 Laying of cable along with cable tray:

Laying of cable along with cable tray as per the directions of GAIL which involves the following scope but not limited to; a) Destruction of PCC (wherever required) to make trench for cable laying.

168

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

b) Supply and fixing of the cable tray wherever required as per the IE rules is in the scope of bidder. c) Laying of cable in the route as per the directions of GAIL d) Cable glands at the both ends to be provided by the bidder. Also, if required, drilling of holes in the existing panel is also in the scope of bidder. GAIL shall only provide the 230V AC Supply. e) Termination of the cable at both ends with proper lugs and ferrule is in the scope of the bidder. f) Cables with kinks, straightened kinks or any other apparent defects like defective armouring etc. shall not be installed. g) Laying of cable shall be as per IE rules. h) Plastering with Cement and Sand in appropriate proportion in cable trench, wherever PCC has been destructed.

8.0 Specifications of cable:

8.1 Power rating: Cable should be rated for 0.6/1.1KV, where 0.6 KV denotes the voltage level for power frequency voltage between conductor and earth or metallic screen and 1.1 KV is the rated power frequency voltage between conductors .

8.2 Conductor (as per IS 8130:1984):

Conductor shall consist tinned annealed copper of class 5 for copper cable Minimum no. of wire in the conductor should not be less than the mentioned value in IS 8130:1984. Temperature correction factor for conductor resistance should be as mentioned or according to IS 8130:1984. Cross sectional area of neutral conductor should not be less than the mentioned value in IS 7098:198 8 Maximum resistance of conductor at 20 C should not be greater than the mentioned value of IS 8130:1984

8.3 Insulation: Extruded XLPE insulation should be such as it should be suitable for conductor temperature in

169

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION normal operation . Operation of 90 C and conductor temperature for 5s short circuit duration should be 250 C. Properties of XLPE insulation used should be as mentioned in IS 7098:1988 Core shall be coloured identified as per IS 7098:1988 in right hand lay. The average insulation thickness should not be less than mentioned in IS 7098:1988. The smallest of measured values of thickness of insulation shall not fall below as specified in IS 7098:1988 (negative tolerance is not permitted).

8.4 Inner sheath: Inner sheath should be provided over the laid up cores to give circular shape to the cable and it provides bedding for the armouring. The sheath shall be of a thermoplastic (PVC ) ST 2 designated , suitable for normal Conductor working temperature 90 C as per IS 5831- 1984. Colour for inner sheath will be black. PVC compound should be as according to IS 5831-1984.

8.5 Outer sheath: The sheath shall be extruded of a thermoplastic (PVC) ST2 designated, suitable for normal conductor working temperature 90 C as per IS 5831-1984. Outer sheath colour should be black. The average insulation thickness should not be less than mentioned in IS 7098:1988. The smallest of measured values of thickness of sheath shall not fall below as specified in IS 7098:1988. All the cables shall be marked at every meter with the name of the manufacturer, rating & size of the cable, and date of manufacture, along the length. Both end of the cable should be packed by non- hygroscopic compound.

8.6 Metallic armour: Armouring should be applied over inner sheath for multicore cable. Armour should be of galvanized flat strip steel and special consideration shall be given to the possibility of corrosion. Strip should be in touch with its neighbour and gap along with overlapping of strips must be eliminated. The direction of lay of the armour shall be left hand. The dimension of the galvanized steel strips shall not fall below the mentioned value in IS 7098:1988 DC resistance of the galvanized steel strips shall not be greater than the value mentioned in IS 7098:1988

8.7 Operating Conditions: Cable are to be used under the conditions: a) System: electrical b) System Voltage: 415 V +/- 10% c) Frequency: 50 Hz. +/- 3% d) Working temperature: 3 - 55 C e) Relative humidity (%): 10-98 f) Rainfall in monsoon season: 1117 mm g) g) Annual rainfall: 855 mm h) Atmospheric conditions: Humid, dusty, Corrosive, and Prone to Fungus Growth.

8.8 The cables will be measured in meters. The unit rate shall be including packing, loading, transportation, testing of cables at their works and delivery to site.

170

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

8.9 Bidder shall submit the quality assurance plan and test report performed during and/ or after manufacture of cable before dispatch of the cable/ or during Pre Dispatch Inspection (PDI) of battery charger.

9.0 Specifications of cable (Unarmored flexible Single core Earthing cable):

9.1 Conductor (as per IS: 8130:1984): Conductor shall consist tinned annealed copper of class 5. The wire of the conductor should be of same nominal dia . The dia of each wire of the conductor and resistance of conductor should not be greater than the data provided by IS 8130:1984.

9.2 Insulation (as per IS 694:1990) Insulation should be of 1.1KV level. Extruded PVC, ST 2 type, insulation should be such as it should be suitable for conductor temperature in normal operation of 70 C and conductor temperature for 5s short circuit duration should be 160 C . A black colour sheath should be provided for multicore flexible cable satisfying the specification of outer sheath as per IS 694

9.3 Packing: Packing and marking should be as per IS 10418. Wire should be packed in non-returnable coil/drum of standard size. Length, colour, size, year of manufacturing should be on coil and if drum is used direction of rapping should also be mentioned by arrow.

9.4 Cable should be ISI marked.

9.5 Bidder shall submit the quality assurance plan and test report performed during and/ or after manufacture of cable before dispatch of the cable/ or during Pre Dispatch Inspection (PDI) of battery charger.

10.0 Scope of work:

Scope of the work shall include but not limited to the following:

For Supply portion:

10.1 For Supply of battery charger:

Supply of battery charger as per the specifications mentioned in this document a) Technical specifications as mentioned in this document. 171

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION b) Charger shall be designed such that if only phase (out of 03 phases) is available, then also charger should work. Refer drawing attached. c) Charger shall not be modular based. d) 2NO and 2NC auxiliary potential free contact for on /off remote monitoring e) Transportation, loading & unloading at site shall be in the scope of bidder.

10.2 For Supply of ACDB:

Supply of AC Distribution Board (ACDB) as per the specifications mentioned in this document. a) Technical specifications as mentioned in this document. b) Transportation, loading & unloading at site shall be in the scope of bidder.

For Service portion:

10.3 Commissioning of battery charger & ACDB:

Installation, Commissioning & Testing of battery charger including ACDB as per the directions of GAIL and as mentioned in this document.

10.4 Laying of underground cable:

Laying of underground cable as per the directions of GAIL and as mentioned in this document.

10.5 Laying of cable along with cable tray:

Laying of cable along with cable tray as per the directions of GAIL and as mentioned in this document.

10.6 Specifications of cable:

Supply of Cables as per the specifications mentioned in this document.

a) Technical specifications as mentioned in this document. b) Exact quantity of cable for each site shall be decided during the installation & commissioning of battery charger & ACDB. However, app. 40-100 mtr cable of each size shall be used at each site. c) Transportation, loading & unloading at site shall be in the scope of bidder. d) Laying of the cable shall be paid as per appropriate SOR items under services.

10.7 Specifications of cable (Unarmored flexible Single core Earthing cable):

Supply of Single Core 25mm2 Copper cable for earthing as per the specifications mentioned in this document.

172

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) Technical specifications as mentioned in this document. b) Earthing of all the panels (Battery charger, ACDB etc.,) as per standards and as per directions of Engineer Incharge. c) Excavation & Destruction of PCC (wherever required), for laying of cable and connection to the earth pits/ to the earthing grid. d) Sufficient number of cable lugs, nuts & bolts as per requirement shall be supplied by the bidder and the rates shall be inclusive.

11.0 All the work required for completion of the entire job of installation & commissioning of battery charger & ACDB which are not specified elsewhere in this document but requires for the installation shall be in the scope of bidder.

12.0 Lodging, boarding, transportation of man, materials to the site shall be inclusive in the rates quoted by the bidder. No extra payment shall be made by GAIL.

173

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SPECIAL CONDITION OF CONTRACT

SOR PART – C & D

1. CONDITIONS:

The Special Conditions of Contract shall be read in conjunction with the General Conditions of Contract, Schedule of Rates, Scope of Work and any other document forming part of contract whether context so requires.

Not withstanding the sub-division of the documents in to separate sections, every part of each shall be deemed to be supplementary of every other part and shall be read with and into the contract so far as it may be practicable to do so.

Where any portion of the Special Conditions of the Contract (SCC) is repugnant to or at variance with any provision of the General Conditions of the Contract (GCC) then unless a different intention be deemed to override the provisions of the General Conditions of Contract (GCC) only to the extent such repugnance or variation if the SCC as are not possible of being reconciled with the provisions of the GCC.

In case of any contradiction the decision of Engineer in-charge will be final and binding to the contractor.

2. SITE INFORMATION:

The work site will be at HVJ Compressor Station, GAIL (India) Limited, Dibiyapur which is situated at a distance of approx. 2KMs from Phaphund Railway Station, U.P. on Howrah-Delhi main line.

The Chargers shall be installed in the Switchgear room.

It is understood that before quoting the rates, the contractor has visited the work site and has acquainted himself fully with the nature and quantum of work to be done. Ignorance of this, after award of contract will not be considered.

It is understood that the scope of work shall include, alias, the carrying out of any and / all works and providing any/ all facilities as required for completing the works as per the terms and conditions of contract documents.

The contractor shall be responsible to complete the entire work in all respects and any of the work necessary to complete the job though specifically not covered in the scope of work.

3. SCOPE OF WORK:

174

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

The scope of work includes Design, Manufacture, Supply, Supervision of Installation, Testing and Commissioning of Battery Chargers including to and fro transportation of tools, tackles, men and machine as required for completion of the job as mentioned in Schedule of Rates (SOR), Technical Specification of Work. The work shall conform to the latest applicable IS/IEC Codes and to the satisfaction of Engineer in-charge (EIC). Decision of EIC regarding acceptability of practices will be final & binding to the contractor. Mobilization and demobilization for the job will be in the scope of the contractor and no extra charge shall be payable in this regard.

4. RECOVERY:

a. Income tax at the prevailing rates as applicable form time to time shall be deducted from contractor‟s bills as per Income Tax Act, and quoted rates shall be deemed to include this. b. Cost of any damage/ loss of company‟s property by the contractor shall be recovered; GAIL‟s decision in this regard will be final, binding & conclusive.

5. RATES: a. The unit rates quoted should be kept firm and valid for three months and no escalation shall be permissible for any reason whatsoever after award of contract. b. The rates quoted by contractor shall include all liabilities such as supervision, wages, overtime, leave, bonus, increment, retrenchment compensation, insurance and all other statutory payments, including providing of tools and tackles, under contractor „s scope of supply, overheads, profits etc. for which no extra payment whatsoever will be made by GAIL. c. The rates herein contained and agreed shall remain firm during the whole contract period and shall not be subjected to escalation or revision. d. The quoted rates should be in accordance to schedule of rates (SOR) and shall be inclusive of all taxes, duties, octroi etc. except GST. GST if applicable shall be paid extra. The bidder shall indicate in its bid the GSTIN and in case, the GSTIN is not available then the bidder shall give confirmation for obtaining registration with a copy application for registration. e. The contractor liable to pay GSTIN for the work/ service rendered to GAIL, shall specifically mention the GSTIN in their Invoice (s). Further amount and the rate of GSTIN shall be separately and distinctly specified in the Invoice(s). For payment of GST, serially numbered invoice bill shall be issued by the service provider and should also specify the following. i. The name, address and registration no. of the service provider. ii. The name, address of the recipient of the taxable service. iii. Description, classification and value of taxable service provided and the GST payable on such services. The above details are required to enable GAIL to avail CENVAT credit for the GST payment.

175

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

The bidder shall maintain the reasonability of quoted rates for all the items of SOR. In case, if the rate are quoted abnormally high than the estimated rates, any excess quantity executed above the SOR quantity shall be paid based on the revised rate. The basis of rate shall be fare market rate/ quoted rate / rate derived from the similar item of SOR, whichever is lowest. Decision of Engineer In-Charge in this regard shall be final and binding to the contractor.

6. MODE OF PAYMENT:

For Supply portion: 80% payment will be released against the complete supply of all the materials at site & acceptance of the materials by GAIL at site within 15 days as per GAIL‟s payment policy and remaining 20% will be released after successful installation & commissioning of Battery Chargers, certification by GAIL EIC and receipt of documents mentioned in Technical Specification section.

Installation & Commissioning Charges: 100% payment will be released after successful installation & commissioning of Battery Chargers at HVJ Compressor Station, GAIL (India) Limited, Dibiyapur, certification by GAIL EIC and receipt of documents mentioned in Technical Specification section.

The payments will be released after deduction of IT and other taxes as per prevailing statutory norms.

7. PRICE REDUCTION SCHEDULE: The contractor shall have to carry out the specific job as per the time schedule specified in the LOI/LOA and if the contractor fails to complete the job within that specified time period, the contractor shall be liable to pay compensation to GAIL @0.5% per week or part thereof delay subject of maximum of 5% of the contract price.

However, total Price Reduction Schedule charged on account of all of the above shall not be more than 5% of the total contract value.

The price reduction schedule is not a penalty but a pre-determined compensation for delay in work. The parties agree that this is a genuine pre-estimate of loss/damage which will be suffered on account of delay/breach on the part of the contractor and the said amount will be payable from the bill without there being any proof of the actual loss or damages caused by such delay/breach.

8. RECOVERY: Cost of any damage/loss of the property of GAIL, by the contractor shall be recovered from the bill/security deposit of the contractor and decision of GAIL/Engineer In-Charge in this regard shall be final, binding and conclusive.

Contractor shall be responsible for safe custody of any equipment handed over to him. In case of loss/ theft, the purchase cost of the equipment as per GAIL's record plus 25% overhead charges

176

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

shall be recovered from the contractor. GAIL's decision in this regard shall be final, binding and conclusive.

9. DEFECT LAIBILITY PERIOD:

The defect liability period for the contract will be 12 moths from the date of completion of the total contract. Decision of Engineer In-Charge in this regard will be final & binding to the Contractor.

Any defect or damage discovered/observed in the work done/material supplied by the contractor within this period due to poor workmanship /material shall be rectified/replaced by the contractor free of cost or in case of default GAIL may get the same rectified/replaced by other agency and the expenses so incurred shall be deducted from the contractor's bill / security deposit for which certificate of Engineer In Charge shall be final.

10. RESPONSIBILITY OF CONTRATOR:

All expenses towards mobilization and demobilization equipment at site, work forces, materials, clearing the site etc, shall deemed to be included in the prices quoted and no separate payment on account of such expenses shall be entertained.

All entries and exits of materials and equipments should be done with proper gate passes and records at the security gate.

The contractor shall provide cotton dangri, safety shoes, helmet and other Personal Protective equipment‟s to the personnel‟s deployed for the works. All the test and measuring instruments required to execute the job are in the scope of the Contractor.

Lodging & fooding of the persons deployed for the work has to be arranged by the contractor and GAIL will not provide such facilities. The cost of the same is deemed to be included in the quoted price.

11. GAIL‟S SCOPE OF SUPPLY:

Electrical Power will be supplied by GAIL.

12. CONTRACTOR‟S SCOPE OF SUPPLY:

All the materials as per SOR, Scope of Work & Technical Specification will be in the contractor‟s scope of supply. General tools and tackles required, should be arranged by the contractor to carry out the work as and when required by GAIL.

177

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

It shall be entirely the contractor‟s responsibility to provide, operate and maintain all the necessary tools and the rates quoted shall include the same.

13. CONTRACT PERIOD:

Vendor shall supply the Battery Chargers within 03 (three) months to be reckoned form the date of issue of Fax of Acceptance/ Letter of Acceptance/ Letter of Intent whichever is earlier.

For installation & commissioning, vendor shall depute representative within 1 (one) month after readiness of site & intimation by GAIL through e-mail/ telephone.

14. SUPERVISION OF WORK:

The contractor shall depute one Competent Engineer. The Engineer should be able to manage site activities while executing the job at the site and guide his personnel to carry out the work as and when required as per the instructions of the Engineer In-charge. No extra payment will be made for providing supervisor.

In order to achieve the desired workmanship and quality, the contractor shall deploy experienced and competent personnel.

15. TRANSPORTATION / CONVEANCE:

The contractor shall make his own arrangement for the transportation of his men and materials to the place of work on all the days and time.

16. RIGHT TO GET SERVICES CARRIED OUT THROUGH OTHER AGENCIES:

GAIL has right to accept similar services from other agencies at its discretion if the contractor fails to carryout the job as per scope of work mentioned in the tender document.

17. SUBLETING OF CONTRACT:

No part of this contract nor any share or interest therein shall be in any manner or extent is transferred or assigned or sublet, directly or indirectly to any person/firm or organization whatsoever.

18. GATEPASS / IDENTITY CARD:

The contractor shall make / renew at his own cost gate pass/ identity cards for its personnel if so required by GAIL for security or any other reasons. The GAIL may only endorse such passes on recommendation of the contractor.

178

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

19. NUISANCE:

The contractor or his representative shall not at any time cause any nuisance on the site or do anything which may cause unnecessary disturbances to the owners or tenants or occupants or their properties near the site and to the public generally.

20. SAFETY PRACTICES:

All the personnel of Contractor's, who would be deployed inside the NG Compressor Station premises, should strictly follow all safety rules & regulations (as per OISD & other suitable guidelines) for safety of persons, labours, public and properties at work site/ public places . They should be well-conversant with the safety precautions to be followed in a Natural gas despatch station. The Contractor shall abide by the advice and guidance of the Safety Officer in the station. In addition, the Contractor shall follow all safety codes framed from time to time. Smoking inside the station premises is strictly prohibited. No Contractor's personnel are allowed to possess match boxes, lighters, cigarettes, biddies, transistors, mobile phones or any other material which may cause fire hazards.

Contractor shall also ensure that all existing and amended Fire & Safety Rules / Policies of GAIL, Bareilly are strictly observed in the services rendered by him. Contractor has to strictly adhere to guidance, instructions issued from time to time in this regard. Any violation on this account shall be the Contractor‟s responsibility and GAIL will be immune to all its consequences, whatsoever it may be.

21. INSURANCE & LIABILITIES:

The contractor agrees to and does hereby accept full and exclusive liability for the compliance with all obligations imposed and further agrees to defend, indemnify and hold owner harmless for any liability or penalty which may be imposed by the central, state or local authority also from all claims, suits or proceeding that may be brought against the owner arising under growing out of the reasons of the work provided for by this contract whether brought by employees of the contract by third parties or any central government, state government or local authority for the following Act(s) and liability

a. Employees State Insurance Act. b. Workmen compensation & employees liability insurance. c. Any other insurance required under law or regulations or by owner. d. Accident or injury to workmen. e. Transit Insurance. f. Damages to property or to any third party.

179

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

g. The contractor shall take insurance under workmen compensation act for all his workmen to be deployed for the work and submit a copy of the policy before commencement of work if awarded.

180

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SCOPE OF SUPPLY

SOR PART – C

SCOPE OF SUPPLY & TECHNICAL SPECIFICATION

48V DC Dual Redundant Parallel Float cum Boost Charger

Sl. No. Particulars Requirement Hitachi Hi-Rel/ HBL/ Schneider/ Vertiv/ Chloride/ 1 Acceptable Make Equivalent make with satisfactory performance certificate from the end user Industrial type Dual redundant parallel Float cum Boost 2 Type of Charger charger. Constant voltage, constant current with current limit. 3 Application Telecommunication 415V AC ± 10%, 3 Phase, Asynchronous/ Synchronous 4 Input Voltage from separate power feeders. 5 Input Frequency 50 Hz ± 5% 6 Input Power Factor ≥ 0.7 lag at full load 48V DC (Nominal). Load voltage shall be 48V DC ± 7 Output Voltage 10% (adjustable) in either mode of operation (float & boost). Total output current 160A (load current & battery 8 Output Current charging current) for each charger. 9 Efficiency ≥ 80% at Full load Progressive over 10 – 15 sec which shall prevent damage 10 Power walk-in due to sudden DC voltage available across the DC capacitor. 11 Rectifier type Full wave Thyristor/ IGBT based minimum 6 pulse Nominal Output Voltage 12 ± 1% of set value regulation ±1% with battery connected at full load 13 Ripple voltage ±2% without battery connected 14 Total Harmonic Distortion As per IEEE 519 or relevant IS/IEC standards Auto Float/ Boost 15 Battery charging method Manual Float/ Boost Timer based Boost 80% to 115% of Nominal Output Voltage. Suitable to 16 Charger voltage in Float mode trickle charge 38 cells of 700AH Ni-Cd Battery. 80% to 135% of Nominal Output Voltage. Suitable to 17 Charger voltage in Boost mode boost charge 38 cells of 700AH Ni-Cd Battery. 110% of the rated load for minimum 1 min 18 Overload rating Above 110% of rated load, system may be current limited electronically. Input Switch/ MCCB with fuse Output Switch/ MCCB 19 Protection Battery Fuse/ Switch/ MCCB Current limit protection 181

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Soft start Short circuit protection Surge Protection Device (SPD) Silicon blocking diode for blocking reverse flow from battery to charger & filter Fast acting semi-conductor fuse for rectifier bridge Integrated LED/ LCD display based or analogue metering for AC input voltage for all the phases AC input current for all the phases 20 Meters Frequency of input voltage DC output voltage DC output load current Battery voltage Battery current Input AC Supply ON Charger ON Battery Discharging 21 Indication Float charging ON Boost charging ON Battery Breaker/MCCB ON Charger fault DC under voltage DC over voltage AC incoming power supply failure AC input fuse blown-off Mains high Charger fail 22 Annunciation/ Alarms DC output fuse blown-off DC battery fuse blown-off Load on battery Battery under voltage/ disconnected during discharge Battery on float Battery on boost Cubicle fan failure (if any)/ cubicle temperature high Charger shall restart automatically on resumption of ac 23 Automatic restart input power. Soft start feature shall be available. Incoming power ON/OFF 24 Triple Pole AC ON/OFF MCCB for the AC incoming Switch Fast acting semi-conductor fuses for SCR/IGBT and 25 Semi-conductor fuse Diode Auto/Manual selector Switch or through keypad provided 26 Selector Switch on LCD Display for selection of mode of operation Float/Boost Potentiometer or through keypad provided on LCD 27 Potentiometer Display for setting DC output voltage in the auto mode and for adjusting the voltage in the manual mode 28 Panel meters Comprehensive LED/LCD based/ Analogue panel meters 29 RFI and Harmonic filter Filter shall be provided at the input and output to 182

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

suppress the radio frequency interference to permissible limit as per relevant IEC/VDE code, if required as per design and as per relevant IS/ IEC standards. Harmonic trap shall be provided to limit harmonic components in the input current, if required as per design and as per relevant IS/ IEC standards.

30 Isolation of fault Faulty module shall be isolated automatically Double earthing to be provided. The minimum size of Earthing 31 earth bus shall be 25 x 6mm2 copper. All bus bars shall be of copper conductor of suitable capacity insulated with PVC sleeve. Hole shall be provided at strategic points for easy termination of cable. Bus bar 32 Earth bus shall be running through bottom and shall be without shroud and shall be connected to all potential free metallic part.

33 Protection against Short-circuit By high speed semi-conductor fuse 34 Type of Ventilation Natural cooling / Forced air cooling Provision for cable entry shall be from bottom only; Cable Entry 35 removable type bolted gland plate shall be provided

36 Silicon blocking diode Silicon blocking diode to prevent battery EMF Battery Isolation Switch/ MCCB for isolation of battery Battery Isolation Switch 37 from charger & load Load Isolation Switch/ MCCB for isolation of load from Load Isolation Switch 38 charger Communication port required for remote monitoring of 39 Communication charger parameters 40 Insulation Class F 41 Insulation Breakdown voltage ≥ 2kV for 1 min Self-supporting cubicle type made out of CRCA sheet 42 Construction steel 43 Operating ambient temperature 0 - 45C 44 Altitude 1000m from MSL 45 Atmosphere Non-corrosive, dust free, freely ventilated 46 Noise level < 70 dBA at 1 meter distance from panel 47 Enclosure protection IP-41/42 48 Paint shade Shade 631 as per IS 5/ RAL-7032 i) Fuses: 10% of each rating. ii) Indication Lamps (if any): 10% of total installed 49 Mandatory Spares quantity (minimum 1 no. for each type) iii) MCB & MCCB: 1 no. of each rating

1. SCOPE OF SUPPLY:

183

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

The scope includes but not limited to Design, Manufacture, Testing at Manufacturer‟s work, Packing & Supply to Site, Supervision of Installation at site, Testing & Commissioning at site of 48V DC Dual Redundant Parallel Float cum Boost Charger.

The scope also includes

 Supervision of installation & commissioning.  Site testing before commissioning.  Recording of all electrical parameters during commissioning.  Site testing of interlocks & electrical protection system.

2. APPLICABLE STANDARDS: The charger shall comply with the requirements of the latest revisions of the following standards.

IS 5: Colours for ready mixed paints and enamels. IS 1248: Direct acting indicating analogue electrical measuring instruments & accessories. IS 3700: Essential ratings & characteristics of semi-conductor devices. IS 3715: Letter symbols for semi-conductor devices. IS 3895: Specification for Monocrystalline Semiconductor Rectifier Cells and Stacks. IS 4411: Code of designation of semi-conductor devoices. IS 4540: Specification for Monocrystalline Semiconductor Rectifier Assemblies & Equipment. IS 5001: Guide for preparation of drawings for semi-conductor devices & integrated circuits. IS 5469: Code of practice for the use of semi-conductor junction devices. IS 6619: Safety code for semi-conductor rectifier equipment. IS 7204: Stabilised power supply DC output. IS 12021: Control transformers for switchgear and controlgear for voltage not exceeding 1000V AC. IS 13703: Low voltage fuses for voltage not exceeding 1000V AC or 1500V DC. IS 13947: Low voltage switchgear & controlgear. IEC 60146: Semiconductor converters. IEC 62040-3: Uninterruptible power systems (UPS) - Part 3: Method of specifying the performance and test requirements. IEEE 519: IEEE Recommended Practice and Requirements for Harmonic Control in Electric Power Systems. IEC 61000: Electromagnetic compatibility – Testing & measurement Techniques.

The battery charger shall also conform to the provisions of the Indian Electricity Rules & other statutory regulations which are currently in force in the country.

In case of Indian standards are not available for any equipment, relevant standards issued by IEC/ IEEE/ VDE/ BS/ NEMA shall be referred.

In case of contradiction between various standards/ specifications/ datasheets/ codes/ regulations, it shall be referred to GAIL for further clarification.

3. GENERAL REQUIREMENTS: 184

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) The offered charger shall be brand new with state of the art technology and a proven field track record. No prototype of the charger shall be offered.

b) Vendor shall ensure availability of spares part & maintenance service support for the offered charger for at least 15 years from the date of supply.

c) Vendor shall give a notice of at least 01 (one) year to GAIL before phasing out the product/ spares to enable the end user to place order for spares & services.

d) The battery charger system shall be an integrated system comprising of Static Rectifiers, Isolating & Protection devices and all other equipment/ accessories required for completeness of the system whether specifically mentioned herein or not, but necessary for completeness and satisfactory performance of the system. The battery charger equipment shall be properly coordinated with the battery to ensure complete compatibility.

e) All equipment and component shall be of excellent quality and reliability for providing secure DC power required for vital equipment performance, controlling, monitoring and safeguarding functions in continuously operating gas compressor station. Components shall be capable of withstanding the thermal & dynamic stresses resulting from internal & external short circuits & circuit switching operations etc. The design of the charger shall be such as to minimize the risk of short circuits and shall ensure operational & personnel safety.

f) The vendor shall be responsible for design, engineering & manufacturing of the complete system to fully meet the intent & requirements of this specification and attached data sheets.

4. SITE CONDITIONS: The Battery Charger shall be suitable for installation & operation in a non-pressurised switchgear room with restricted air ventilation. The Battery Charger shall be designed to operate under the site conditions as specified below. Sl. No. Particulars Requirement 1 Operating Temperature 0 - 45C 2 Relative Humidity 0- 95% non-condensing 3 Altitude Up to 1000 meters above MSL 4 Storage Temperature 25 to 70 C 5 Noise level < 70 dBA at 1 meter distance from panel

5. TECHNICAL REQUIREMENTS: 5.1 Input Power Supply: a) The Battery Charger shall be suitable for input power supply as specified below.

185

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Voltage: 415V AC ± 10% Frequency: 50 Hz ± 5% b) In addition of the above variations, the input voltage may be subject to transient variations comprising of voltage dips up to 20% of normal voltage during motor start up, voltage interruptions during short circuits as well as frequency variations due to large motor start up. The Battery Charger shall operate satisfactorily with a Total Harmonic Distortion of up to 5% in the input power supply. c) The Battery Charger shall also be designed to operate satisfactorily while drawing input power from an Emergency Diesel Generator set. d) The incoming power supply to the Battery Charger shall be provided from 2 independent feeders. One feeder shall supply power to each Battery Charger. 5.2 Design Basis: a) The Battery Charger system shall have 02 (two) chargers. Both the chargers shall be of identical design & rating. The battery to be connected to the charger is of the following specification. Number of Battery Banks: 02 (two) numbers Make: HBL Type of Battery: Ni-Cd 38 KBL 700P (Vented Pocket Plate Battery) Capacity: 700 AH No. of Cells: 38 Nominal Cell Voltage: 1.2V DC

b) The Battery Charger shall be designed to provide a boost charging of the battery banks within a duration of 10 Hrs. c) Each Charger shall have a 3 Phase, Full Wave controlled Rectifier bridge with protective devices. d) Independent current limits shall be provided for charger load current & battery charging current. Subsequent to a discharge cycle & completion of quick/ boost charging, when battery is connected to charger in float mode, the battery current shall be monitored, controlled & limited to set value automatically irrespective of the value of the load current. Fast acting semi-conductor fuses shall be provided for protection against internal short circuits. In case of external short circuits, the chargers shall be protected by rapid shut down of the semiconducting power devices. The high speed semi-conductor fuses used for rectifier protection shall be completed with trip indication. e) Filter circuits consisting of smoothing choke & condenser, complete with protection to limit the ripple content at the output, shall be provided, if required as per design and relevant IS/ IEC standards. f) Silicon blocking diodes shall be provided in the charger output circuit to prevent back-feed from battery into the charger & filters. g) Protection against reverse battery connection shall be provided.

186

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

h) Internal cooling of the charger unit shall preferably be by natural ventilation. If forced air cooling is necessary, a redundant air cooling fan shall be provided for each service. The charger components shall be capable of delivering their rated output with one forced air cooling fan out of service. Under this condition, maximum continuous temperature of components shall not exceed the permissible limits. In case of chargers with forced cooling, loss of ventilation alarm/ trip with override facilities shall be provided. i) Selection, sizing & suitability of all components used for various applications shall be vendor‟s responsibility and the rating of components shall be increased, if required, to suit associated components during execution of the order without any claim for extra price or time. All electronic power devices including Thyristors, IGBTs, Transistors & Diodes etc. shall be rated under normal operating conditions for at least 110% of the maximum current carried by the device. All electrical components e.g., Transformers, Reactors, Contactors, Switches, Bus-Bars etc. shall be rated for at least 110% of the maximum required rating. No electronic device shall experience a PIV greater than 50% of its rated value. j) The positive terminal of the charger output shall be grounded. DC Earth fault relay alarm contact for earth leakage & battery protection shall be provided. k) Each charger shall be galvanically isolated from the input power supply by providing a double wound transformer at its input. The transformer shall be natural air cooler, dry type suitable for installation inside a panel. l) Suitable protection shall be provided in the control circuits to guard against the instability of the controlled rectifiers due to electrical oscillations which may be present in the input power supply as caused by an emergency DG set. The Technical Details of the DG set installed at site ae mentioned below. Manufacturer: Taiyo Electric Mfg. Co. Ltd. Model No.: FEAT 55E-6 Rated Output: 1000 kW Output Voltage: 415V AC, 50Hz No. of Poles: 6 Revolution: 1000 RPM Power Factor: 0.8 lagging Insulation: Class F Voltage Regulation: Regulation in the Terminal Voltage is maintained within ±1% of the rated voltage over the entire range from no load to full load, at rated speed and power factor between 1.0 to 0.8. Total harmonic Distortion:  3% m) An RFI filter shall be provided to suppress the radio frequency interferences to permissible limits, if required as per design according to the relevant IS/IEC standards. The production of radio frequency interference voltages shall not exceed the value of suppression grade „N‟ as defined in VDE-0875. The performance of Battery Charger system shall not get affected or in any way be degraded by use of portable radio transmitters/ receivers in the vicinity of the chargers. 187

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

n) Transient/ Surge Protection Devises (SPD) shall be provided in the input circuit of the chargers to protect them against surges & voltage spikes. o) The chargers shall be designed to draw power from mains supply at a minimum power factor of 0.70 lag while sharing the rated load in normal operating condition. p) The chargers shall be designed to ensure that the harmonic component in the input currents are limited so as not to cause undue harmful effects on other sensitive equipment operating on the same supply bus. Suitable filters/ harmonic traps shall be provided, if required, for this purpose. q) All breakers shall be adequately rated for the required continuous rating & breaking capacity as applicable. Paralleling of breaker/ switch/ contactor poles to achieve the required current rating is not acceptable. All output isolating devices shall be of double/ three pole type as per design requirement. The DC contactors shall be operated with a DC control supply using ON/OFF selector switches & not push buttons. All DC contactors must have a tested/ published DC rating equal to or exceeding the most stringent current carrying & breaking requirements while considering adequate design margins. The fault current level of the panel from where the charger will be fed is 60kA for 1 Sec. r) All the Thyristors/ IGBTs/ Diodes & other power electronic devices shall be protected with high speed semi-conductor fuses. I2t coordination between the fuse & semi-conducting power devices shall be ensured. s) The Battery Chargers shall be specifically designed to limit float & quick charging voltages to the battery to limits recommended by the battery manufacturer. Output voltage shall be limited to maximum +10% of the nominal system voltage when the battery is float charged while feeding the load. Vendor shall specifically ensure that the charger output voltage does not exceed the recommended limits of operation under any conditions of internal/ external fault or operation, including:  Filter capacitor fuse failure of either charger.  DC output switch OFF of either charger.  DC output fuse blown of either charger.

t) Both the chargers shall have a communication port for remote monitoring of the parameters of the charger. Necessary software & hardware has to be supplied by the vendor without any extra cost. u) Auto temperature compensate battery charging shall be available. v) Class-F insulation for all magnetic circuit shall be provided. w) Other specific current/ voltage limits during normal charging/ operation of the chargers shall also be incorporated in the design of the chargers.

5.3 Operation:

188

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) Normal operation requires that the battery bank shall be float charged simultaneously by both Chargers -1 & 2 while feeding the DC load, the chargers thus operating in parallel and equally sharing the total load. b) However, in case of failure of either of the chargers, the other charger shall float charge the battery while feeding the complete DC load. Faulty charger shall automatically get disconnected from the healthy system. In this situation, boost charging by the healthy charger shall not be permitted. c) In case of AC mains failure, the battery bank shall continue to supply the load. d) The process of change over from float to boost charging & vice-versa shall be selectable in automatic or manual mode by means of an Auto/ Manual selector switch or button in the front LCD panel. In automatic mode, the changeover from float to boost charging shall be initiated through a current sensor, set at a preset value. Similarly, the change over from boost to float charging shall be automatic based on current sensing. In manual mode, both the changeover from float to boost charging & from boost to float charging shall be performed manually using push buttons. When boost charging mode is selected, the battery charger shall initially charge the battery under constant current mode followed by constant voltage (finishing charging) mode or as per the battery manufacturer‟s recommendation. Changeover from constant current to constant voltage mode shall be fully automatic. A backup synchronous or digital timer shall also be provided for initiating the changeover to float mode by default after a preset time period. The timer range shall be 0 -24 Hrs. or the nearest available as per manufacture‟s standard range. e) Interlock shall be provided to ensure that when either of the chargers is selected in boost charging mode, it will be disconnected from both the DC load and the other charger operating under float charging mode. In this case, the charger operating in float charging mode shall not be permitted to operate in boost charging mode. f) The chargers shall have facility for manual mode of operation in the event of failure of controller under closed loop control. The selection of Auto/ Manual shall be done though selector switch or control switch on the front display panel. g) Facility for initial charging of the uncharged battery shall also be provided.

5.4 Performance:

a) Both the chargers shall be of solid state design, constant voltage & current limit type. The output voltage shall be stabilized to within ±1% of set value in float charging mode for mains steady state voltage and frequency variation of ±10% & ±5% respectively and load variation of 10 to 100% at any temperature up to the designed ambient temperature specified above. b) Under constant current boost charging condition, the DC output current shall be maintained within ±2% of set value. c) The output voltage dynamic response of the charger unit with battery disconnected shall not vary more than ±10% of the nominal output voltage in the event of step load of up to

189

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

50% of the rated output. The output voltage shall be restored to a value within the steady state limits within 250 msec. Voltage feedback shall generally be derived from charger output while current feedback from the DC ammeter. d) The maximum allowable RMS ripple voltage, with battery disconnected, shall be equal to or less than 2% of the nominal output voltage. e) The maximum noise level from the chargers measured at a distance of 1m in any position, at any load between 0-100% with all normal cooling fans (if any) running shall not exceed 70 dBA.

5.5 Controls:

Controls shall include but not limited to the followings:  ON/OFF control switch for AC supply to charger.  DC output MCCB.  Push buttons for float/ boost charging mode selection.  Potentiometers or through keypad provided on LCD display under float mode for voltage & current adjustment.  Potentiometers or through keypad provided on LCD display under boost mode for voltage & current adjustment.  Auto/ Manual selector switch or through control switch on the front display panel to select mode of operation.  Heater‟s power supply switch.  Others as per design of vendor/ manufacturer.

5.6 Panel Metering, Indication & Annunciation:

a) Metering, indication & annunciation shall be provided at least for the following. Metering: AC input voltage for all the phases AC input current for all the phases Frequency of input voltage DC output voltage DC output load current Battery voltage Battery current

Indication: Input AC Supply ON Charger ON Battery Discharging Float charging ON Boost charging ON Battery Breaker/MCCB ON Charger fault Annunciation: Audio-visual annunciation integrated with acknowledge, test, reset & hooter shall be provided in each charger. Any additional relays/ components including 190

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

DC under voltage relay & current sensors required for this purpose shall be provided in the chargers. Facility for bypassing the audio alarm on each charger shall also be provided. Following annunciations shall be provided as minimum. DC under voltage DC over voltage DC earth leakage AC incoming power supply failure AC input fuse blown-off Mains high Charger fail DC output fuse blown-off DC battery fuse blown-off Load on battery Battery under voltage/ disconnected during discharge Battery on float Battery on boost DC Earth fault Cubicle fan failure (if any)/ cubicle temperature high b) One summary alarm potential free contact for each battery charger shall be wired up to terminal block for remote annunciation.

5.7 Printed Circuit Boards:

a) PCBs used in the chargers shall be made of glass epoxy material. Components shall be properly mounted without undue stress, torsion, bends, twists etc. All PCBs shall be provided with a transparent epoxy coating on both sides for environmental/ anti-fungus protection & tropicalisation. Industrial grade components shall be used in the PCBs & electronic circuits. PCBs shall preferably be wave soldered. Copper strips/ prints on PCB shall have smooth edges free from hair line cuts and shall be provided with tin coating. Plug-in PCBs shall preferably be mounted in a standard rack and shall be suitable for easy replacement. They shall be located away from heat sources. The rack shall have PCB guides which shall allow the insertion of PCBs smoothly without requiring undue force. The rack shall be mounted on hinged pivots to enable it to be turned for access to the back side terminals. The PCBs shall be firmly clamped in position so that vibration or continued usage do not result in loose contacts. All PCBs shall be fitted in a manner to avoid replacement of a PCB by a wrong spare card. The PCBs shall be provided with visual LED status indications, monitoring points/ test connections and setting potentiometers in a readily accessible location which is visible without removing the PCBs. Visual fault diagnostics shall preferably identify faults up to various sections in the card. b) Vendor shall provide adequate protection to the system, even if not specifically mentioned.

5.8 Construction of the Charger:

191

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) Each battery charger shall be housed in a separate free standing cubicle. Both the chargers shall be of the same height to maintain the aesthetic appearance. Both the chargers shall be installed side by side. Both the chargers shall be provided with an LED/ CFL light of appropriate wattage with an on/off switch & a thermostatically controlled MCB protected space heater. b) The chargers shall be fabricated from structural/ CRCA sheet steel. The frames shall be fabricated by using minimum 2 mm thick CRCA sheet steel while the doors & covers shall be made from minimum 1.6mm thick CRCA sheet steel. Wherever required, suitable stiffeners shall be provided. The chargers shall be provide with suitable louvers for ventilation backed by wire mesh. They must be suitable for use in a tropical climate. Hinged doors shall be provided at the front & back as required. Inter-panel sheet steel barriers shall be provided. c) The charger shall be provided with minimum IP-41 degree of Ingress Protection as per IS 13947 (Part- 1). d) Gasket on doors & inter-panel gaskets shall be of neoprene rubber. e) Bus burs shall be colour coded and live parts shall be shrouded to ensure complete safety to personnel intending routine inspection by opening the panel doors. All the equipment inside the panel and on the doors shall have suitable name plates. All wires shall be ferruled & terminals shall be numbered. f) The incomer & the bus bar shall be rated based on the maximum load current considering an additional 10% design margin for contingencies. The rating shall be selected from standard available ratings and shall be adequate for the expected short circuit current. The bus bar voltage shall be higher than the recommended boost voltage for the system. The insulation of all equipment, where provided, shall be heat resistant, moisture proof & tropicalized. g) All power & control switches shall be rotary/ cam operated type. All power switches shall be air insulated load break type. Vendor shall ensure that all equipment/ components such as incomer switches/ MCCBs, outgoing DC switches/ MCCBs, other MCCBs, push buttons, indicating lamps, charger mode selector switches, voltage control switches (if any), annunciation window (if any), etc. are suitably located on the charger such that they can be operated without opening the front door. Power switches shall be provided with a door interlock. In case of difficulty in installation on the charger front panel door, the AC incoming power switches/ MCCBs, DC outgoing switches/ MCCBs & other MCCBs may be installed within the panel provided that they are operable after opening the front panel door. However, all other selector/ control switches, push buttons, indicating lamps, annunciators, meters etc. shall necessarily be installed on the front panel door as specified above. h) If comprehensive LED/LCD mimic is not provided & analogue instruments are provided, then, all instruments shall be switchboard type, back connected and 72 x 72mm square size. Accuracy calls of all meters shall be 10%. Digital meters capable of displaying different

192

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

parameters can be considered subject to GAIL‟s approval. Analogue instrument scales shall have a red mark indicating maximum permissible operating rating. i) All fuses shall be link/ bolted type as per design requirement and shall be located inside the panel. Diazed fuses shall not be accepted. j) All power and control wiring connections within the panel shall be carried out with minimum 660V grade, PVC insulated, BIS marked wires having stranded coper conductors. However, copper strip connections shall preferably be used for currents exceeding 100A. Wires of 1.5mm2 size shall normally be used for control circuits with fuse ratings of 10A or less. For control circuit with fuse rating of 16Aor more, 2.5mm2 size wire shall be used. Control wiring of electronic circuits/ components shall be though flat ribbon cable or copper wire of minimum 0.5mm diameter. All control wiring shall be enclosed in PVC channels or otherwise, neatly bunched together. Each wire shall be suitably identified at both ends by PVC ferrules. Ferruling of wires shall be as per relevant IS code. k) For all cabling external to panels, power cables shall be with aluminum/ copper conductors and control cables shall be with copper conductors. All cable connections shall be from bottom of the panel, unless specified otherwise. Removable bolted undrilled gland plates shall be provided. Clamp type terminals shall be used for connection of wires up to 10mm2. Bolted type terminals suitable for cable lugs shall be provided for wire sizes above 10mm2. Separate test terminals shall be provided for measuring & testing of equipment to check performance. All panels shall be supplied complete with tinned copper cable termination lugs. l) All potential free metallic parts shall be earthed using soft drawn copper conductor wire. A suitably sized earth bus shall be provided at the bottom of the panels running through the panel line up with provision for earth connections at both ends to GAIL‟s main earth grid. The minimum size of earth bus shall be 25 x 6mm2 copper. All potential free metallic parts of charger shall be suitably earthed to ensure safety. m) The maximum height of the operating handles/ switches shall not exceed 1800mm and the minimum height shall not be below 300mm. n) All components/ devices/ feeders shall be provided with name plates. o) The sheet steel used for fabrication shall be thoroughly cleaned & degreased to remove mill scale, rust, grease & dirt. Fabricated structures shall be pickles & then rinsed to remove any trace of acid. The under-surface shall be prepared by applying a coat of phosphate paint & a coat of zinc oxide/ phosphate primer. The under-surface shall be free from all imperfections before undertaking the finishing coat. After preparation of the under-surface, the panels shall be either spray painted with two coats of epoxy paint or epoxy powder coated to a uniform thickness suitable for rugged industrial use. p) Colour of final paint shall be shade 631 as per IS 5/ RAL-7032, unless specified otherwise. The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pin holes, orange peels, run off paint etc. All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust corrosion.

193

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

5.9 Reliability:

All necessary care shall be taken in selection, design, manufacture, testing & commissioning of the charger for ensuring high system reliability. The following design considerations shall be taken into account to ensure maximum availability of the system.  There shall be no common device between the two chargers, the failure of which could cause shut down of more than one charger.  It should be possible to attend to any individual power circuit for maintenance without affecting the total DC supply.  Series-parallel combination of smaller devices to achieve specified rating shall not be acceptable.  All the components used shall be time tested & standardized. Vendor shall state the safety factors used in selecting such items as semi-conductors, electrolytic capacitors, transformers etc.

6. INSPECTION, TESTING & ACCEPTANCE:

During fabrication, the equipment shall be subjected to inspection by GAIL. Manufacturer shall furnish all necessary information concerning the supply to GAIL. Tests shall be carried out at manufacturer‟s work under manufacturer‟s care & expense. Each Battery Charger shall be tested in accordance with applicable standards. The following acceptance shall be performed on each Battery Charger as a minimum. Detailed test schedules shall be formulated by the vendor and submitted for GAIL‟s approval. Vendor shall indicate the maximum allowable tolerance against each test parameter in line with applicable standards. All testes shall be witnessed by GAIL and 4 (four) week‟s prior notice shall be given before the commencement of the tests. In case, the chargers fail to meet any requirements of the specifications, necessary modifications/ corrections shall be made by the vendor to ensure compliance to the specifications and the charger shall be tested before acceptance. Original test certificates indicating the test results shall be submitted to GAIL. a) Insulation Tests: Insulation tests shall be performed as per IEC 60146-1-1. The insulation tests shall be carried out using an AC power frequency voltage or a DC voltage at the choice of the manufacturer. In case of AC power frequency voltage test, the test voltage at the frequency available in the test facility or at the rated frequency, but not exceeding 100Hz, shall be increased to the full value as shown in the following table in not less than 10 seconds continuously or in maximum steps of 0.05 P.U. of the full wave starting at a maximum of 0.5 P.U. The unit on test shall withstand the specified voltage for 1 min. In case DC voltage is used for the test, the value of the DC voltage shall be equal to the crest value of the test voltage specified in the table. V / 2 p Test Voltage (AC RMS value) (Vp is the highest crest voltage to be expected between any pair of terminals) 500V ≤ 60V

194

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

1000V ≤ 125V 1500V ≤ 250V 2000V ≤ 500V

b) Printed Circuit Boards: PCBs & other electronic circuits shall undergo a burn-in test for 96 Hrs. at 50o C at a voltage varied between the maximum and minimum supply voltage. In case of failure of any component during testing, the testes shall be repeated after replacement of the faulty component. c) Heat Run Test: Prior to execution of functional tests, each of the two chargers of the battery charger set shall undergo heat-run test performed at rated load & voltage for a period not less than 8 Hrs. The other charger of the set shall be energized under zero load current condition throughout the test period. The temperature of electronic power devices shall be measured and the device junction temperature shall be calculated. The calculated shall be at least 10-20oC lesser than the maximum rated junction temperature of the device with proper ambient temperature correction applied. d) Functional Tests: Functional tests shall be performed on each charger. If during execution of functional tests, an electronic component of the charger is required to be replaced, e.g. due to charger malfunction or failure of the unit to fulfil the performance requirements of the specification, then the heat-run test shall be repeated at rated current following which functional tests shall be carried out. e) Charger Testing at Constant Output Voltage: Measurements shall be carried out in the float charging mode and in the boost charging mode. In each mode, measurements shall be carried out at nominal AC input voltage and at zero, 50% and 100% of rated output current. Measurements at 100% rated load current shall be repeated at 90% and 110% of nominal AC supply voltage. Measurements shall include input AC phase voltage, frequency, current, power, DC output voltage, DC output current & output voltage ripple. f) Charger testing at Constant output Current limit: Measurement shall be carried out in both float charging & boost charging mode. In each mode measurements shall be carried out when the charger is operating under DC current limiting conditions with DC output voltage between zero and set value corresponding to constant voltage operation. Measurements shall include DC output voltage & current. g) AC Input failure test: The test is performed with the test battery connected and by tripping AC incoming circuit breaker. Output voltage variation is to be checked for specified limits. h) DC output test: The test is to be performed by closing AC incoming circuit breakers. Proper operation of rectifiers in starting and output DC voltage are to be checked.

195

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

i) Regulation test: This test shall be carried out by measuring input voltage, input current, output voltage, output current, ripple, input active power, and output power. Measurement shall be carried out in float charge mode as well as Boost Charge mode. j) Light load test: The test is to be carried out to verify that charger is correctly connected and all functions are operating properly. The load applied is limited for economic reasons to some percentage of rated loads. The following points are to be checked.  Output voltage and correct operation of meters  Operation of all control switches and other means to put system into operation.  Functioning of protective and warning devices k) Overload capability test: Specified values of short time overload are to be applied for specified time interval. Values of output voltage and output current are to be recorded. l) Short circuit test: Specified short circuit current capability is to be tested by application of a short circuit to Charger output if necessary via a suitable fuse. Short circuit current is to be recorded. m) Short circuit fuse test: Fuse tripping capability of the charger is to be tested by short circuiting the output via a specified rating of fuse. The test shall be repeated to ensure against fuse non uniformity. The test is carried out at an appropriate charger load under normal operating condition. n) Restart: Manual restart to be tested after complete shutdown of charger. Soft starting shall also be tested. o) Output over voltage: Operation of output over voltage protection is to be checked. p) Earth fault test: An earth fault is to be applied to the output terminal of charger. An earth fault is also to be applied to the battery terminal and output transient shall be measured. q) Auxiliary equipment & control circuit tests: The correct functioning of all measuring instruments, alarms, indications, protections & controls mentioned in the specification shall be verified. r) Parallel operation: Parallel operation of both chargers, sharing of the load, and automatic isolation of the faulty charger shall be checked. s) Charger efficiency: This shall be determined by measurement of active power input and output at 50%, 75% & 100% load. t) Audible noise test: Audible noise shall be measured around each charger at 1m distance in at least 4 to 5 positions and its value shall be within the permissible limits. u) Site Acceptance test: The battery chargers shall be tested at site with the battery bank connected. Vendor shall submit site acceptance test procedure for GAIL‟s approval and all tests shall be performed as per the approved procedure.

7. SUBMITTALS ALONG WITH THE BID:

196

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

The vendor shall furnish catalogue, control scheme, single line diagram & GA drawing of the charger, for technical evaluation.

8. SUBMITTALS BEFORE STARTING OF MANUFACTURING:

The vendor shall submit the followings for approval of GAIL before commencement of manufacturing process.

 GA drawing of the charger  Rating calculations for Rectifier, Transformer, Diode, Capacitor, Inductor etc.  Electrical schematic diagram showing connections & controls. Single Line Diagram.  Power & control circuit diagram  Control scheme. Technical excerpts on operation of the charger.  Quality assurance plan.  Bill of materials indicating name of manufacturer & model no of brought out items.

9. PACKING & DESPATCH:

All the charger shall be divided into several sections for protection and ease of handling during transportation. The equipment shall be properly packed for transportation by ship/ rail or trailer. It shall be wrapped in polythene sheets before being placed in crates/ cases to prevent damage to finish. The crates/ cases shall have skid bottoms for handling. Special notations e.g. „Fragile‟, „This side up‟, „Center of Gravity‟, „Weight‟, “Owner‟s particulars‟, “PO No.‟, etc. shall be clearly & indelibly marked on the packages together with other details as per PO/ LOA.

The chargers may be stored outdoors for long time before installation. The packing shall be completely suitable for outdoor storage in areas with heavy rains and high ambient temperature.

10. SUBMISSION OF DRAWINGS/ DOCUMENTS/SPARES ALONG WITH CHARGER:

The vendor shall supply the followings along with the charger

 Operation & Maintenance manual of the charger.  As built drawing of the power & control circuit.  Bill of material for all components showing manufacturer‟s name, model, address and ratings.  Software for monitoring the parameters of the charger.  Type Test Reports.  Factory Acceptance Test Reports.  Mandatory Spares. i) Fuses: 10% of each rating. ii) Indication Lamps (if any): 10% of total installed quantity (minimum 1 no. for each type) iii) MCB & MCCB: 1 no. of each rating

197

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

11. ON SITE TRAINING:

The vendor shall provide onsite training to at least 02 (two) nos. of GAIL Employees about the complete Battery charger. The training shall include but not limited to instructions on Operation & Maintenance, Fault diagnosis, Maintenance practice and Interlock checking.

198

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SCOPE OF SUPPLY

SOR PART – D

SCOPE OF SUPPLY & TECHNICAL SPECIFICATION

220V DC Dual Redundant Parallel Float cum Boost Charger

Sl. No. Particulars Requirement Hitachi Hi-Rel/ HBL/ Schneider/ Vertiv/ Chloride/ 1 Acceptable Make Equivalent make with satisfactory performance certificate from the end user Industrial type Dual redundant parallel Float cum Boost 2 Type of Charger charger. Constant voltage, constant current with current limit. 3 Application Switchgear Control & Critical Lighting 415V AC ± 10%, 3 Phase, Asynchronous/ Synchronous 4 Input Voltage from separate power feeders. 5 Input Frequency 50 Hz ± 5% 6 Input Power Factor ≥ 0.70 lag at full load 220V DC (Nominal). Load voltage shall be 220V DC ± 7 Output Voltage 10% (adjustable) in either mode of operation (float & boost). Total output current 200A (load current & battery 8 Output Current charging current) for each charger. 9 Efficiency ≥ 80% at Full load Progressive over 10 – 15 sec which shall prevent damage 10 Power walk-in due to sudden DC voltage available across the DC capacitor. 11 Rectifier type Full wave Thyristor/ IGBT based minimum 6 pulse Nominal Output Voltage 12 ± 1% of set value regulation ±1% with battery connected at full load 13 Ripple voltage ±2% without battery connected 14 Total Harmonic Distortion As per IEEE 519 or relevant IS/IEC standards Auto Float/ Boost 15 Battery charging method Manual Float/ Boost Timer based Boost 80% to 115% of Nominal Output Voltage. Suitable to 16 Charger voltage in Float mode trickle charge 178 cells of 480AH Ni-Cd Battery. 80% to 135% of Nominal Output Voltage. Suitable to 17 Charger voltage in Boost mode boost charge 178 cells of 480AH Ni-Cd Battery. 110% of the rated load for minimum 1 min 18 Overload rating Above 110% of rated load, system may be current limited electronically. Input Switch/ MCCB with fuse Output Switch/ MCCB 19 Protection Battery Fuse/ Switch/ MCCB Current limit protection 199

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Soft start Short circuit protection Surge Protection Device (SPD) Silicon blocking diode for blocking reverse flow from battery to charger & filter Fast acting semi-conductor fuse for rectifier bridge Integrated LED/ LCD display based or analogue metering for AC input voltage for all the phases AC input current for all the phases 20 Meters Frequency of input voltage DC output voltage DC output load current Battery voltage Battery current Input AC Supply ON Charger ON Battery Discharging 21 Indication Float charging ON Boost charging ON Battery Breaker/MCCB ON Charger fault DC under voltage DC over voltage DC earth leakage AC incoming power supply failure AC input fuse blown-off Mains high Charger fail 22 Annunciation/ Alarms DC output fuse blown-off DC battery fuse blown-off Load on battery Battery under voltage/ disconnected during discharge Battery on float Battery on boost DC Earth fault Cubicle fan failure (if any)/ cubicle temperature high Charger shall restart automatically on resumption of ac 23 Automatic restart input power. Soft start feature shall be available. Incoming power ON/OFF 24 Triple Pole AC ON/OFF MCCB for the AC incoming Switch Fast acting semi-conductor fuses for SCR/IGBT and 25 Semi-conductor fuse Diode Auto/Manual selector Switch or through keypad provided 26 Selector Switch on LCD Display for selection of mode of operation Float/Boost Potentiometer or through keypad provided on LCD 27 Potentiometer Display for setting DC output voltage in the auto mode and for adjusting the voltage in the manual mode

200

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

28 Panel meters Comprehensive LED/LCD based/ Analogue panel meters Filter shall be provided at the input and output to suppress the radio frequency interference to permissible limit as per relevant IEC/VDE code, if required as per 29 RFI and Harmonic filter design and as per relevant IS/ IEC standards. Harmonic trap shall be provided to limit harmonic components in the input current, if required as per design and as per relevant IS/ IEC standards.

30 Isolation of fault Faulty module shall be isolated automatically Double earthing to be provided. The minimum size of Earthing 31 earth bus shall be 25 x 6mm2 copper. All bus bars shall be of copper conductor of suitable capacity insulated with PVC sleeve. Hole shall be provided at strategic points for easy termination of cable. Bus bar 32 Earth bus shall be running through bottom and shall be without shroud and shall be connected to all potential free metallic part.

33 Protection against Short-circuit By high speed semi-conductor fuse 34 Type of Ventilation Natural cooling / Forced air cooling Provision for cable entry shall be from bottom only; Cable Entry 35 removable type bolted gland plate shall be provided

36 Silicon blocking diode Silicon blocking diode to prevent battery EMF Battery Isolation Switch/ MCCB for isolation of battery Battery Isolation Switch 37 from charger & load Load Isolation Switch/ MCCB for isolation of load from Load Isolation Switch 38 charger Communication port required for remote monitoring of 39 Communication charger parameters 40 Insulation Class F 41 Insulation Breakdown voltage ≥ 2kV for 1 min Self-supporting cubicle type made out of CRCA sheet 42 Construction steel 43 Operating ambient temperature 0 - 45C 44 Altitude 1000m from MSL 45 Atmosphere Non-corrosive, dust free, freely ventilated 46 Noise level < 70 dBA at 1 meter distance from panel 47 Enclosure protection IP-41 48 Paint shade Shade 631 as per IS 5/ RAL-7032 i) Fuses: 10% of each rating. ii) Indication Lamps (if any): 10% of total installed 49 Mandatory Spares quantity (minimum 1 no. for each type) iii) MCB & MCCB: 1 no. of each rating

201

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

1. SCOPE OF SUPPLY: The scope includes but not limited to Design, Manufacture, Testing at Manufacturer‟s work, Packing & Supply to Site, Supervision of Installation at site, Testing & Commissioning at site of 220V DC Dual Redundant Parallel Float cum Boost Charger.

The scope also includes

 Supervision of installation & commissioning.  Site testing before commissioning.  Recording of all electrical parameters during commissioning.  Site testing of interlocks & electrical protection system.

2. APPLICABLE STANDARDS: The charger shall comply with the requirements of the latest revisions of the following standards.

IS 5: Colours for ready mixed paints and enamels. IS 1248: Direct acting indicating analogue electrical measuring instruments & accessories. IS 3700: Essential ratings & characteristics of semi-conductor devices. IS 3715: Letter symbols for semi-conductor devices. IS 3895: Specification for Monocrystalline Semiconductor Rectifier Cells and Stacks. IS 4411: Code of designation of semi-conductor devoices. IS 4540: Specification for Monocrystalline Semiconductor Rectifier Assemblies & Equipment. IS 5001: Guide for preparation of drawings for semi-conductor devices & integrated circuits. IS 5469: Code of practice for the use of semi-conductor junction devices. IS 6619: Safety code for semi-conductor rectifier equipment. IS 7204: Stabilised power supply DC output. IS 12021: Control transformers for switchgear and controlgear for voltage not exceeding 1000V AC. IS 13703: Low voltage fuses for voltage not exceeding 1000V AC or 1500V DC. IS 13947: Low voltage switchgear & controlgear. IEC 60146: Semiconductor converters. IEC 62040-3: Uninterruptible power systems (UPS) - Part 3: Method of specifying the performance and test requirements. IEEE 519: IEEE Recommended Practice and Requirements for Harmonic Control in Electric Power Systems. IEC 61000: Electromagnetic compatibility – Testing & measurement Techniques.

The battery charger shall also conform to the provisions of the Indian Electricity Rules & other statutory regulations which are currently in force in the country.

In case of Indian standards are not available for any equipment, relevant standards issued by IEC/ IEEE/ VDE/ BS/ NEMA shall be referred.

In case of contradiction between various standards/ specifications/ datasheets/ codes/ regulations, it shall be referred to GAIL for further clarification.

202

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

3. GENERAL REQUIREMENTS:

a) The offered charger shall be brand new with state of the art technology and a proven field track record. No prototype of the charger shall be offered.

b) Vendor shall ensure availability of spares part & maintenance service support for the offered charger for at least 15 years from the date of supply.

c) Vendor shall give a notice of at least 01 (one) year to GAIL before phasing out the product/ spares to enable the end user to place order for spares & services.

d) The battery charger system shall be an integrated system comprising of Static Rectifiers, Isolating & Protection devices and all other equipment/ accessories required for completeness of the system whether specifically mentioned herein or not, but necessary for completeness and satisfactory performance of the system. The battery charger equipment shall be properly coordinated with the battery to ensure complete compatibility.

e) All equipment and component shall be of excellent quality and reliability for providing secure DC power required for vital equipment performance, controlling, monitoring and safeguarding functions in continuously operating gas compressor station. Components shall be capable of withstanding the thermal & dynamic stresses resulting from internal & external short circuits & circuit switching operations etc. The design of the charger shall be such as to minimize the risk of short circuits and shall ensure operational & personnel safety.

f) The vendor shall be responsible for design, engineering & manufacturing of the complete system to fully meet the intent & requirements of this specification and attached data sheets.

4. SITE CONDITIONS: The Battery Charger shall be suitable for installation & operation in a non-pressurised switchgear room with restricted air ventilation. The Battery Charger shall be designed to operate under the site conditions as specified below. Sl. No. Particulars Requirement 1 Operating Temperature 0 - 45C 2 Relative Humidity 0- 95% non-condensing 3 Altitude Up to 1000 meters above MSL 4 Storage Temperature 25 to 70 C 5 Noise level < 70 dBA at 1 meter distance from panel

5. TECHNICAL REQUIREMENTS: 5.1 Input Power Supply:

203

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) The Battery Charger shall be suitable for input power supply as specified below. Voltage: 415V AC ± 10% Frequency: 50 Hz ± 5% b) In addition of the above variations, the input voltage may be subject to transient variations comprising of voltage dips up to 20% of normal voltage during motor start up, voltage interruptions during short circuits as well as frequency variations due to large motor start up. The Battery Charger shall operate satisfactorily with a Total Harmonic Distortion of up to 5% in the input power supply. c) The Battery Charger shall also be designed to operate satisfactorily while drawing input power from an Emergency Diesel Generator set. d) The incoming power supply to the Battery Charger shall be provided from 2 independent feeders. One feeder shall supply power to each Battery Charger. 5.2 Design Basis: a) The Battery Charger system shall have 02 (two) chargers. Both the chargers shall be of identical design & rating. The battery bank to be connected to the charger is of the following specification. Number of Battery Banks: 02 (two) numbers Make: HBL Type of Battery: Ni-Cd 178 KBM 480P (Vented Pocket Plate Battery) Capacity: 480 AH No. of Cells: 178 Nominal Cell Voltage: 1.2V DC

b) The Battery Charger shall be designed to provide a boost charging of the battery banks within a duration of 10 Hrs. c) Each Charger shall have a 3 Phase, Full Wave controlled Rectifier bridge with protective devices. d) Independent current limits shall be provided for charger load current & battery charging current. Subsequent to a discharge cycle & completion of quick/ boost charging, when battery is connected to charger in float mode, the battery current shall be monitored, controlled & limited to set value automatically irrespective of the value of the load current. Fast acting semi-conductor fuses shall be provided for protection against internal short circuits. In case of external short circuits, the chargers shall be protected by rapid shut down of the semiconducting power devices. The high speed semi-conductor fuses used for rectifier protection shall be completed with trip indication. e) Filter circuits consisting of smoothing choke & condenser, complete with protection to limit the ripple content at the output, shall be provided, if required as per design and relevant IS/ IEC standards. f) Silicon blocking diodes shall be provided in the charger output circuit to prevent back-feed from battery into the charger & filters.

204

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

g) Protection against reverse battery connection shall be provided. h) Internal cooling of the charger unit shall preferably be by natural ventilation. If forced air cooling is necessary, a redundant air cooling fan shall be provided for each service. The charger components shall be capable of delivering their rated output with one forced air cooling fan out of service. Under this condition, maximum continuous temperature of components shall not exceed the permissible limits. In case of chargers with forced cooling, loss of ventilation alarm/ trip with override facilities shall be provided. i) Selection, sizing & suitability of all components used for various applications shall be vendor‟s responsibility and the rating of components shall be increased, if required, to suit associated components during execution of the order without any claim for extra price or time. All electronic power devices including Thyristors, IGBTs, Transistors & Diodes etc. shall be rated under normal operating conditions for at least 110% of the maximum current carried by the device. All electrical components e.g., Transformers, Reactors, Contactors, Switches, Bus-Bars etc. shall be rated for at least 110% of the maximum required rating. No electronic device shall experience a PIV greater than 50% of its rated value. j) DC Earth fault relay alarm contact for earth leakage & battery protection shall be provided. k) Each charger shall be galvanically isolated from the input power supply by providing a double wound transformer at its input. The transformer shall be natural air cooler, dry type suitable for installation inside a panel. l) Suitable protection shall be provided in the control circuits to guard against the instability of the controlled rectifiers due to electrical oscillations which may be present in the input power supply as caused by an emergency DG set. The Technical Details of the DG set installed at site ae mentioned below. Manufacturer: Taiyo Electric Mfg. Co. Ltd. Model No.: FEAT 55E-6 Rated Output: 1000 kW Output Voltage: 415V AC, 50Hz No. of Poles: 6 Revolution: 1000 RPM Power Factor: 0.8 lagging Insulation: Class F Voltage Regulation: Regulation in the Terminal Voltage is maintained within ±1% of the rated voltage over the entire range from no load to full load, at rated speed and power factor between 1.0 to 0.8. Total harmonic Distortion:  3% m) An RFI filter shall be provided to suppress the radio frequency interferences to permissible limits, if required as per design according to the relevant IS/IEC standards. The production of radio frequency interference voltages shall not exceed the value of suppression grade „N‟ as defined in VDE-0875. The performance of Battery Charger system shall not get affected or in any way be degraded by use of portable radio transmitters/ receivers in the vicinity of the chargers. 205

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

n) Transient/ Surge Protection Devises (SPD) shall be provided in the input circuit of the chargers to protect them against surges & voltage spikes. o) The chargers shall be designed to draw power from mains supply at a minimum power factor of 0.70 lag while sharing the rated load in normal operating condition. p) The chargers shall be designed to ensure that the harmonic component in the input currents are limited so as not to cause undue harmful effects on other sensitive equipment operating on the same supply bus. Suitable filters/ harmonic traps shall be provided, as required, for this purpose. q) All breakers shall be adequately rated for the required continuous rating & breaking capacity as applicable. Paralleling of breaker/ switch/ contactor poles to achieve the required current rating is not acceptable. All output isolating devices shall be of double/ three pole type as per design requirement. The DC contactors shall be operated with a DC control supply using ON/OFF selector switches & not push buttons. All DC contactors must have a tested/ published DC rating equal to or exceeding the most stringent current carrying & breaking requirements while considering adequate design margins. The fault current level of the panel from where the charger will be fed is 60kA for 1 Sec.

r) All the Thyristors/ IGBTs/ Diodes & other power electronic devices shall be protected with high speed semi-conductor fuses. I2t coordination between the fuse & semi-conducting power devices shall be ensured. s) The Battery Chargers shall be specifically designed to limit float & quick charging voltages to the battery to limits recommended by the battery manufacturer. Output voltage shall be limited to maximum +10% of the nominal system voltage when the battery is float charged while feeding the load. Vendor shall specifically ensure that the charger output voltage does not exceed the recommended limits of operation under any conditions of internal/ external fault or operation, including:  Filter capacitor fuse failure of either charger.  DC output switch OFF of either charger.  DC output fuse blown of either charger.

t) Both the chargers shall have a communication port for remote monitoring of the parameters of the charger. Necessary software & hardware has to be supplied by the vendor without any extra cost. u) Auto temperature compensate battery charging shall be available. v) Class-F insulation for all magnetic circuit shall be provided. w) Other specific current/ voltage limits during normal charging/ operation of the chargers shall also be incorporated in the design of the chargers.

5.3 Operation:

206

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) Normal operation requires that the battery bank shall be float charged simultaneously by both Chargers -1 & 2 while feeding the DC load, the chargers thus operating in parallel and equally sharing the total load. b) However, in case of failure of either of the chargers, the other charger shall float charge the battery while feeding the complete DC load. Faulty charger shall automatically get disconnected from the healthy system. In this situation, boost charging by the healthy charger shall not be permitted. c) In case of AC mains failure, the battery bank shall continue to supply the load. d) The process of change over from float to boost charging & vice-versa shall be selectable in automatic or manual mode by means of an Auto/ Manual selector switch or a button in the front LCD panel. In automatic mode, the changeover from float to boost charging shall be initiated through a current sensor, set at a preset value. Similarly, the change over from boost to float charging shall be automatic based on current sensing. In manual mode, both the changeover from float to boost charging & from boost to float charging shall be performed manually using push buttons. When boost charging mode is selected, the battery charger shall initially charge the battery under constant current mode followed by constant voltage (finishing charging) mode or as per the battery manufacturer‟s recommendation. Changeover from constant current to constant voltage mode shall be fully automatic. A backup synchronous or digital timer shall also be provided for initiating the changeover to float mode by default after a preset time period. The timer range shall be 0 -24 Hrs. or the nearest available as per manufacture‟s standard range. e) Interlock shall be provided to ensure that when either of the chargers is selected in boost charging mode, it will be disconnected from both the DC load and the other charger operating under float charging mode. In this case, the charger operating in float charging mode shall not be permitted to operate in boost charging mode. f) The chargers shall have facility for manual mode of operation in the event of failure of controller under closed loop control. The selection of Auto/ Manual shall be done though selector switch or through control switch on the front display panel. g) Facility for initial charging of the uncharged battery shall also be provided.

5.4 Performance:

a) Both the chargers shall be of solid state design, constant voltage & current limit type. The output voltage shall be stabilized to within ±1% of set value in float charging mode for mains steady state voltage and frequency variation of ±10% & ±5% respectively and load variation of 10 to 100% at any temperature up to the designed ambient temperature specified above. b) Under constant current boost charging condition, the DC output current shall be maintained within ±2% of set value. c) The output voltage dynamic response of the charger unit with battery disconnected shall not vary more than ±10% of the nominal output voltage in the event of step load of up to

207

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

50% of the rated output. The output voltage shall be restored to a value within the steady state limits within 250 msec. Voltage feedback shall generally be derived from charger output while current feedback from the DC ammeter. d) The maximum allowable RMS ripple voltage, with battery disconnected, shall be equal to or less than 2% of the nominal output voltage. e) The maximum noise level from the chargers measured at a distance of 1m in any position, at any load between 0-100% with all normal cooling fans (if any) running shall not exceed 70 dBA.

5.5 Controls:

Controls shall include but not limited to the followings:  ON/OFF control switch for AC supply to charger.  DC output MCCB.  Push buttons for float/ boost charging mode selection.  Potentiometers or through keypad provided on LCD display under float mode for voltage & current adjustment.  Potentiometers or through keypad provided on LCD display under boost mode for voltage & current adjustment.  Auto/ Manual selector switch or through control switch on the front display panel to select mode of operation.  Heater‟s power supply switch.  Others as per design of vendor/ manufacturer.

5.6 Panel Metering, Indication & Annunciation:

a) Metering, indication & annunciation shall be provided at least for the following. Metering: AC input voltage for all the phases AC input current for all the phases Frequency of input voltage DC output voltage DC output load current Battery voltage Battery current

Indication: Input AC Supply ON Charger ON Battery Discharging Float charging ON Boost charging ON Battery Breaker/MCCB ON Charger fault Annunciation: Audio-visual annunciation integrated with acknowledge, test, reset & hooter shall be provided in each charger. Any additional relays/ components including 208

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

DC under voltage relay & current sensors required for this purpose shall be provided in the chargers. Facility for bypassing the audio alarm on each charger shall also be provided. Following annunciations shall be provided as minimum. DC under voltage DC over voltage DC earth leakage AC incoming power supply failure AC input fuse blown-off Mains high Charger fail DC output fuse blown-off DC battery fuse blown-off Load on battery Battery under voltage/ disconnected during discharge Battery on float Battery on boost DC Earth fault Cubicle fan failure (if any)/ cubicle temperature high b) One summary alarm potential free contact for each battery charger shall be wired up to terminal block for remote annunciation.

5.7 Printed Circuit Boards:

a) PCBs used in the chargers shall be made of glass epoxy material. Components shall be properly mounted without undue stress, torsion, bends, twists etc. All PCBs shall be provided with a transparent epoxy coating on both sides for environmental/ anti-fungus protection & tropicalisation. Industrial grade components shall be used in the PCBs & electronic circuits. PCBs shall preferably be wave soldered. Copper strips/ prints on PCB shall have smooth edges free from hair line cuts and shall be provided with tin coating. Plug-in PCBs shall preferably be mounted in a standard rack and shall be suitable for easy replacement. They shall be located away from heat sources. The rack shall have PCB guides which shall allow the insertion of PCBs smoothly without requiring undue force. The rack shall be mounted on hinged pivots to enable it to be turned for access to the back side terminals. The PCBs shall be firmly clamped in position so that vibration or continued usage do not result in loose contacts. All PCBs shall be fitted in a manner to avoid replacement of a PCB by a wrong spare card. The PCBs shall be provided with visual LED status indications, monitoring points/ test connections and setting potentiometers in a readily accessible location which is visible without removing the PCBs. Visual fault diagnostics shall preferably identify faults up to various sections in the card. b) Vendor shall provide adequate protection to the system, even if not specifically mentioned.

5.8 Construction of the Charger:

209

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

a) Each battery charger shall be housed in a separate free standing cubicle. Both the chargers shall be of the same height to maintain the aesthetic appearance. Both the chargers shall be installed side by side. Both the chargers shall be provided with an LED/ CFL light of appropriate wattage with an on/off switch & a thermostatically controlled MCB protected space heater. b) The chargers shall be fabricated from structural/ CRCA sheet steel. The frames shall be fabricated by using minimum 2 mm thick CRCA sheet steel while the doors & covers shall be made from minimum 1.6mm thick CRCA sheet steel. Wherever required, suitable stiffeners shall be provided. The chargers shall be provide with suitable louvers for ventilation backed by wire mesh. They must be suitable for use in a tropical climate. Hinged doors shall be provided at the front & back as required. Inter-panel sheet steel barriers shall be provided. c) The charger shall be provided with minimum IP-41 degree of Ingress Protection as per IS 13947 (Part- 1). d) Gasket on doors & inter-panel gaskets shall be of neoprene rubber. e) Bus burs shall be colour coded and live parts shall be shrouded to ensure complete safety to personnel intending routine inspection by opening the panel doors. All the equipment inside the panel and on the doors shall have suitable name plates. All wires shall be ferruled & terminals shall be numbered. f) The incomer & the bus bar shall be rated based on the maximum load current considering an additional 10% design margin for contingencies. The rating shall be selected from standard available ratings and shall be adequate for the expected short circuit current. The bus bar voltage shall be higher than the recommended boost voltage for the system. The insulation of all equipment, where provided, shall be heat resistant, moisture proof & tropicalized. g) All power & control switches shall be rotary/ cam operated type. All power switches shall be air insulated load break type. Vendor shall ensure that all equipment/ components such as incomer switches/ MCCBs, outgoing DC switches/ MCCBs, other MCCBs, push buttons, indicating lamps, charger mode selector switches, voltage control switches (if any), annunciation window (if any), etc. are suitably located on the charger such that they can be operated without opening the front door. Power switches shall be provided with a door interlock. In case of difficulty in installation on the charger front panel door, the AC incoming power switches/ MCCBs, DC outgoing switches/ MCCBs & other MCCBs may be installed within the panel provided that they are operable after opening the front panel door. However, all other selector/ control switches, push buttons, indicating lamps, annunciators, meters etc. shall necessarily be installed on the front panel door as specified above. h) If comprehensive LED/LCD mimic is not provided & analogue instruments are provided, then, all instruments shall be switchboard type, back connected and 72 x 72mm square size. Accuracy calls of all meters shall be 10%. Digital meters capable of displaying different

210

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

parameters can be considered subject to GAIL‟s approval. Analogue instrument scales shall have a red mark indicating maximum permissible operating rating. i) All fuses shall be link/ bolted type as per design requirement and shall be located inside the panel. Diazed fuses shall not be accepted. j) All power and control wiring connections within the panel shall be carried out with minimum 660V grade, PVC insulated, BIS marked wires having stranded coper conductors. However, copper strip connections shall preferably be used for currents exceeding 100A. Wires of 1.5mm2 size shall normally be used for control circuits with fuse ratings of 10A or less. For control circuit with fuse rating of 16Aor more, 2.5mm2 size wire shall be used. Control wiring of electronic circuits/ components shall be though flat ribbon cable or copper wire of minimum 0.5mm diameter. All control wiring shall be enclosed in PVC channels or otherwise, neatly bunched together. Each wire shall be suitably identified at both ends by PVC ferrules. Ferruling of wires shall be as per relevant IS code. k) For all cabling external to panels, power cables shall be with aluminum/ copper conductors and control cables shall be with copper conductors. All cable connections shall be from bottom of the panel, unless specified otherwise. Removable bolted undrilled gland plates shall be provided. Clamp type terminals shall be used for connection of wires up to 10mm2. Bolted type terminals suitable for cable lugs shall be provided for wire sizes above 10mm2. Separate test terminals shall be provided for measuring & testing of equipment to check performance. All panels shall be supplied complete with tinned copper cable termination lugs. l) All potential free metallic parts shall be earthed using soft drawn copper conductor wire. A suitably sized earth bus shall be provided at the bottom of the panels running through the panel line up with provision for earth connections at both ends to GAIL‟s main earth grid. The minimum size of earth bus shall be 25 x 6mm2 copper. All potential free metallic parts of charger shall be suitably earthed to ensure safety. m) The maximum height of the operating handles/ switches shall not exceed 1800mm and the minimum height shall not be below 300mm. n) All components/ devices/ feeders shall be provided with name plates. o) The sheet steel used for fabrication shall be thoroughly cleaned & degreased to remove mill scale, rust, grease & dirt. Fabricated structures shall be pickles & then rinsed to remove any trace of acid. The under-surface shall be prepared by applying a coat of phosphate paint & a coat of zinc oxide/ phosphate primer. The under-surface shall be free from all imperfections before undertaking the finishing coat. After preparation of the under-surface, the panels shall be either spray painted with two coats of epoxy paint or epoxy powder coated to a uniform thickness suitable for rugged industrial use. p) Colour of final paint shall be shade 631 as per IS 5/ RAL-7032, unless specified otherwise. The finished panels shall be dried in stoving ovens in dust free atmosphere. Panel finish shall be free from imperfections like pin holes, orange peels, run off paint etc. All unpainted steel parts shall be cadmium plated or suitably treated to prevent rust corrosion.

211

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

5.9 Reliability:

All necessary care shall be taken in selection, design, manufacture, testing & commissioning of the charger for ensuring high system reliability. The following design considerations shall be taken into account to ensure maximum availability of the system.  There shall be no common device between the two chargers, the failure of which could cause shut down of more than one charger.  It should be possible to attend to any individual power circuit for maintenance without affecting the total DC supply.  Series-parallel combination of smaller devices to achieve specified rating shall not be acceptable.  All the components used shall be time tested & standardized. Vendor shall state the safety factors used in selecting such items as semi-conductors, electrolytic capacitors, transformers etc.

6. INSPECTION, TESTING & ACCEPTANCE:

During fabrication, the equipment shall be subjected to inspection by GAIL. Manufacturer shall furnish all necessary information concerning the supply to GAIL. Tests shall be carried out at manufacturer‟s work under manufacturer‟s care & expense. Each Battery Charger shall be tested in accordance with applicable standards. The following acceptance shall be performed on each Battery Charger as a minimum. Detailed test schedules shall be formulated by the vendor and submitted for GAIL‟s approval. Vendor shall indicate the maximum allowable tolerance against each test parameter in line with applicable standards. All testes shall be witnessed by GAIL and 4 (four) week‟s prior notice shall be given before the commencement of the tests. In case, the chargers fail to meet any requirements of the specifications, necessary modifications/ corrections shall be made by the vendor to ensure compliance to the specifications and the charger shall be tested before acceptance. Original test certificates indicating the test results shall be submitted to GAIL. a) Insulation Tests: Insulation tests shall be performed as per IEC 60146-1-1. The insulation tests shall be carried out using an AC power frequency voltage or a DC voltage at the choice of the manufacturer. In case of AC power frequency voltage test, the test voltage at the frequency available in the test facility or at the rated frequency, but not exceeding 100Hz, shall be increased to the full value as shown in the following table in not less than 10 seconds continuously or in maximum steps of 0.05 P.U. of the full wave starting at a maximum of 0.5 P.U. The unit on test shall withstand the specified voltage for 1 min. In case DC voltage is used for the test, the value of the DC voltage shall be equal to the crest value of the test voltage specified in the table. V / 2 p Test Voltage (AC RMS value) (Vp is the highest crest voltage to be expected between any pair of terminals) 500V ≤ 60V

212

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

1000V ≤ 125V 1500V ≤ 250V 2000V ≤ 500V

b) Printed Circuit Boards: PCBs & other electronic circuits shall undergo a burn-in test for 96 Hrs. at 50o C at a voltage varied between the maximum and minimum supply voltage. In case of failure of any component during testing, the testes shall be repeated after replacement of the faulty component. c) Heat Run Test: Prior to execution of functional tests, each of the two chargers of the battery charger set shall undergo heat-run test performed at rated load & voltage for a period not less than 8 Hrs. The other charger of the set shall be energized under zero load current condition throughout the test period. The temperature of electronic power devices shall be measured and the device junction temperature shall be calculated. The calculated shall be at least 10-20oC lesser than the maximum rated junction temperature of the device with proper ambient temperature correction applied. d) Functional Tests: Functional tests shall be performed on each charger. If during execution of functional tests, an electronic component of the charger is required to be replaced, e.g. due to charger malfunction or failure of the unit to fulfil the performance requirements of the specification, then the heat-run test shall be repeated at rated current following which functional tests shall be carried out. e) Charger Testing at Constant Output Voltage: Measurements shall be carried out in the float charging mode and in the boost charging mode. In each mode, measurements shall be carried out at nominal AC input voltage and at zero, 50% and 100% of rated output current. Measurements at 100% rated load current shall be repeated at 90% and 110% of nominal AC supply voltage. Measurements shall include input AC phase voltage, frequency, current, power, DC output voltage, DC output current & output voltage ripple. f) Charger testing at Constant output Current limit: Measurement shall be carried out in both float charging & boost charging mode. In each mode measurements shall be carried out when the charger is operating under DC current limiting conditions with DC output voltage between zero and set value corresponding to constant voltage operation. Measurements shall include DC output voltage & current. g) AC Input failure test: The test is performed with the test battery connected and by tripping AC incoming circuit breaker. Output voltage variation is to be checked for specified limits. h) DC output test: The test is to be performed by closing AC incoming circuit breakers. Proper operation of rectifiers in starting and output DC voltage are to be checked.

213

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

i) Regulation test: This test shall be carried out by measuring input voltage, input current, output voltage, output current, ripple, input active power, and output power. Measurement shall be carried out in float charge mode as well as Boost Charge mode. j) Light load test: The test is to be carried out to verify that charger is correctly connected and all functions are operating properly. The load applied is limited for economic reasons to some percentage of rated loads. The following points are to be checked.  Output voltage and correct operation of meters  Operation of all control switches and other means to put system into operation.  Functioning of protective and warning devices k) Overload capability test: Specified values of short time overload are to be applied for specified time interval. Values of output voltage and output current are to be recorded. l) Short circuit test: Specified short circuit current capability is to be tested by application of a short circuit to Charger output if necessary via a suitable fuse. Short circuit current is to be recorded. m) Short circuit fuse test: Fuse tripping capability of the charger is to be tested by short circuiting the output via a specified rating of fuse. The test shall be repeated to ensure against fuse non uniformity. The test is carried out at an appropriate charger load under normal operating condition. n) Restart: Manual restart to be tested after complete shutdown of charger. Soft starting shall also be tested. o) Output over voltage: Operation of output over voltage protection is to be checked. p) Earth fault test: An earth fault is to be applied to the output terminal of charger. An earth fault is also to be applied to the battery terminal and output transient shall be measured. q) Auxiliary equipment & control circuit tests: The correct functioning of all measuring instruments, alarms, indications, protections & controls mentioned in the specification shall be verified. r) Parallel operation: Parallel operation of both chargers, sharing of the load, and automatic isolation of the faulty charger shall be checked. s) Charger efficiency: This shall be determined by measurement of active power input and output at 50%, 75% & 100% load. t) Audible noise test: Audible noise shall be measured around each charger at 1m distance in at least 4 to 5 positions and its value shall be within the permissible limits. u) Site Acceptance test: The battery chargers shall be tested at site with the battery bank connected. Vendor shall submit site acceptance test procedure for GAIL‟s approval and all tests shall be performed as per the approved procedure.

7. SUBMITTALS ALONG WITH THE BID:

214

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

The vendor shall furnish catalogue, control scheme, single line diagram & GA drawing of the charger, for technical evaluation.

8. SUBMITTALS BEFORE STARTING OF MANUFACTURING:

The vendor shall submit the followings for approval of GAIL before commencement of manufacturing process

 GA drawing of the charger  Rating calculations for Rectifier, Transformer, Diode, Capacitor, Inductor etc.  Electrical schematic diagram showing connections & controls. Single Line Diagram.  Power & control circuit diagram  Control scheme. Technical excerpts on operation of the charger.  Quality assurance plan.  Bill of materials indicating name of manufacturer & model no of brought out items.

9. PACKING & DESPATCH:

All the charger shall be divided into several sections for protection and ease of handling during transportation. The equipment shall be properly packed for transportation by ship/ rail or trailer. It shall be wrapped in polythene sheets before being placed in crates/ cases to prevent damage to finish. The crates/ cases shall have skid bottoms for handling. Special notations e.g. „Fragile‟, „This side up‟, „Center of Gravity‟, „Weight‟, “Owner‟s particulars‟, “PO No.‟, etc. shall be clearly & indelibly marked on the packages together with other details as per PO/ LOA.

The chargers may be stored outdoors for long time before installation. The packing shall be completely suitable for outdoor storage in areas with heavy rains and high ambient temperature.

10. SUBMISSION OF DRAWINGS/ DOCUMENTS/ SPARES ALONG WITH CHARGER:

The vendor shall supply the followings along with the charger

 Operation & Maintenance manual of the charger.  As built drawing of the power & control circuit.  Bill of material for all components showing manufacturer‟s name, model, address and ratings.  Software for monitoring the parameters of the charger.  Type Test Reports.  Factory Acceptance Test Reports.  Mandatory Spares. i) Fuses: 10% of each rating. ii) Indication Lamps (if any): 10% of total installed quantity (minimum 1 no. for each type) iii) MCB & MCCB: 1 no. of each rating

215

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

11. ON SITE TRAINING:

The vendor shall provide onsite training to at least 02 (two) nos. of GAIL Employees about the complete Battery charger. The training shall include but not limited to instructions on Operation & Maintenance, Fault diagnosis, Maintenance practice and Interlock checking.

216

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SPECIAL CONDITION OF CONTRACT

SOR PART – E & F

1.0 GENERAL INFORMATION 1.1 The "Special Conditions of Contract [SCC]" shall be read in conjunction with the "General Conditions of Contract [GCC]", "Schedule of Rates [SOR]", "Scope of Work" and any other document forming part of the Contract, wherever the context so requires. 1.2 Notwithstanding, the sub-divisions of the documents into separate sections, each part shall be deemed to be supplementary of every other part and shall be read with and into the Contract so far as it may be practicable to do so. 1.3 Where any portion of the "GCC" is repugnant to or at variance with any provisions of the "SCC", unless a different intention appears the provisions of the "SCC" shall be deemed to override the provisions of "GCC", and shall to the extent of such repugnancy or variations, prevail. In case of any contradiction, the decision of the "Engineer-in-Charge [EIC]" will be final and binding on the Contractor. 1.4 The Contractor shall deploy diligent, experience, smart, intelligent and hard- working persons in the skilled, semi-skilled categories as required.

2.0 SITE INFORMATION It is understood that before quoting the rates, the Bidder has visited the work-site and has acquainted himself fully with the nature and quantum of job to be carried out by him in case of award of contract. Ignorance of this will not be considered after the award of Contract. The Contractor will be responsible to complete the entire job in all respects, including any other work necessary to complete the job satisfactorily, though specifically not covered in the "Scope of Work”.

3.0 WATER, POWER AND OTHER UTILITIES

3.1 No water and power shall be provided by the OWNER. It shall be the responsibility of the CONTRACTOR to arrange water and power at his own cost for execution of work. 3.2 In case of water logging in the excavated portion, the CONTRACTOR has to arrange de-watering pump and generator. 4.0 ORDER OF WORKS 4.1 The order in which the work shall be carried out subject to the approval of the Engineer-In-Charge and shall be so as to suit the detailed methodology adopted by the CONTRACTOR, as well as the agreed joint programme. The work shall be carried out in a manner so as to enable the other CONTRACTOR, if any, to work concurrently.

217

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

4.2 OWNER reserves the right to fix up priorities which will be conveyed by Engineer-In-Charge and the CONTRACTOR shall plan and execute work accordingly

5.0 SCOPE OF WORK: As per the tender document

6.0 CONTRACTOR‟S SCOPE OF SUPPLY & OBLIGATION: Apart from OWNER‟s obligation mentioned in the clause no. 5 of SCC, all other obligations/responsibilities are with the CONTRACTOR to complete the entire job to the satisfaction of the OWNER.

7.0 DURATION OF CONTRACT / CONTRACT PERIOD

The duration of contract in all respect shall be, as follows-

3.) For supply of Material – 04 months from date of LOI which includes site visit, customisation of charger size as per available room size, approval of relevant drawing, FAT, Supply of all materials. 4.) For Installation Testing & commissioning – 02 months from the date of intimation of GAIL, after receiving of material.

Job schedule shall be as followed:

S.No. Job description Time Schedule from date of LOA/LOI whichever earlier

1 Site Visit, Drawing submission and Within One and Half month Approval of Drawing

2 Manufacturing of Units and Factory Within Three Month Acceptance Test / Pre Dispatch Inspection

3 Delivery of Material Within Four Month

4 Testing, installation and commissioning Within Two Month from the date of written intimation given from Gail for Testing, installation and commissioning.

Note: Contractor should intimate progress report of above mentioned activities on monthly basis.

218

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

From the date of installation, testing & commissioning of all the chargers, the system will put on trial for 03 (three) months period.

Final bill shall be released to the Vendor after successful trial test of 03 (three) months.

8.0 MOBILISATION ADVANCE

No mobilization advance will be given.

9.0 INSPECTION / CONSTRUCTION AIDS, EQUIPMENT, TOOLS AND TACKLES The clause no: 86.1 of GCC stand modified to the following extent only: 9.1 CONTRACTOR shall be solely responsible for making available for executing the work, all requisite Equipment, Special Aids, Tools, Tackles and Testing equipment and appliances suitable for this type of work. Such equipment shall be subject to examination and approval by OWNER for the same being in first class operating condition. Any discrepancies pointed out by OWNER shall be immediately got rectified, repaired or the equipment replaced altogether, by CONTRACTOR within a reasonable time frame. OWNER shall not in any way be responsible for providing any such equipment, tools and tackles etc. other than what is mentioned under OWNER‟S OBLIGATION . 9.2 Contracted rates shall be deemed to be inclusive of custom duties, if any, applicable on the equipments & machinery imported from abroad and set up in India for the execution of this contract. No adjustment in contracted rates shall be permissible for any change in duty as specified above.

10.0 DEMURRAGE, WHARFAGE ETC. All demurrage, wharfage and other expenses incurred due to delayed clearance of the equipments as above or any other reason shall be to the account of the CONTRACTOR. 11.0 PRICE ESCALATION The contract price shall be deemed to be firm and valid for the entire duration of the contract till the completion of work, and shall not be subject to any adjustment due to increase in prices of materials, utilities, or any other input for performance of work under the contract. 12.0 COMPLIANCE WITH LAWS

12.1 The CONTRACTOR shall abide by all applicable rules, regulations, statutes, laws governing the performance of works in India, including but not limited to the following: i) Contract Labour (Regulation & Abolition) Act. ii) Payment of Wages Act. 219

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

iii) Minimum Wages Act. iv) Employer's Liability Act. v) Factory Act vi) Apprentices Act vii) Workman's Compensation Act viii) Industrial Dispute Act. ix) Environment Protection Act. x) Any other Statute, Act, Law as may be applicable for establishing, maintaining, running of coating plant. 12.2 Similarly the CONTRACTOR shall abide by all the applicable rules, regulations, statutes, laws governing the performance of works outside India, if applicable. 12.3 OWNER shall not be responsible for any default by CONTRACTOR due to lack of information on the part of the CONTRACTOR.

13.0 SCHEDULE OF RATES

The Schedule of Rates (SOR) shall be read in conjunction with Special Conditions of Contract, General Conditions of Contract, Technical Specifications, Drawings and any other document forming part of the contract. The quantities shown against the various items are only approximate and subject to variations as per the stipulation made in General Conditions of Contract. The contracted rates shall include any variations in the quantities of work. All the works, item wise, shall be measured upon completion and paid for at the contracted rates. In case any activity though specifically not covered in Schedule of Rates description but the same is covered under Scope of work/ specification/Drawings etc., no extra claim on this account shall be entertained, since SOR is to be read in conjunction with SCC, GCC, Technical specifications, drawings & any other documents forming part of the contract. All items of work in the Schedule of Rates shall be carried out as per the specifications, drawings and instructions of the Engineer-In-Charge and the Rate so quoted in Schedule of Rates shall be inclusive of all materials, consumables, labour, supervision, tools and tackles, as well as preparatory, incidental, intermediate/auxiliary/ancillary or enabling works etc. 14.0 TERMS OF PAYMENT 14.1 FOR SUPPLY: 14.1.1 GAIL shall release 70% payment within 15 days after receipt and acceptance of all materials at site. 14.1.2 20% payment of the material value shall release within 15 Days after successful Installation, Testing & Commissioning of all systems duly certified by Engineer-In-Charge. 14.1.3 Balance 10% shall be released along with final bill after the trial run of 03 months of all systems.

220

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

14.2 FOR SERVICES: 14.2.1 90 % payments towards services shall be made after successful Installation, Testing & Commissioning of all systems duly certified by Engineer-In-Charge. 14.2.2 Balance 10% shall be released along with final bill after the trial run of 03 months of all systems.

15.0 ORGANISATION FOR THIS WORK

Subject to the provisions in the contract document and without prejudice to CONTRACTOR‟s liabilities and responsibilities to provide adequate qualified skilled, semi- skilled and unskilled personnel on the work, CONTRACTOR shall deploy site organization and augment the same as decided by the Engineer-in-Charge depending upon the job requirement & the exigencies of work so as to complete all works within the contracted time schedule and without any additional cost to OWNER.

16.0 EQUIPMENTS, TOOLS & TACKLES

The CONTRACTOR shall without prejudice to his overall responsibility to execute and complete the work as per specifications and time schedule, progressively deploy adequate equipments, tools & tackles and augment the same as decided by the Engineer-in-Charge depending on the exigencies of the work so as to complete all works within the contracted time schedule and without any additional cost to OWNER.

17.0 TESTS AND INSPECTION The CONTRACTOR shall carry out the various tests as per the technical documents that will be furnished to him during the performance of the work and no separate payment shall be made unless otherwise specified in schedule of rates. 17.1 All the tests either on the field or at outside laboratories concerning the execution of the work shall be carried out by the CONTRACTOR at their own cost. 17.2 The CONTRACTOR shall provide for purposes of inspection, vehicle access ladders, lighting and necessary instruments at his own cost for inspection work. 17.3 Any work not conforming to execution drawings, specifications or codes shall be rejected forthwith and the CONTRACTOR shall carry out the rectifications at his own cost. 17.4 Inspection and acceptance of work shall not relieve the CONTRACTOR from any of his responsibilities under this contract. 17.5 Statutory fees paid to statutory authorities for repeat tests and inspection due to 221

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

failures, repairs etc. reasons attributable to the CONTRACTOR shall be borne by the CONTRACTOR. 17.6 The CONTRACTOR shall submit the schedules well in advance to the EICs of GAIL work centers for deputing site engineers for inspection/witnessing the survey work in their respective regions. 17.7 The Contractor shall inform 15 Days in advance for Factory Acceptance Test.

18.0 TAX LIABILITIES 18.1 The prices quoted in the “Schedule of Rates (SOR)” should be inclusive of all expenses of transportation, overheads, profits, etc. The same should also be inclusive of all taxes (except GST), duties, levies, statutory payments, license fees, etc., imposed by the Government of UP/MP Works Contracts, etc. While quoting the prices, the bidder shall take into account all these aspects and no separate payment on any account shall be payable to the contractor at a later date. The quoted rates shall be inclusive of all, including taxes and duties etc. except GST & cess thereon. 18.2 Contractor shall be liable for timely payment of all taxes, duties & levies imposed by any Government / Government Department / Agency / Body including local autonomous bodies from time to time without any extra claim from the Owner. However, the Service Tax payable by the Contractor, if any, shall be reimbursed on production of receipt thereof. GAIL shall have no liability on these accounts and Contractor shall indemnify GAIL from any such liability, even if it arises in future. 18.3 Income Tax deductions shall be made from all payments to the Contractor as per rules and regulations in force in accordance with the Income Tax Act prevailing from time to time. However, contractor shall be entitled to get the TDS Certificate for the amount so deducted in the format prescribed by the Income Tax Department for the purpose. 18.4 Corporate Income Tax liability if any shall be in CONTRACTOR‟s account.

19.0 DEDUCTIONS FROM CONTRACT PRICE

All costs, damages or expenses which the OWNER may have paid, for which CONTRACTOR is liable under the CONTRACT shall be claimed by the OWNER. All such claims shall be billed by the OWNER to the CONTRACTOR, regularly as and when they fall due. All such claims shall be supported by appropriate and certified vouchers or explanations, to enable the CONTRACTOR to properly identify such claims. Such claims shall be paid by the CONTRACTOR within fifteen (15 days) of the receipt of corresponding bills and if not paid by the CONTRACTOR within the said period, the OWNER shall deduct the amount, from any amount due or becoming due to the CONTRACTOR under the Contract or may be recovered by actions of law or otherwise, if the CONTRACTOR fails to pay the OWNER of such claims. Intimation regarding deduction shall be given to CONTRACTOR.

222

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

20.0 DRAWINGS The drawings accompanying the tender document are indicative & issued for tendering purpose only. These drawings indicate the general scheme as well as the layout to enable the CONTRACTOR to make an offer in line with the requirements of the OWNER. Detailed construction drawings on the basis of which actual execution of work is to proceed will be furnished to the CONTRACTOR progressively based on the detailed construction evolved after the award of work and also based on construction progress achieved. However, no extra claim whatsoever shall be entertained for any variation in the “Approved/issued for construction” and “Tender drawings” regarding any changes/units.

CONTRACTOR MUST VISIT AT EACH SITE BEFORE FINALIZATION OF DIMENSIONS AND DRAWINGS (TECHNICAL AND GA DRAWING). Approval of relevant drawing may require 15 days from submission of drawings i.e. GA and other technical Drawings.

21.0 MAKE OF MATERIALS 21.1 All equipment and materials to be used under this contract shall be from approved vendors. 21.2 Wherever any make item is specified by a brand name, manufacturer or vendor, the make mentioned shall be for establishing type, function and quality desired. Other makes will be considered, provided sufficient information is furnished to the OWNER to assess the makes proposed by the CONTRACTOR as equivalent and acceptable. 21.3 Where the makes of materials are not indicated in the tender document, CONTRACTOR shall furnish details of proposed makes and use the same after written approval of EIC. 22.0 CLEARANCE OF SITE/QUALITY OF WORK CONTRACTOR or his authorized representative shall be available at site at all times, during the progress of the work.

23.0 ADHERENCE TO SPECIFICATION The work shall be carried out as per IS/NACE/BS/ANSI standard for the entire survey work. Wherever these codes are silent, the same shall be governed by sound engineering practice. And the decision of EIC in matter of interpretation shall be final and binding on the CONTRACTOR.

24.0 CHANGES IN QUANTITIES OF ITEMS DURING EXECUTION The quantities indicated in the Scheduled of Rates are based on the information available as at present and may vary during execution depending upon site conditions. If the quantities of any item(s) change to any extent due to any reason whatsoever, the CONTRACTOR shall be bound to execute them at the rates quoted by him. The payment 223

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

shall accordingly make based on the actual quantity executed.

25.0 DEFECT LIABILITY / WARRANTY PERIOD & SECURITY DEPOSIT: As per tender GCC & GPC.

26.0 DOCUMENTATIONS / REPORTS The Contractor will maintain all records and relevant documents as required. The Contractor will submit the day-to-day work progress and inspection reports to respective "SIC/EIC". The materials, design and workmanship shall satisfy the applicable relevant Indian Standards, the job specifications contained herein and codes referred to. Where the job specifications stipulate requirements in addition to those contained in the standard codes and specifications, these additional requirements shall also be satisfied.

27.0 TERMINATION OF CONTRACT 27.1 In case, the Contractor's performance is not found satisfactory as per the opinion of "EIC" at any point of time during the Contract, the Contract may be terminated by giving a fifteen [15] days' notice. Any loss incurred by the Owner / GAIL on this account shall be recovered from the Contractor. GAIL may engage another agency to complete pending jobs under this Contract at the risk and cost of the Contractor. If it is observed that work cannot be completed within the stipulated time, GAIL may get the work done through other agency(s) at the risk and cost of the Contractor. 27.2 Without prejudice to any rights under this Contract, if the Contractor dies, the "EIC" on behalf of the GAIL shall have the option of terminating the Contract without compensation to the Contractor.

28.0 ALL OTHER TERMS & CONDITIONS OF THE CONTRACT SHALL BE AS PER "GENERAL CONDITIONS OF CONTRACT [GCC]" OF THIS TENDER DOCUMENT

224

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SCOPE OF SUPPLY

SOR PART – E & F

SCOPE OF WORK & TECHNICAL SPECIFICATIONS FOR DUAL FLOAT CUM BOOST 48V CHARGER

1. GENERAL

1.1 This job briefly covers design, manufacture, testing at works and supply of the complete battery chargers, Installation, Commissioning of battery charger and cable termination with Lug and Glands complete in all respect. Loading, Un-loading, Shifting and Removal of old and new chargers are in the scope of bidder at following Locations:

1.2 List of location

Present System Battery Detail No Installation Voltage Place of Installation

GAILTEL Node

GAILTEL C/o Ramji Sharan Bajpai 1 NODE 370 AH 48 V dc Bhander Opp. Telephone Exchange Bhander Dist: Datia M.P.- 475335

GAIL (India ) Limited GAILTEL Jhansi Maintenance Base, 2 NODE 660 AH 48 V dc Opp. Rajghat Colony Jhansi Nandanpura Jhansi 284003

225

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

2 TECHNICAL SPECIFICATIONS

The following are the minimum specifications of Dual Float cum Boost Battery Charger 48V, 75A for Bhander location:

S.N PARAMETER SPECIFICATION O.

1 AC input voltage 230V, 1 Phase

2 AC input frequency 50 Hz, ±5%

Nominal : 48 Volts

Float voltage : 52.54Volts DC (ADJ.) (37cells x DC output voltage 1.42V/cell) 3 settings: Boost voltage : 53.65Volts DC (ADJ.) (37ells x 1.45V/cell)

4 Total Current Limit 75A

5 Battery current limit 370AH x 0.1C = 37A

AC to DC by means of a single phase full wave half

6 Power Conversion Controlled bridge consisting of Thyristor through Micro- controller.

7 EFFICIENCY 65% at full load

8 Ripple voltage 3% RMS (without battery connected)

Switchgear:

9 a) Input side AC MCCB

b) Output side DC MCCB

226

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N PARAMETER SPECIFICATION O.

C) Battery side Fuse

a) Surge suppressors

b)Soft start

c)Battery charger current limit

10 Protection d)Control circuit & Voltmeter fuses

e)Rectifier protection HRC fuses

f) Blocking diode

g)Capacitor Fuses

Input Voltage

Input Current

Output Voltage

Output Current MEASURMENTS 11 Battery Voltage (LCD DISPLAY) Battery Current

AC Mains On LED

12 LED INDICATIONS DC output On LED

Charger ON LED

AC Mains Fail

SCR fuse fail

Charger fail 13 ALARMS DC under voltage

DC over voltage

DC earth fault

227

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N PARAMETER SPECIFICATION O.

Charger overload

14 Operating Temperature 0° C to +50° C

15 Type of cooling Natural air cooling

228

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

The following are the minimum specifications of Dual Float cum Boost Battery Charger 48V, 130A for Jhansi location:

S.N PARAMETER SPECIFICATION O.

1 AC input voltage 230V, 1 Phase

2 AC input frequency 50 Hz, ±5%

Nominal : 48 Volts

Float voltage : 52.54Volts DC (ADJ.) (37cells x DC output voltage 1.42V/cell) 3 settings: Boost voltage : 53.65Volts DC (ADJ.) (37ells x 1.45V/cell)

4 Total Current Limit 130A

5 Battery current limit 660AH x 0.1C = 66A

AC to DC by means of a single phase full wave half

6 Power Conversion Controlled bridge consisting of Thyristor through Micro- controller.

7 EFFICIENCY 65% at full load

8 Ripple voltage 3% RMS (without battery connected)

Switchgear:

a) Input side AC MCCB 9 b) Output side DC MCCB

C) Battery side Fuse

229

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N PARAMETER SPECIFICATION O.

a) Surge suppressors

b)Soft start

c)Battery charger current limit

10 Protection d)Control circuit & Voltmeter fuses

e)Rectifier protection HRC fuses

f) Blocking diode

g)Capacitor Fuses

Input Voltage

Input Current

Output Voltage

Output Current MEASURMENTS 11 Battery Voltage (LCD DISPLAY) Battery Current

AC Mains On LED

12 LED INDICATIONS DC output On LED

Charger ON LED

AC Mains Fail

SCR fuse fail

Charger fail

13 ALARMS DC under voltage

DC over voltage

DC earth fault

Charger overload

230

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N PARAMETER SPECIFICATION O.

14 Operating Temperature 0° C to +50° C

15 Natural air cooling Type of cooling

The Charger which includes, but not limited to, transformer, rectifier circuit as well as control circuit etc. required for satisfactory operation of Float and Boost charger shall be housed in single cabinet. The equipment offered shall be highly reliable, latest upgraded Technology in Control, monitoring and Feedback of proven design.

3 FACTORY TESTS FOR BATTERY CHARGERS

The following routine tests shall be conducted at Vendor‟s works:

a) Visual checks for dimensions and general arrangement. b) Wiring checks c) Functional Test d) Voltage Regulation Test 100% Load, No Load e) Efficiency Check f) Phase selection logic operation g) Harmonic measurement h) HV & IT Test i) Heat Run Test for 8 Hours on full load j) Enclosure protection check and verification of Type Test Document

4. COMMISSIONING OF BATTERY CHARGER:

Installation, Commissioning & Testing of battery charger as per the directions of GAIL which involves the following scope but not limited to;

a) Installation of Charger at the designated place as directed by EIC. b) Panel shall be mounted on the I-channels with proper grouting. c) All the work required for installation of the battery charger panels which are not specified elsewhere in this document but requires for the installation shall be in the scope of bidder.

231

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

d) Termination of all the cables in the battery charger and DC bus in the existing GAIL‟s panel shall be in the scope of vendor. e) All the consumables such as Lugs, glands, ferrules and other items required for commissioning shall be in the scope of vendor. f) Commissioning of the entire system as per tender and to the satisfaction of GAIL. g) GAIL shall only provide the single-phase supply as per the power availability. However connection shall be in the scope of bidder and cables required are in Gail‟s Scope. h) If the power is not available, bidder shall arrange for alternate power for the installation & commissioning. i) Load testing & functionality testing shall be done at the site. All the necessary arrangements for the testing shall be arranged by the bidder. j) Tools, tackles, materials and etc., for commissioning of entire system shall be in the scope of bidder. k) All the work required for completion of the entire job of installation & commissioning of battery charger which is not specified elsewhere in this document but requires for the installation shall be in the scope of bidder.

5.0 For Supply of battery charger:

Supply of battery charger as per the specifications mentioned in this document

a) Technical specifications as mentioned in this document. b) Charger shall not be modular based. c) 2NO and 2NC auxiliary potential free contact for on /off remote monitoring d) Transportation, loading & unloading at site shall be in the scope of bidder.

232

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

6.0 Typical SLD

233

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SECTION VI

TECHNICAL SPECIFICATIONS

234

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TECHNICAL SPECIFICATION FOR SOR PART – A & B

TECHNICAL DATA TO BE PROVIDED BY BIDDERS ALONG WITH TECHNICAL BID FOR PROCURMENT OF BATTERY CHARGERS FOR PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sr. No. Technical Detail Required Technical Description Quoted By Bidder

Input Supply : Nominal 415Vac ,3 Phase with Neutral, 50 Hz 1 Working Range 330 ~ 460 V AC, 47 ~ 53 Hz. Boost Mode: Constant current charging (max 220A) up to V boost (Voltage level settable: from 48V – 70VDC), followed by Output Voltage FOR 48V constant voltage at V boost. 2 Charger: Float M o d e : Constant Voltage charging, in the range of 48V–64 V (user selectable). Maximum current shall be 220A.

FOR 24V Charger: Boost Mode: Constant current charging (max 220A) up to V boost (Voltage level Output Voltage FOR 24V settable: from 24V – 35VDC), followed by 3 Charger: constant voltage at V boost. Float M o d e : Constant Voltage charging, in the range of 24 –32 VDC (user selectable). Maximum current shall be 220A. 220A @ when 3-phase supply is available at input terminals and voltage is 330 ~ 460 V AC, 47 ~ 53 Hz. Charger shall be designed to deliver current 4 Output Current not less than 80A when at least single phase (180 ~ 250 Vac) supply is available at input terminals.

235

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sr. No. Technical Detail Required Technical Description Quoted By Bidder

Charger shall be designed to charge the two bank of existing Ni- Cd batteries (Two Banks of 40 Cells each in parallel of1200 AH Ni- 5 Battery Specification Cd Low Discharge battery for 48 V system and Two Banks of 20 Cells each in parallel of 1060 AH for 24 V ) in both manual boost & auto float mode (user selectable).

Full load efficiency 6 More than 90 % of Rectifier Following Visual Indications are to be provided: a) 'R" Phase ON b) 'Y' Phase ON 7 Indications /Annunciations c) 'B' Phase ON d) Charger ON e) Charger Fail f) Current Limit / System over load g) Boost charge Theh) followi Floatn chargeg para meters are to be displayed on the panel thru digital meters. a) AC I/P Voltage b) AC I/P Current 8 Meters /Instruments c) DC O/P Voltage d) DC O/P

Current e) Leakage Current RS485 connectivity for: Input all three phase voltage & current, 9 Remote Monitoring Facility Output voltages & currents And status of chargers. Bidder should design Enclosure / Panel as 10 Enclosure / Panel per available room size

Over voltage, Under Voltage, Over 11 Safety Current, Short circuit, Earth fault, lightning surges (in both input & output).

236

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sr. No. Technical Detail Required Technical Description Quoted By Bidder

All the materials for connections, bus bar 12 Material used inside charger and etc., shall be of copper with suitable rating.

237

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TECHNICAL SPECIFICATION FOR SOR PART – C

BIDDER‟S CHECKLIST OF TECHNICAL SPECIFICATION

Vendor must mark "YES" (for acceptance) or "NO"(for non-acceptance) or fill data wherever applicable in the "Vendor Acceptance" column of the following checklists.

All the specifications/points must necessarily be filled in. Any point left out is deemed as not accepted without any reason thereof.

Relevant complete technical literature has to be enclosed for every offered material.

For any contradictory points in the specifications and scope of supply, vendor shall refer to GAIL for clarification before submitting the offer.

48V DC Dual Redundant Parallel Float cum Boost Charger

Sl. Particulars Requirement Vendor Acceptance No. Hitachi Hi-Rel/ HBL/ Schneider/ Vertiv/ Chloride/ Equivalent make 1 Acceptable Make with satisfactory performance certificate from the end user 2 Model No. To be specified by vendor Vendor to submit Catalogue & 3 Catalogue Specification sheet for Technical Evaluation Industrial type Dual redundant parallel Float cum Boost charger. 4 Type of Charger Constant voltage, constant current with current limit. 5 Application Telecommunication 415V AC ± 10%, 3 Phase, 6 Input Voltage Asynchronous/ Synchronous from separate power feeders. 7 Input Frequency 50 Hz ± 5% 8 Input Power Factor ≥ 0.7 lag at full load 48V DC (Nominal). Load voltage shall be 48V DC ± 10% (adjustable) 9 Output Voltage in either mode of operation (float & boost). Total output current 160A (load 10 Output Current current & battery charging current) for each charger. 11 Efficiency ≥ 80% at Full load 12 Power walk-in Progressive over 10 – 15 sec which

238

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. shall prevent damage due to sudden DC voltage available across the DC capacitor. Full wave Thyristor/ IGBT based 13 Rectifier type minimum 6 pulse Nominal Output 14 ± 1% of set value Voltage regulation ±1% with battery connected at full 15 Ripple voltage load ±2% without battery connected Total Harmonic As per IEEE 519 or relevant IS/IEC 16 Distortion standards Auto Float/ Boost Battery charging 17 Manual Float/ Boost method Timer based Boost 80% to 115% of Nominal Output Charger voltage in 18 Voltage. Suitable to trickle charge Float mode 38 cells of 700AH Ni-Cd Battery. 80% to 135% of Nominal Output Charger voltage in 19 Voltage. Suitable to boost charge 38 Boost mode cells of 700AH Ni-Cd Battery. 110% of the rated load for minimum 1 min 20 Overload rating Above 110% of rated load, system may be current limited electronically. Input Switch/ MCCB with fuse Output Switch/ MCCB Battery Fuse/ Switch/ MCCB Current limit protection Soft start Short circuit protection 21 Protection Surge Protection Device (SPD) Silicon blocking diode for blocking reverse flow from battery to charger & filter Fast acting semi-conductor fuse for rectifier bridge Integrated LED/ LCD display based or analogue metering for AC input voltage for all the phases AC input current for all the phases 22 Meters Frequency of input voltage DC output voltage DC output load current Battery voltage Battery current

239

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. Input AC Supply ON Charger ON Battery Discharging 23 Indication Float charging ON Boost charging ON Battery Breaker/MCCB ON Charger fault DC under voltage DC over voltage AC incoming power supply failure AC input fuse blown-off Mains high Charger fail DC output fuse blown-off 24 Annunciation/ Alarms DC battery fuse blown-off Load on battery Battery under voltage/ disconnected during discharge Battery on float Battery on boost Cubicle fan failure (if any)/ cubicle temperature high Charger shall restart automatically 25 Automatic restart on resumption of ac input power. Soft start feature shall be available. Incoming power Triple Pole AC ON/OFF MCCB for 26 ON/OFF Switch the AC incoming Fast acting semi-conductor fuses for 27 Semi-conductor fuse SCR/IGBT and Diode Auto/Manual selector Switch or through keypad provided on LCD 28 Selector Switch Display for selection of mode of operation Float/Boost Potentiometer or through keypad provided on LCD Display for setting 29 Potentiometer DC output voltage in the auto mode and for adjusting the voltage in the manual mode Comprehensive LED/LCD based/ 30 Panel meters Analogue panel meters Filter shall be provided at the input and output to suppress the radio frequency interference to RFI and Harmonic permissible limit as per relevant 31 filter IEC/VDE code, if required as per design and as per relevant IS/ IEC standards. Harmonic trap shall be provided to limit harmonic 240

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. components in the input current, if required as per design and as per relevant IS/ IEC standards. Faulty module shall be isolated Isolation of fault 32 automatically Double earthing to be provided. The 33 Earthing minimum size of earth bus shall be 25 x 6mm2 copper. All bus bars shall be of copper conductor of suitable capacity insulated with PVC sleeve. Hole shall be provided at strategic points 34 Bus bar for easy termination of cable. Earth bus shall be running through bottom and shall be without shroud and shall be connected to all potential free metallic part. Protection against By high speed semi-conductor fuse 35 Short-circuit

36 Type of Ventilation Natural cooling / Forced air cooling Provision for cable entry shall be 37 Cable Entry from bottom only; removable type bolted gland plate shall be provided Silicon blocking diode to prevent Silicon blocking diode 38 battery EMF Battery Isolation Switch/ MCCB for Battery Isolation isolation of battery from charger & 39 Switch load Load Isolation Switch/ MCCB for Load Isolation Switch 40 isolation of load from charger Communication port required for 41 Communication remote monitoring of charger parameters 42 Insulation Class F Insulation Breakdown 43 ≥ 2kV for 1 min voltage Self-supporting cubicle type made 44 Construction out of CRCA sheet steel Operating ambient 45 0 - 45C temperature 46 Altitude 1000m from MSL Non-corrosive, dust free, freely 47 Atmosphere ventilated 241

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. < 70 dBA at 1 meter distance from Noise level 48 panel 49 Enclosure protection IP-41/42 50 Paint shade Shade 631 as per IS 5/ RAL-7032 iv) Fuses: 10% of each rating. v) Indication Lamps (if any): 10% of total installed 51 Mandatory Spares quantity (minimum 1 no. for each type) vi) MCB & MCCB: 1 no. of each rating

242

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION TECHNICAL SPECIFICATION FOR SOR PART – D

BIDDER‟S CHECKLIST OF TECHNICAL SPECIFICATION

Vendor must mark "YES" (for acceptance) or "NO"(for non-acceptance) or fill data wherever applicable in the "Vendor Acceptance" column of the following checklists.

All the specifications/points must necessarily be filled in. Any point left out is deemed as not accepted without any reason thereof.

Relevant complete technical literature has to be enclosed for every offered material.

For any contradictory points in the specifications and scope of supply, vendor shall refer to GAIL for clarification before submitting the offer.

220V DC Dual Redundant Parallel Float cum Boost Charger

Sl. Particulars Requirement Vendor Acceptance No. Hitachi Hi-Rel/ HBL/ Schneider/ Vertiv/ Chloride/ Equivalent make 1 Acceptable Make with satisfactory performance certificate from the end user 2 Model No. To be specified by vendor Vendor to submit Catalogue & 3 Catalogue Specification sheet for Technical Evaluation Industrial type Dual redundant parallel Float cum Boost charger. 4 Type of Charger Constant voltage, constant current with current limit. Switchgear Control & Critical 5 Application Lighting 415V AC ± 10%, 3 Phase, 6 Input Voltage Asynchronous/ Synchronous from separate power feeders. 7 Input Frequency 50 Hz ± 5% 8 Input Power Factor ≥ 0.70 lag at full load 220V DC (Nominal). Load voltage shall be 220V DC ± 10% 9 Output Voltage (adjustable) in either mode of operation (float & boost). Total output current 200A (load 10 Output Current current & battery charging current)

243

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. for each charger. 11 Efficiency ≥ 80% at Full load Progressive over 10 – 15 sec which shall prevent damage due to sudden 12 Power walk-in DC voltage available across the DC capacitor. Full wave Thyristor/ IGBT based 13 Rectifier type minimum 6 pulse Nominal Output 14 ± 1% of set value Voltage regulation ±1% with battery connected at full 15 Ripple voltage load ±2% without battery connected Total Harmonic As per IEEE 519 or relevant IS/IEC 16 Distortion standards Auto Float/ Boost Battery charging 17 Manual Float/ Boost method Timer based Boost 80% to 115% of Nominal Output Charger voltage in 18 Voltage. Suitable to trickle charge Float mode 178 cells of 480AH Ni-Cd Battery. 80% to 135% of Nominal Output Charger voltage in 19 Voltage. Suitable to boost charge Boost mode 178 cells of 480AH Ni-Cd Battery. 110% of the rated load for minimum 1 min 20 Overload rating Above 110% of rated load, system may be current limited electronically. Input Switch/ MCCB with fuse Output Switch/ MCCB Battery Fuse/ Switch/ MCCB Current limit protection Soft start Short circuit protection 21 Protection Surge Protection Device (SPD) Silicon blocking diode for blocking reverse flow from battery to charger & filter Fast acting semi-conductor fuse for rectifier bridge Integrated LED/ LCD display based or analogue metering for

22 Meters AC input voltage for all the phases AC input current for all the phases Frequency of input voltage DC output voltage

244

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. DC output load current Battery voltage Battery current Input AC Supply ON Charger ON Battery Discharging 23 Indication Float charging ON Boost charging ON Battery Breaker/MCCB ON Charger fault DC under voltage DC over voltage DC earth leakage AC incoming power supply failure AC input fuse blown-off Mains high Charger fail DC output fuse blown-off 24 Annunciation/ Alarms DC battery fuse blown-off Load on battery Battery under voltage/ disconnected during discharge Battery on float Battery on boost DC Earth fault Cubicle fan failure (if any)/ cubicle temperature high Charger shall restart automatically 25 Automatic restart on resumption of ac input power. Soft start feature shall be available. Incoming power Triple Pole AC ON/OFF MCCB for 26 ON/OFF Switch the AC incoming Fast acting semi-conductor fuses for 27 Semi-conductor fuse SCR/IGBT and Diode Auto/Manual selector Switch or through keypad provided on LCD 28 Selector Switch Display for selection of mode of operation Float/Boost Potentiometer or through keypad provided on LCD Display for 29 Potentiometer setting DC output voltage in the auto mode and for adjusting the voltage in the manual mode Comprehensive LED/LCD based/ 30 Panel meters Analogue panel meters RFI and Harmonic Filter shall be provided at the input 31 filter and output to suppress the radio frequency interference to 245

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. permissible limit as per relevant IEC/VDE code, if required as per design and as per relevant IS/ IEC standards. Harmonic trap shall be provided to limit harmonic components in the input current, if required as per design and as per relevant IS/ IEC standards. Faulty module shall be isolated Isolation of fault 32 automatically Double earthing to be provided. The 33 Earthing minimum size of earth bus shall be 25 x 6mm2 copper. All bus bars shall be of copper conductor of suitable capacity insulated with PVC sleeve. Hole shall be provided at strategic points 34 Bus bar for easy termination of cable. Earth bus shall be running through bottom and shall be without shroud and shall be connected to all potential free metallic part. Protection against By high speed semi-conductor fuse 35 Short-circuit

36 Type of Ventilation Natural cooling / Forced air cooling Provision for cable entry shall be 37 Cable Entry from bottom only; removable type bolted gland plate shall be provided Silicon blocking diode to prevent Silicon blocking diode 38 battery EMF Battery Isolation Switch/ MCCB for Battery Isolation isolation of battery from charger & 39 Switch load Load Isolation Switch/ MCCB for Load Isolation Switch 40 isolation of load from charger Communication port required for 41 Communication remote monitoring of charger parameters 42 Insulation Class F Insulation Breakdown 43 ≥ 2kV for 1 min voltage Self-supporting cubicle type made 44 Construction out of CRCA sheet steel 246

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

Sl. Particulars Requirement Vendor Acceptance No. Operating ambient 45 0 - 45C temperature 46 Altitude 1000m from MSL Non-corrosive, dust free, freely 47 Atmosphere ventilated < 70 dBA at 1 meter distance from Noise level 48 panel 49 Enclosure protection IP-41 50 Paint shade Shade 631 as per IS 5/ RAL-7032 iv) Fuses: 10% of each rating. v) Indication Lamps (if any): 10% of total installed 51 Mandatory Spares quantity (minimum 1 no. for each type) vi) MCB & MCCB: 1 no. of each rating

247

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

TECHNICAL SPECIFICATION

FOR SOR PART – E

Dual Redundant Float cum Boost Battery Charger 48V, 75A for Bhander location S.N VENDOR PARAMETER SPECIFICATION O. ACCEPTANCE

1 AC input voltage 230V, 1 Phase

2 AC input frequency 50 Hz, ±5%

Nominal : 48 Volts

Float voltage : 52.54Volts DC (ADJ.) (37cells x 1.42V/cell) DC output voltage 3 settings: Boost voltage : 53.65Volts DC (ADJ.) (37ells x 1.45V/cell)

4 Total Current Limit 75A

5 Battery current limit 370AH x 0.1C = 37A

AC to DC by means of a single phase full wave half 6 Power Conversion Controlled bridge consisting of Thyristor through Micro-controller.

7 EFFICIENCY 65% at full load

8 Ripple voltage 3% RMS (without battery connected)

Switchgear:

a) Input side AC MCCB 9 b) Output side DC MCCB

C) Battery side Fuse

248

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N VENDOR PARAMETER SPECIFICATION O. ACCEPTANCE

a) Surge suppressors

b)Soft start

c)Battery charger current limit

10 Protection d)Control circuit & Voltmeter fuses e)Rectifier protection HRC fuses

f) Blocking diode

g)Capacitor Fuses

Input Voltage

Input Current

Output Voltage

Output Current MEASURMENTS 11 Battery Voltage (LCD DISPLAY) Battery Current

AC Mains On LED

12 LED INDICATIONS DC output On LED

Charger ON LED

AC Mains Fail

SCR fuse fail

Charger fail 13 ALARMS DC under voltage

DC over voltage

DC earth fault

249

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N VENDOR PARAMETER SPECIFICATION O. ACCEPTANCE

Charger overload

14 Operating Temperature 0° C to +50° C

15 Type of cooling Natural air cooling

250

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

TECHNICAL SPECIFICATION

FOR SOR PART – F

Dual Redundant Float cum Boost Battery Charger 48V, 130A for Jhansi location

S.N VENDOR PARAMETER SPECIFICATION O. ACCEPTANCE

1 AC input voltage 230V, 1 Phase

2 AC input frequency 50 Hz, ±5%

Nominal : 48 Volts

Float voltage : 52.54Volts DC (ADJ.) (37cells x 1.42V/cell) DC output voltage 3 settings: Boost voltage : 53.65Volts DC (ADJ.) (37ells x 1.45V/cell)

4 Total Current Limit 130A

5 Battery current limit 660AH x 0.1C = 66A

AC to DC by means of a single phase full wave half 6 Power Conversion Controlled bridge consisting of Thyristor through Micro- controller.

7 EFFICIENCY 65% at full load

3% RMS (without 8 Ripple voltage battery connected)

9 Switchgear:

251

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N VENDOR PARAMETER SPECIFICATION O. ACCEPTANCE

a) Input side AC MCCB

b) Output side DC MCCB

C) Battery side Fuse

a) Surge suppressors

b)Soft start

c)Battery charger current limit

d)Control circuit & 10 Protection Voltmeter fuses

e)Rectifier protection HRC fuses

f) Blocking diode

g)Capacitor Fuses

Input Voltage

Input Current

Output Voltage

Output Current MEASURMENTS 11 Battery Voltage (LCD DISPLAY) Battery Current

AC Mains On LED

12 LED INDICATIONS DC output On LED

Charger ON LED

252

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

S.N VENDOR PARAMETER SPECIFICATION O. ACCEPTANCE

AC Mains Fail

SCR fuse fail

Charger fail

13 ALARMS DC under voltage DC over voltage

DC earth fault

Charger overload

14 Operating Temperature 0° C to +50° C

15 Natural air cooling Type of cooling

253

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SECTION – VII PRICE SCHEDULE

[Note: Price schedule in MS Excel to be downloaded from e-tender portal under “Step 3: See Notes and Attachments  Attachments/SOR”].

254

SCHEDULE OF RATES (SOR)

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SUPPLY PORTION - SOR PART - A

NAME OF BIDDER : Offer No. GST NO.:

Item No. Material Code Brief Description Qty UOM Per Unit Price Per Unit GST Freight Applicable GST Per Unit Amount Per Unit FOT Total FOT site Per Unit FOT Total FOT site Amount (for detailed descriptions, refer Section Ex-works (CGST & charges (%) on freight of Site Dibiyapur Amount Without Site Dibiyapur on “Considering Input V & VI of tender document) including SGST/UTGST charges (%) Input Tax Credit Without considering input on Tax Credit” packing or IGST) will be passed to considering input Tax Credit “Considering forwarding Applicable on GAIL Tax Credit Input Tax (Rs.) (5) only Credit” Basis (%)

1 2 3 4 5 6 7 8 9 10 = (5+6+7+8) 11=(10X4) 12=(10-9) 13=(12X4)

Battery charger (48 V/240 A)as per scope 1 7108980011 and specifications 7 EA 0.00 0.00 0.00 0.00 mentioned in this tender document

AC Distribution Board (ACDB) as per the scope 2 7566950921 and specifications 7 EA 0.00 0.00 0.00 0.00 mentioned in this document.

TOTAL FOR SUPPLY PART (RS.) - - SERVICE PORTION - SOR PART - A

UNIT AMOUNT TOTAL AMOUNT (IN RS.) (IN RS.) Brief Description (for detailed descriptions, refer Section V & VI of tender document) Item No. Qty UOM Installation & Commisioning of 48 V DC/240 A Charger including ACDB as per the 7 Each 0.00 scope and specifications mentioned in this tender documents 1 Laying of Under ground Cable as per the scope and specifications mentioned in this 140 Mtr 0.00 tender documents 2 Laying of cable in Tray as per the scope and specifications mentioned in this tender 315 Mtr 0.00 documents 3 Supply of 3½ - core 50 mm2 armoured cu cable as per the scope and specifications 420 Mtr 0.00 4 mentioned in this document Supply of 3½ - core 25 mm2 armoured cu cable as per the scope and specifications 420 Mtr 0.00 mentioned in this document 5 Supply of 2-core 35mm2 armoured Copper cable as per the scope and specifications 428 Mtr 0.00 mentioned in this document Supply & Laying of single core Earthing cable (Green color) of size 25mm2 as per the 428 Mtr 0.00 scope and specifications mentioned in this document 6 TOTAL FOR INSTALLATION AND COMMISSIONING PART -

APPLICABLE GST -

TOTAL SERVICE PART INCLUDING GST -

TOTAL AMOUNT EXCL. OF GST (SUPPLY & SERVICE) (RS.) -

TOTAL AMOUNT INCL. OF TAXES, DUTIES AND FREIGHT (SUPPLY & SERVICE) (RS.) -

NAME:

DESIG:

PLACE:

DATE:

SCHEDULE OF RATES (SOR)

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SUPPLY PORTION - SOR PART - B

NAME OF BIDDER : Offer No. GST NO.:

Item No. Material Code Brief Description Qty UOM Per Unit Price Per Unit GST Freight Applicable GST Per Unit Amount Per Unit FOT Total FOT site Per Unit FOT Total FOT site Amount (for detailed descriptions, refer Section Ex-works (CGST & charges (%) on freight of Site Dibiyapur Amount Without Site Dibiyapur on “Considering Input V & VI of tender document) including SGST/UTGST charges (%) Input Tax Credit Without considering input on Tax Credit” packing or IGST) will be passed to considering input Tax Credit “Considering forwarding Applicable on GAIL Tax Credit Input Tax (Rs.) (5) only Credit” Basis (%)

1 2 3 4 5 6 7 8 9 10 = (5+6+7+8) 11=(10X4) 12=(10-9) 13=(12X4)

FLOAT CUM BOOST 1 7108980021 CHARGER,24V/220AM 2 EA 0.00 0.00 0.00 0.00 P

AC Distribution Board (ACDB) as per the scope 2 7566950921 and specifications 2 EA 0.00 0.00 0.00 0.00 mentioned in this document.

TOTAL FOR SUPPLY PART (RS.) - - SERVICE PORTION - SOR PART - B

UNIT AMOUNT TOTAL AMOUNT (IN RS.) (IN RS.) Brief Description (for detailed descriptions, refer Section V & VI of tender document) Item No. Qty UOM Installation & Commisioning of 24V/220AMP Charger including ACDB as per the 2 Each 0.00 scope and specifications mentioned in this tender documents 1 Laying of Under ground Cable as per the scope and specifications mentioned in this 40 Mtr 0.00 tender documents 2 Laying of cable in Tray as per the scope and specifications mentioned in this tender 90 Mtr 0.00 documents 3 Supply of 3½ - core 50 mm2 armoured cu cable as per the scope and specifications 120 Mtr 0.00 4 mentioned in this document Supply of 3½ - core 25 mm2 armoured cu cable as per the scope and specifications 120 Mtr 0.00 mentioned in this document 5 Supply of 2-core 35mm2 armoured Copper cable as per the scope and specifications 122 Mtr 0.00 mentioned in this document Supply & Laying of single core Earthing cable (Green color) of size 25mm2 as per the 122 Mtr 0.00 scope and specifications mentioned in this document 6 TOTAL FOR INSTALLATION AND COMMISSIONING PART -

APPLICABLE GST -

TOTAL SERVICE PART INCLUDING GST -

TOTAL AMOUNT EXCL. OF GST (SUPPLY & SERVICE) (RS.) -

TOTAL AMOUNT INCL. OF TAXES, DUTIES AND FREIGHT (SUPPLY & SERVICE) (RS.) -

NAME:

DESIG:

PLACE:

DATE:

SCHEDULE OF RATES (SOR)

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SUPPLY PORTION - SOR PART - C

NAME OF BIDDER : Offer No. GST NO.:

Item No. Material Code Brief Description Qty UOM Per Unit Price Per Unit GST Freight Applicable GST Per Unit Amount Per Unit FOT Total FOT site Per Unit FOT Total FOT site Amount (for detailed descriptions, refer Section Ex-works (CGST & charges (%) on freight of Site Dibiyapur Amount Without Site Dibiyapur on “Considering Input V & VI of tender document) including SGST/UTGST charges (%) Input Tax Credit Without considering input Tax on Tax Credit” packing or IGST) will be passed to considering input Credit “Considering forwarding (Rs.) Applicable on GAIL Tax Credit Input Tax (5) only Credit” Basis (%)

1 2 3 4 5 6 7 8 9 10 = (5+6+7+8) 11=(10X4) 12=(10-9) 13=(12X4)

Dual Redundant Parallel DC Battery Charger, 1 7108989981 Input: 415V AC ± 10%, 1 EA 0.00 0.00 0.00 0.00 50Hz ± 5%, Output: 48V DC ± 10%, 160A

TOTAL FOR SUPPLY PART (RS.) - -

SERVICE PORTION - SOR PART - C

UNIT AMOUNT TOTAL AMOUNT (IN RS.) (IN RS.) Brief Description (for detailed descriptions, refer Section V & VI of tender document) Item No. Qty UOM

Supervision of Installation & Commission 1 LS 0.00 1 TOTAL FOR INSTALLATION AND COMMISSIONING PART -

APPLICABLE GST -

TOTAL SERVICE PART INCLUDING GST -

TOTAL AMOUNT EXCL. OF GST (SUPPLY & SERVICE) (RS.) -

TOTAL AMOUNT INCL. OF TAXES, DUTIES AND FREIGHT (SUPPLY & SERVICE) (RS.) -

NAME:

DESIG:

PLACE:

DATE:

SCHEDULE OF RATES (SOR)

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SUPPLY PORTION - SOR PART - D

NAME OF BIDDER : Offer No. GST NO.:

Item No. Material Code Brief Description Qty UOM Per Unit Price Per Unit GST Freight Applicable GST Per Unit Amount Per Unit FOT Total FOT site Per Unit FOT Total FOT site Amount (for detailed descriptions, refer Section Ex-works (CGST & charges (%) on freight of Site Dibiyapur Amount Without Site Dibiyapur on “Considering Input V & VI of tender document) including SGST/UTGST charges (%) Input Tax Credit Without considering input Tax on Tax Credit” packing or IGST) will be passed to considering input Credit “Considering forwarding (Rs.) Applicable on GAIL Tax Credit Input Tax (5) only Credit” Basis (%)

1 2 3 4 5 6 7 8 9 10 = (5+6+7+8) 11=(10X4) 12=(10-9) 13=(12X4)

Dual Redundant Parallel DC Battery Charger, 1 7108980421 Input: 415V AC ± 10%, 1 EA 0.00 0.00 0.00 0.00 50Hz ± 5%, Output: 220V DC ± 10%, 200A

TOTAL FOR SUPPLY PART (RS.) - -

SERVICE PORTION - SOR PART - D

UNIT AMOUNT TOTAL AMOUNT (IN RS.) (IN RS.) Brief Description (for detailed descriptions, refer Section V & VI of tender document) Item No. Qty UOM

Supervision of Installation & Commission 1 LS 0.00 1 TOTAL FOR INSTALLATION AND COMMISSIONING PART -

APPLICABLE GST -

TOTAL SERVICE PART INCLUDING GST -

TOTAL AMOUNT EXCL. OF GST (SUPPLY & SERVICE) (RS.) -

TOTAL AMOUNT INCL. OF TAXES, DUTIES AND FREIGHT (SUPPLY & SERVICE) (RS.) -

NAME:

DESIG:

PLACE:

DATE:

SCHEDULE OF RATES (SOR)

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SUPPLY PORTION - SOR PART - E

NAME OF BIDDER : Offer No. GST NO.:

Item No. Material Code Brief Description Qty UOM Per Unit Price Per Unit GST Freight Applicable GST Per Unit Amount Per Unit FOT Total FOT site Per Unit FOT Total FOT site Amount (for detailed descriptions, refer Section Ex-works (CGST & charges (%) on freight of Site Dibiyapur Amount Without Site Dibiyapur on “Considering Input V & VI of tender document) including SGST/UTGST charges (%) Input Tax Credit Without considering input Tax on Tax Credit” packing or IGST) will be passed to considering input Credit “Considering forwarding (Rs.) Applicable on GAIL Tax Credit Input Tax (5) only Credit” Basis (%)

1 2 3 4 5 6 7 8 9 10 = (5+6+7+8) 11=(10X4) 12=(10-9) 13=(12X4)

Dual Redundant Float 1 cum Boost Battery 1 EA 0.00 0.00 0.00 0.00 Charger of 48V, 75A

TOTAL FOR SUPPLY PART (RS.) - -

SERVICE PORTION - SOR PART - E

UNIT AMOUNT TOTAL AMOUNT (IN RS.) (IN RS.) Brief Description (for detailed descriptions, refer Section V & VI of tender document) Item No. Qty UOM

ITC for Dual Redundant Float cum Boost Battery Charger of 48V, 75A 2 MAD 0.00 1 TOTAL FOR INSTALLATION AND COMMISSIONING PART -

APPLICABLE GST -

TOTAL SERVICE PART INCLUDING GST -

TOTAL AMOUNT EXCL. OF GST (SUPPLY & SERVICE) (RS.) -

TOTAL AMOUNT INCL. OF TAXES, DUTIES AND FREIGHT (SUPPLY & SERVICE) (RS.) -

NAME:

DESIG:

PLACE:

DATE:

SCHEDULE OF RATES (SOR)

TENDER NO: GAIL/AU19/81386/83730/85252/3400007960/SS E-TENDER NO: 8000014901

SUBJECT: PROCUREMENT OF BATTERY CHARGER FOR COMPRESSOR STATION, GAILTEL & PIPELINE INSTALLATION UNDER DIBIYAPUR REGION

SUPPLY PORTION - SOR PART - F

NAME OF BIDDER : Offer No. GST NO.:

Item No. Material Code Brief Description Qty UOM Per Unit Price Per Unit GST Freight Applicable GST Per Unit Amount Per Unit FOT Total FOT site Per Unit FOT Total FOT site Amount (for detailed descriptions, refer Section Ex-works (CGST & charges (%) on freight of Site Dibiyapur Amount Without Site Dibiyapur on “Considering Input V & VI of tender document) including SGST/UTGST charges (%) Input Tax Credit Without considering input Tax on Tax Credit” packing or IGST) will be passed to considering input Credit “Considering forwarding (Rs.) Applicable on GAIL Tax Credit Input Tax (5) only Credit” Basis (%)

1 2 3 4 5 6 7 8 9 10 = (5+6+7+8) 11=(10X4) 12=(10-9) 13=(12X4)

Dual Redundant Float 1 cum Boost Battery 1 EA 0.00 0.00 0.00 0.00 Charger of 48V, 130A

TOTAL FOR SUPPLY PART (RS.) - -

SERVICE PORTION - SOR PART - F

UNIT AMOUNT TOTAL AMOUNT (IN RS.) (IN RS.) Brief Description (for detailed descriptions, refer Section V & VI of tender document) Item No. Qty UOM

ITC for Dual Redundant Float cum Boost Battery Charger of 48V, 130A 3 MAD 0.00 1 TOTAL FOR INSTALLATION AND COMMISSIONING PART -

APPLICABLE GST -

TOTAL SERVICE PART INCLUDING GST -

TOTAL AMOUNT EXCL. OF GST (SUPPLY & SERVICE) (RS.) -

TOTAL AMOUNT INCL. OF TAXES, DUTIES AND FREIGHT (SUPPLY & SERVICE) (RS.) -

NAME:

DESIG:

PLACE:

DATE: