गेल (इंडिया) लललिटेि GAIL () LIMITED (A Government of India Undertaking) (A Maharatna Company)

GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company) NCR GAS-O&M B-35 & 36, Sector-1 NOIDA

E-TENDER DOCUMENT E-TENDER NO. GAIL / NCR / 430/O&M/2015-2016/8000008402 Dt. 13.08.2015 FOR ARC FOR CP MAINTENANCE OF PIPELINE UNDER NCR GAS-O&M

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 1 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

IMPORTANT INSTRUCTIONS

PLEASE NOTE THAT THIS "REQUEST FOR QUOTATION [RFQ]" IS ON "ZERO-DEVIATION" BASIS. GAIL WILL ACCEPT OFFERS BASED ON TERMS AND CONDITIONS OF THIS "REQUEST FOR QUOTATION [RFQ] & TENDER DOCUMENT" ONLY. DEVIATION TO TERMS AND CONDITIONS OF "REQUEST FOR QUOTATION [RFQ] & TENDER DOCUMENT" MAY LEAD TO REJECTION OF OFFER.

"INCOMPLETE BIDS SHALL NOT BE CONSIDERED"

PRIOR TO DETAILED EVALUATION, PURSUANT TO "BID EVALUATION AND REJECTION CRITERIA", GAIL WILL DETERMINE THE SUBSTANTIAL RESPONSIVENESS OF EACH BID TO THE "RFQ & TENDER DOCUMENT". FOR THE PURPOSE OF THIS, A SUBSTANTIALLY RESPONSIVE BID IS ONE WHICH CONFORMS TO ALL THE TERMS AND CONDITIONS OF THE BIDDING DOCUMENTS WITHOUT 'DEVIATIONS' OR 'RESERVATIONS / EXCEPTIONS'. GAIL'S DETERMINATION OF A BID'S RESPONSIVENESS IS BASED ON THE CONTENT OF THE BID ITSELF, WITHOUT RECOURSE TO EXTRINSIC EVIDENCE.

'TECHNICAL' AND/OR 'COMMERCIAL' QUERY(S), IF REQUIRED, MAY BE RAISED ON THE BIDDER(S) – THE DECISION FOR WHICH WILL BE SOLELY BASED ON CIRCUMSPECTION BY 'GAIL (INDIA) LIMITED'. HOWEVER, ISSUANCE OF REQUEST FOR SUCH 'CLARIFICATIONS' SHALL NOT BE RESORTED TO MORE THAN 'ONCE'. THE 'RESPONSE(S)' TO THE SAME SHALL BE IN WRITING, AND NO CHANGE IN THE 'PRICE(S)' OR 'SUBSTANCE' OF THE BIDS SHALL BE SOUGHT, OFFERED OR PERMITTED. THE SUBSTANCE OF THE BID INCLUDES BUT NOT LIMITED TO PRICES, COMPLETION, SCOPE, TECHNICAL SPECIFICATIONS, ETC.

BIDDERS ARE REQUESTED TO NOT TO TAKE ANY 'DEVIATION/EXCEPTION' TO THE TERMS AND CONDITIONS LAID DOWN IN THIS "RFQ & TENDER DOCUMENT", AND SUBMIT ALL REQUISITE DOCUMENTS AS MENTIONED IN THIS "RFQ & TENDER DOCUMENT", FAILING WHICH YOUR OFFER WILL BE LIABLE FOR REJECTION.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 2 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

TABLE OF CONTENTS

BID EVALUATION CRITERIA [BEC] SECTION-I

INVITATION FOR BIDS (IFB)

SECTION-II INSTRUCTIONS FOR PARTICIPATION IN E-PROCUREMENT

INSTRUCTIONS TO BIDDERS [ITB]

SECTION-III GENERAL CONDITIONS OF CONTRACT [GCC]

SECTION-IV SPECIAL CONDITIONS OF CONTRACT [SCC] & SCOPE OF WORK

SECTION-V HEALTH, SAFETY AND ENVIRONMENT [HSE] SPECIFICATIONS

SECTION-VI FORMS AND FORMATS

.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 3 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

SECTION-I

BID EVALUATION CRITERIA [BEC]

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 4 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

BID EVALUATION CRITERIA [BEC]

(A) TECHNICAL CRITERIA

BIDDERS MAY QUOTE FOR ANY PART OR in MULTIPLE PARTS HOWEVER, BIDDERS MUST QUOTE FOR ALL ITEMS (SERVICES) OF QUOTED PARTS .

[1] BEC – Technical: Bidder should have successfully executed "CP Maintenance Works" of 'Value' not less that mentioned below for each 'Part', in a single Order/Contract, in the preceding seven (07) years [reckoned from the 'Bid Due Date' of this Tender]. Reqd. Minimum Value of Work Executed/Completed in a Single Order/Contract For: Part-A Rs. 32.40 Lakh For: Part-B Rs. 22.22 Lakh For: Part-C Rs. 9.83 Lakh For: Part-A + Part-B + Part-C Rs. 64.45 Lakh Note: If a bidder quotes for both more than one (01) Part, the bidder shall meet the above BEC on 'cumulative basis' for all the Quoted Parts.

[2] BEC – Financial: (a) The minimum 'Annual Turnover' of the bidder, in any of the three (03) immediate preceding Financial Years [i.e. in FY:2011-12 / FY:2012-13 / FY:2013-14], shall be as under: Reqd. Minimum Annual

Turnover For: Part-A Rs. 32.40 Lakh For: Part-B Rs. 22.22 Lakh For: Part-C Rs. 9.83 Lakh For: Part-A + Part-B + Part-C Rs. 64.45 Lakh Note: If a bidder quotes for both more than one (01) Part, the bidder shall meet the above BEC on 'cumulative basis' for all the Quoted Parts.

(b) 'Net Worth' of the bidder shall be 'Positive' as per the audited Financial Statement of preceding Financial Year [i.e. of FY:2013-14].

(c) The bidder shall have a minimum 'Working Capital', as specified below for each 'Part', as per the audited Financial Statement of preceding Financial Year [i.e. of FY:2013-14]: Reqd. Minimum Working

Capital For: Part-A Rs. 12.96 Lakh For: Part-B Rs. 8.89 Lakh For: Part-C Rs. 3.93 Lakh For: Part-A + Part-B + Part-C Rs. 25.78 Lakh Note: (i) If a bidder quotes for both more than one (01) Part, the bidder shall meet the above BEC on 'cumulative basis' for all the Quoted Parts. (ii) If the bidder's minimum 'Working Capital' is inadequate, the bidder should

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 5 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

supplement this with a letter [as per the format made available in Section- III of Tender Document] from bidder's Bank, having 'Net Worth' not less than Rs. 100 Crore, confirming the availability of 'Line of Credit' for at least the minimum 'Working Capital' requirement stated above.

General Notes to BEC: (1) All bidders are required to qualify the above BEC [Technical and Financial]. Bidders should ensure submission of complete information/documents in the first instance itself. Evaluation may be completed based on the details so furnished without seeking any subsequent additional information/document. Subsequent to submission of bids and after expiry of the 'Bid Due Date and/or Time', bidders will not be allowed to change the Prices or substance of their bids pertaining to Scope of Work, Completion Period/Schedule, etc., including modification(s) of bid, to meet the above BEC. (2) To establish compliance of 'BEC-Technical', bidder must submit copies of relevant "WO/Contract/LOA (with Scope of Work & SOR)" and "Work-Completion/ Execution Certificate (bearing Ref. No. of relevant WO/Contract/LOA)". The "Work-Completion/ Execution Certificates" shall have details like WO/Contract/LOA No. (with Date), Ordered & Executed Value of Work, Date of Work-Completion, Certification of Satisfactory Work-Execution/Completion, etc. All the above documents submitted by the bidder to substantiate compliance of above 'BEC-Technical' shall be duly certified/attested (with legible stamp) by a Chartered Engineer and Notary Public. (3) To establish compliance of 'BEC-Financial', bidder must submit copies of Audited Financial Statements, including Profit & Loss Account, Balance Sheets, etc. for three (03) immediate preceding Financial Years [i.e. for FY:2011-12, FY:2012-13 & FY:2013-14], and the shall be duly certified by the Statutory Auditor of the bidder, or by a practicing Chartered Accountant (not being an Employee or a Director or not having any interest in the bidder's Company/Firm) where Audit of Accounts is not mandatory as per law. Additionally, the same shall also be notarized (with legible stamp) by Notary Public.

(4) If a bidder happens to be L1-bidder for more number of Parts and qualifies for lesser number of Parts, then Contract(s) will be awarded on "Least-Cost-to-GAIL" basis for the number of Parts for which the bidder qualifies. In such a case, after selection of Part(s) for award on "Least-Cost-to-GAIL" basis, Prices quoted by such bidder for the remaining quoted Parts would not be considered for further evaluation and comparison to decide inter-se-ranking. Same methodology would be followed for award of leftover Parts among the remaining bidders. (5) Experience of only the Bidding Entity shall be considered. A job executed by a bidder for its own Plant/Projects cannot be considered as experience for the purpose of meeting BEC of Tender. However, jobs executed for its 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 the Statutory Auditor of the bidder or by a practicing Chartered Accountant, towards payment of Statutory Tax in support of the job executed for its Subsidiary / Fellow Subsidiary / Holding Company. Such bidders shall submit these documents in addition to the documents specified in Tender Document to qualify above BEC. (6) If the Tender Document was downloaded from website by bidders who are on the Holiday/Negative-list of GAIL or any of its PMC's or Blacklisted by any Government Department / Public Sector (as on 'Bid Due Date' or during the process of evaluation of bids), Offers submitted by all such bidders shall not be considered for opening/ evaluation/award. [B] Evaluation Methodology {refer page/…}: (1) Bidders may quote for any or all the Parts. However, Items under any of the Parts shall not be split due to Technical reasons, and bidders must quote for all the Items (and for their entire Quantities) of each quoted Part. If any bidder fails to quote for any Item of a

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 6 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

quoted Part, bidder's bid for that Part shall be considered incomplete and will not be evaluated.

(2) If a bidder happens to be L1-bidder for more number of Parts and qualifies for lesser number of Parts, then Contract(s) will be awarded on "Least-Cost-to-GAIL" basis for the number of Parts for which the bidder qualifies. In such a case, after selection of Part(s) for award on "Least-Cost-to-GAIL" basis, Prices quoted by such bidder for the remaining quoted Parts would not be considered for further evaluation and comparison to decide inter-se-ranking. Same methodology would be followed for award of leftover Parts among the remaining bidders. (3) Offers will be evaluated and Contracts will be awarded on 'Least-Cost-to-GAIL' basis, separately for each Part (i.e. cumulatively for all the Items and for their entire Quantities in each Part). (4) Evaluation and comparison of bids shall be done on the basis of Prices quoted by the bidders for each quoted Part, including all taxes & duties (including Service Tax).

NOTE TO “BID EVALUATION CRITERIA [BEC]

[FOR STRICT COMPLIANCE]

(i) Bidders must furnish all relevant certificates/documents/information in support of their credentials to the above "evaluation / eligibility criteria" along with the 'Offer', failing which the 'Offer' shall be summarily rejected.

(ii) Bidders not meeting any of the above-mentioned "evaluation / eligibility criteria" shall be rejected without assigning any reason.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 7 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

SECTION-II

INVITATION FOR BIDS (IFB)

INSTRUCTIONS FOR PARTICIPATION IN E-PROCUREMENT

INSTRUCTIONS TO BIDDERS [ITB]

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 8 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

INVITATION FOR BIDS

SUB: TENDER NO.GAIL/430NCR/2015-16/ (BID INVITATION NO. 8000008402 ) FOR ARC FOR CP MAINTENANCE OF PIPELINE UNDER NCR GAS –O&M.

1. BRIEF DETAILS: (A) Job/Work/Contract ARC FOR CP MAINTENANCE OF PIPELINE UNDER NCR GAS –O&M.

(B) Contract Period Twenty Four (24) Months (C) Mode of Tendering E-Tendering’, through GAIL’s Portal https://etender.gail.co.in (D1) Tender Fee Rs. 1500.00 by DD infavour of GAIL (India) Limited, payable at Noida/

Bid Security / Earnest Section of Tender Money Deposit (EMD) Section-1 Rs.2,59,213.00 Section-2 Rs. 1,77,747.00 Bid Security / Earnest Money (D2) Deposit (EMD) Section-3 Rs. 78,726.00 Bid Security / Earnest Money Deposit (EMD) for all section Rs. 5,15,586.00

INR /- (INR Only) in form of DD / BC /LC /BG as per GAIL’s format. Note: If a bidder quotes for more than one (01) Section, the bidder shall Submit EMD on 'cumulative basis' for the quoted Sections. Date and Time of Pre- Bid (E) On 24.08.2015 at 11.00 Hrs. at GAIL Conference On 04.09.2015 at 14.00 Hrs (IST). Due Date and Time for Submission (F) [This date is to be treated as final unless any corrigendum is issued for further of Bid extension] On 04.09.2015 at 15.00 Hrs (IST). Due Date and Time for Opening of (G) [This date is to be treated as final unless any corrigendum is issued for further Un-Priced Bid extension] (H) Validity of Offer Upto THREE (03) Months from Final BID DUE DATE GAIL (India) LIMITED Venue for Pre-Bid Conference and (I) C&P Conference Hall , B-35 & 36 , SECTOR-01, NOIDA Opening of Un-Priced Bid Ph: 01202446400 Extn-11726 Dr. G. C. Srivastava Sr. Manager [Contracts & Procurement] (J) Contact Person (s) Ph: 01202446400 Extn-11726 E-mail: [email protected] 2.0 Bids are to be submitted through e-tender mode (website https://etender.gail.co.in) by logon using User-Id and Password. In case of vendors not possessing the User-Id and Password, they can access through Guest Login as a Guest User. This facilitates viewing of tender in display mode in Collaboration folder (C Folder). If the vendor desires to download the NIT and its attachment, he may download the same.

3.0 Bidders who wish to participate in tender can upload their bids in GAIL’s e-tender website (i.e. https://etender.gail.co.in).

4.0 PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD: To participate in Bid submission through e-tender, it is Mandatory on the part of Vendors to have User ID and Password. To obtain User ID and Password Vendor/Bidder must open GAIL’s e-tender website (i.e. https://etender.gail.co.in) and perform the following steps:

i) Click on button: Request User ID (For new Bidders)

ii) Fill the on-line form and submit. Ensure that the email address given in the form is valid and active. If you have already been provided with the Vendor Code of GAIL, please mention the 10 digit Vendor code in specified field, otherwise leave blank. iii) Ensure that all the mandatory fields (identified with a star mark) are filled in the application form for User ID creation.

E-Procurement administrator would take possible care to allot a User ID and Password within 4 working days of your on-line request. An Email (system generated) shall be sent to your email – Id

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 9 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

(mentioned by you in the Registration form) giving details of your User - ID and Password. On Receipt of User ID, Please reset the password immediately by logging to our E-tendering site.

User ID and passwords are unique to each vendor and the vendor can use the same to view/download/participate in all e-tenders of GAIL.

Note: Without login registration ID vendor cannot participate in e-tender. There will be single login ID permission for one single vendor. There can be more than one I.D for the same vendor at different location address.

Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender). Any vendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor will get one User ID. Vendors are requested to designate one officer from their organization who will submit bids on line.

Vendors are advised to apply for User ID at least 7 days prior to the last date of bid submission in their own interest. User ids shall be given within 4 days subject to condition that information furnished by the bidder is complete in all respect. GAIL shall not be responsible for any delays in allocation of user id/password and the ensuing consequences including but not limited to timely submission of bids.

5.0 Bids should be submitted through e-tender mode before 1400 hrs (IST) on DUE DATE AND TIME FOR SUBMISSION OF BID along with copy of Earnest Money Deposit/ Bid Bond. Earnest Money Deposit/ Bid Bond of requisite value in original should reach us WITHIN 7 DAYS FROM THE DATE OF UNPRICED BID OPENING DATE.

6.0 Bids complete in all respect should be submitted through e-tender mode on or before the BID DUE DATE AND TIME. No Manual Bids/ Offers (hard copies) shall be permitted.

7.0 The Bid Document calls for offers on single point “Sole Bidder” responsibility basis. Order will be placed on the “Sole Bidder” alone who will be responsible for all contractual purposes. Further the bidders are advised to ensure that their offer is on single bidder responsibility basis and in total compliance of scope of supply as specified in Bid Document.

8.0 Bidder shall ensure that Bid Security having a validity of 6 months from the bid due date, must accompany the offer in the format made available in the Bid Document.

9.0 Bidder(s) are advised to quote strictly as per terms and conditions of the tender documents and not to stipulate any deviations/exceptions. Once quoted, the Bidder shall not make any subsequent price change after due date and time of submission of bid, even if any deviation or exception may be specifically stated in the bid. Price changes through any other mode shall render the offer liable for rejection.

10.0 This Invitation for Bids (IFB) is an integral and inseparable part of the enclosed Bid Document.

11.0 GAIL reserves the right to accept or reject any or all offers without assigning any reason, whatsoever.

THIS IS NOT AN ORDER

Yours faithfully, For and on behalf of GAIL (India) Limited

[Dr.G. C. Srivastava] Sr. Manager [Contracts & Procurement] E-mail: [email protected]

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 10 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

INSTRUCTIONS FOR PARTICIPATION IN E-PROCUREMENT

GAIL (India) Ltd., has developed a secured and user friendly system which will enable Vendors/Bidders to Search, View, Download tenders directly from GAIL (India) Ltd. secured website and also enables them to participate and submit Online Bids/Offers in the E-Procurement site directly from the website in secured and transparent manner maintaining confidentiality and security throughout the tender evaluation process and award.

Bidders are requested to read following conditions in conjunction with various conditions, wherever applicable appearing with this bid invitation for e-Procurement. The conditions mentioned here in under shall supersede and shall prevail over the conditions enumerated elsewhere in the tender document.

1) HOW TO SUBMIT ON-LINE BIDS/OFFERS ELECTRONICALLY AGAINST E-PROCUREMENT TENDERS?

Vendor/Bidder who wish to participate for E-tenders which are uploaded on GAIL (India) Ltd. Website https://etender.gail.co.in should follow the following steps which shall permit them to Search, Display/View, Download and Submit their electronic Bids/Offers online in a secured manner ensuring confidentiality.

Vendors/Bidders are advised to read the following instructions for participating in the electronic tenders directly through Internet:

(i) No Late and delayed Bids/Offers after due date/time shall be permitted in E-procurement system. No bid can be submitted after the last date and time of submission has reached, however if bidder intends to change the bid already entered may change/revise the same on or before the last date and time of submission deadline .The system time (IST) that will be displayed on e-Procurement webpage shall be the standard time for submission of tender and no other time shall be taken into cognizance.

(ii) Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid.

(iii) No bid can be submitted / modified after the dead line for submission of bids.

(iv) No Manual Bids/Offers shall be permitted. The offers submitted through e-tendering system shall only be considered for evaluation.

2) HOW TO SEARCH, VIEW AND DOWNLOAD E-TENDER?

Vendors/Bidders must go to e-tender website https://etender.gail.co.in and logon using their user-id and password. In the case of vendors not possessing the User Id and Password, they can access through Guest Login as guest. This facilitates viewing of tenders in display mode in Collaboration folder (C Folder). If the vendor desires to download the NIT and attached e-tender at this stage, he may download the same for viewing free of cost.

Note: All e-tender notices and tender documents are available only in soft copies such as Microsoft Word, Excel, PDF files. For downloading / viewing PDF files use Adobe 6 Software utility which can be installed free of cost from Vendors home page link by any vendor onto his own computer.

3) PARTICIPATION IN BID, REQUEST FOR USER ID and PASSWORD:

To participate in Bid submission, it is Mandatory on the part of Vendor(s) to have User ID and Password. To obtain User ID and Password Vendor/Bidder must open https://etender.gail.co.in site and perform the following steps:

i) Click on button Request User ID (For new Bidders)

ii) Fill the on line form and submit. Ensure that the email address given in the form is valid and active. If you have already been provided with the Vendor Code of GAIL, please mention the 10 digit Vendor code in specified field, otherwise leave blank.

iii) Ensure that all the mandatory fields (identified with a star mark) are filled in application form for User ID creation.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 11 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E-Procurement administrator would take possible care to allot a User id and Password within 4 working days. An Email (system generated) shall be sent to your email – Id (mentioned by you in the Registration form) giving details of your User- ID and password. On Receipt of User Id, Please reset the password immediately by logging to our E-tendering site.

User Id and passwords are unique to each vendor and the vendor can use the same to view/download/participate in all e-tenders of GAIL.

Note: Without login registration I.D vendor cannot participate in e-tender. There will be single login I.D permission for one single vendor. There can be more than one I.D for the same vendor at different location address.

Obtaining User Id is an on-going process and is not linked to any particular Bid Invitation (tender). Any vendor willing to participate in GAIL tenders can obtain User Id as described above. Each vendor will get one user id. Vendors are requested to designate one officer from their organization who will submit bids on line.

Vendors are advised to apply for user ID at least 7 days prior to the last date of bid submission in their own interests. User ids shall be given within 4 days subject to condition that information furnished by the bidder is compete in all respect. GAIL shall not be responsible for any delays in allocation of user id/password and the ensuing consequences including but not limited to timely submission of bids.

4) WHAT IS A DIGITAL SIGNATURE? This is a unique digital code which can be transmitted electronically and primarily identifies a unique sender. The objective of digital signature is to guarantee that the individual sending the message is who he or she really claims to be just like the written signature. The Controller of Certifying Authorities of India (CCA) has authorized certain trusted Certifying Authorities (CA) who in turn allots on a regular basis Digital Certificates. Documents which are signed digitally are legally valid documents as per the Indian IT Act (2000).

5) WHY IS A DIGITAL SIGNATURE REQUIRED? In order to bid for GAIL e-tenders all the vendors are required to obtain a legally valid Digital Certificate as per Indian IT Act from the licensed Certifying Authorities (CA) operating under the Root Certifying Authority of India (RCAI), Controller of Certifying Authorities (CCA) of India.

6) HOW TO OBTAIN DIGITAL CERTIFICATE FROM CERTIFYING AUTHORITY (CA)? Vendors/Bidders cannot submit online Bids/Offers under e-tenders without obtaining valid Digital Certificate from Certifying Agency (C.A). A hyperlink on Vendor/Bidder home page gives link to Controller of Certifying Agency’s (C.C.A.) website from there the bidder can access web sites of various CA sites, using the links provided. One Digital Certificate is valid for specified period and can be used for signing any number of quotations against enquiries issued by GAIL during such validity period.

Note: In terms of IT Act 2000, only a digitally signed document will be considered as valid signed document.

The Digital Certificate is issued by C. A. in the name of a person authorized for filing Bids/Offers on behalf of his Company. The certificate is installed / stored in his computer or preferably received by him (his authorized person) in form as USB token. A Vendor/Bidder can submit their Bids/Offers On-line only after digitally signing the bid/documents with the above allotted Digital Signatures.

7) STEPS FOR OBTAINING DIGITAL CERTIFICATE: Digital Certificate can be obtained by the following steps: i) Visit the site of the licensed CA* using internet browser. ii) Apply for a class 3 Digital Certificate for the designated individual with the name of Organization. Ensure the Digital Certificate is legally valid in India. iii) For making payment and submission of documents required for issue of the Digital Certificate, follow the instructions on the CA's website. iv) Use the class 3 Digital Certificate thus obtained for online bidding on GAIL e-Procurement site.

*Links to some licensed CA's are provided below 1. http://www.ncodesolutions.com 2. http://www.safescrypt.com/ 3. http://www.tcs-ca.tcs.co.in/ 4. http://www.mtnltrustline.com/

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 12 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

Note: The Digital signatures should be obtained directly from certifying authority (CA) mentioned above. Digital signature taken from Sub CA will not be acceptable in the e-tendering system.

8) PRE-BID CONFERENCE: Subsequent to opening of bids, GAIL may not seek clarifications. Therefore, clarifications, if any, are to be sought by the bidders during the pre-bid conference.

During the pre-bid conference, GAIL may also arrange demonstration of the e-Procurement portal to the interested vendors.

9) SUBMISSION OF DOCUMENTS: Bidders are required to upload all Tender forms and supporting documents which form part of the bid/tender in the e-Procurement (C-Folders) site only. However, documents specified to be submitted physically viz: EMD etc. need to be submitted in a sealed envelope in accordance with the method described in RFQ. Bidder shall ensure that all the documents relevant to bid are uploaded in time and failure to upload the same before bid submission date is the sole responsibility of bidder. Under no circumstances, GAIL shall entertain any request for acceptance of bid documents in physical form, which were required to be uploaded in e-form. EMD in physical form can be submitted within 07(seven) days from bid due date.

Note: 1) Bidder is required to save/store their bid documents for each item into their computers before submitting their bid into e-tender box.

2) Bidder is required to fill up the price/rate strictly in the Schedule of Rate (SOR) attached with the tender.

Inadvertently, if a document is uploaded in Collaboration Folder (C Folder) by the bidders, such document can be deleted by the Bidder and in it’s place a new/modified document can be uploaded. The new/modified document will be required to be signed digitally. Where two similar documents are existing in the folder, the latest version of the document shall only be taken into cognizance for evaluation and earlier versions shall be ignored.

Bidders are requested to upload small sized documents preferably (up to 2 MB) at a time to facilitate easy uploading into e-Procurement site. GAIL does not take any responsibility in case of failure of the bidder to upload the documents within specified time of tender submission.

12) PRICES, OTHER DOCUMENTS AND DIGITAL SIGNATURE: The Prices are to be submitted online strictly as per the Schedule of Rates (SOR). GAIL shall not be responsible for any failure on the part of the bidder to follow the instructions.

Un-priced techno-commercial bid document should be placed in the private area earmarked in the C-folder.

Before the bid is uploaded, the bid comprising of all attached documents should be digitally signed using digital signatures issued by an acceptable Certifying Authority (CA) in accordance with the Indian IT Act 2000. If any modifications are required to be made to a document after attaching digital signatures, the digital signature shall again be attached to the modified documents before uploading the same.

The Authenticity of above digital signatures shall be verified through authorized CA after bid opening and in case the digital signature is not authorized / valid, the bid will be rejected. Bidder shall be responsible for ensuring the validity of digital signatures and proper usage of the same by responsible persons who can bind the bidder. Scanned copy of Power of Attorney of the signatory issued by the bidding company should be submitted on line along with other documents as per tender conditions.

13) PRICES: The bidder needs to enter the prices on line strictly as per the SOR format provided in our E-Tender. No new conditions shall be added by the bidder.

14) SUBMISSION AND OPENING OF BIDS: The bid along with all the copies of documents should be submitted in e-form only through GAIL e-Procurement portal.

15) LAST DATE FOR SUBMISSION OF BIDS: System does not allow for submission of bids beyond the deadline for bid submission. However, if the bidder for some reason intends to change the bid already entered, he may change/revise the same on or before the last date and time of submission. The system time displayed on GAIL’s e-Procurement webpage shall be final

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 13 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

and binding on the bidders for all purposes pertaining to various events of the subject tender and no other time shall be taken into cognizance.

Bidders are advised in their own interest to ensure that bids are uploaded in e-Procurement system well before the closing date and time of bid.

Bidders must use any computer having Windows 2000 or Windows XP versions or higher of Window operating system and an internet Web Browser version Internet explorer V6.0 or higher recommended.

16) Proxy: If any bidder is unable to access GAIL’s e-Procurement site or Bid Documents, the bidder may please check whether they are using proxy to connect to internet or their PC is behind any firewall and may contact their system administrator to enable connectivity. Please note that Port 443 and Port 8443 should be enabled on proxy/firewall for HTTPS connectivity. Dial-up internet connectivity without Proxy settings is another option.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 14 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

READY RECKNONER

Ready reckoner is available at main page of e-tender website. Please visit to our e-tender website i.e. https://etender.gail.co.in.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 15 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

INDEX(INSTRUCTION TO BIDERS) A GENERAL 1. SCOPE OF BID 2. ELIGIBLE BIDDERS 3. BIDS FROM CONSORTIUM / JOINT VENTURE 4. ONE BID PER BIDDER 5. COST OF BIDDING 6. SITE-VISIT B BIDDING DOCUMENTS 7. CONTENTS OF BIDDING DOCUMENTS 8. CLARIFICATION OF BIDDING DOCUMENTS 9. AMENDMENT OF BIDDING DOCUMENTS C PREPARATION OF BIDS 10. LANGUAGE OF BID 11. DOCUMENTS COMPRISING THE BID 12. BID PRICES 13. BID CURRENCIES 14. BID VALIDITY 15. EARNEST MONEY / BID SECURITY 16. PRE-TENDERING CONFERENCE 17. FORMAT AND SIGNING OF BID 18. ZERO DEVIATION & REJECTION CRITERIA 19. E-PAYMENTS 20. AGENT/CONSULTANT/REPRESENTATIVE/RETAINER/ASSOCIATE D SUBMISSION OF BIDS 21. SEALING AND MARKING OF BIDS 22. DEADLINE FOR SUBMISSION OF BIDS 23. LATE BIDS 24. MODIFICATION AND WITHDRAWAL OF BIDS E BID OPENING AND EVALUATION 25. BID OPENING 26. PROCESS TO BE CONFIDENTIAL 27. CONTACTING THE EMPLOYER 28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 29. CORRECTION OF ERRORS 30. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS 31. EVALUATION AND COMPARISON OF BIDS 32. PREFERENCE FOR DOMESTIC BIDDERS 33. PURCHASE PREFERENCE 34. COMPENSATION FOR EXTENDED STAY F AWARD OF CONTRACT 35. AWARD 36. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS 37. NOTIFICATION OF AWARD / LETTER OF INTENT [LOI] 38. SIGNING OF AGREEMENT 39. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT 40. CORRUPT OR FRAUDULENT PRACTICES 41 INTEGRITY PACT

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 16 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

INSTRUCTIONS TO BIDDERS [ITB]

[A] – GENERAL 1. SCOPE OF BID

1.1 The Employer, as defined in the "General Conditions of Contract [GCC]", wishes to receive Bids as described in the Tender Document for “ARC FOR CP MAINTENANCE OF PIPELINE UNDER NCR GAS-O&M.”

1.2 Throughout these Bidding Documents, the terms 'Bid' and 'Tender' and their derivatives [Bidder/Tenderer, Bid/Tender, Bidding/Tendering, etc.] are synonymous and 'Day' means 'Calendar Day'. 'Singular' also means 'Plural'.

2. ELIGIBLE BIDDERS 2.1 The Bidder shall not be under a declaration of ineligibility by Employer for corrupt or fraudulent practices, as defined in "Instructions to Bidders [ITB]".

2.2 The Bidder is not put on 'Holiday' by GAIL or 'Blacklisted' by any Government Department / Public Sector Enterprise.

3. BIDS FROM "JOINT VENTURE"/"CONSORTIUM" – NOT ACCEPTABLE/ NOT APPLICABLE

4. ONE BID PER BIDDER A Firm/Bidder shall submit only 'one [01] Bid' in the same Bidding Process, individually as a Bidder. No Firm can be a sub-Contractor while submitting a Bid individually in the same bidding process. A Bidder who submits or participates in more than 'one [01] Bid' will cause all the proposals in which the Bidder has participated to be disqualified.

5. COST OF BIDDING The Bidder shall bear all costs associated with the preparation and submission of the Bid, and GAIL will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

6. SITE VISIT The Bidder is advised to visit and examine the site of works and its surroundings and obtain for itself on its own responsibility all information that may be necessary for preparing the Bid and entering into a Contract for the required job. The costs of visiting the site shall be borne by the Bidder. [B] – BIDDING DOCUMENTS

7. CONTENTS OF BIDDING DOCUMENTS 7.1 The Bidding Documents / Tender Documents are those stated below, and should be read in conjunction with any 'Addendum / Corrigendum' issued in accordance with "ITB: Clause-9":  Section-I : Bid Evaluation Criteria [BEC] & Evaluation and Comparison Criteria  Section-II : Instructions to Bidders [ITB]  Section-III : General Conditions of Contract [GCC]  Section-IV : Special Conditions of Contract [SCC] & Scope of Work  Section-V : Heath, Safety and Environment [HSE]  Section-VI : Forms and Formats

7.2 The Bidder is expected to examine all instructions, forms, terms & conditions in the Bidding Documents. The "Request for Quotation [RFQ]" together with all its attachments thereto, shall be considered to be read, understood and accepted by the Bidders. Failure to furnish all information required by the Bidding Documents or submission of a Bid not substantially responsive to the Bidding Documents in every respect will be at Bidder's risk and may result in the rejection of his Bid.

8. CLARIFICATION OF BIDDING DOCUMENTS 8.1 A prospective bidder requiring any clarification of the Bidding Documents may notify GAIL in writing or by fax or e- mail at GAIL’s mailing address indicated in the Invitation for Bids. GAIL will respond in writing to any request for clarification of the Bidding documents which it receives not later than 10 days prior to the deadline for the submission of bids prescribed by GAIL. Written copies of GAIL’s response (including an explanation of the query but without identifying the source of the query) will be uploaded on e-tendering website. Any Clarification or

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 17 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

information required by the bidder but same not received by the Purchaser, ten days prior to the bid due date, the same is liable to be considered as no clarification/information required.

9. AMENDMENT OF BIDDING DOCUMENTS 9.1 At any time prior to the 'Bid Due Date', GAIL may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective Bidder, modify the Bidding Documents.

9.2 The amendment(s) will be notified in writing or by fax or e-mail to all prospective Bidders, at the address, fax no(s)., e-mail ID(s) provided by the Bidder, who have received the Bidding Documents and will be binding on them.

9.3 In order to afford prospective Bidders, reasonable time in which to take the amendment(s) into account in preparing their Bids, GAIL may, at its discretion, extend the 'Bid Due Date'. [C] – PREPARATION OF BIDS

10. LANGUAGE OF BID: ENGLISH / HINDI

11. DOCUMENTS COMPRISING THE BID 11.1 The Bid prepared by the Bidder shall comprise the following components:

11.2 [PART-I] “Techno-Commercial / Un-priced Bid" PART-I: "Techno-commercial / Un-priced Bid" [to be furnished in 'original' only] shall contain the following: (a) 'Covering Letter' on Bidder's 'Letterhead' (b) 'Bidder's General Information', as per 'Format F-1' (c) 'Bid Form', as per 'Format F-2' (d) Copies of documents, as required in 'Form F-3' (e) Annual turnover as required in Format F-3A (f) Financial Situation as required in Format F-3B (g) A confirmation that prices in requisite formats, strictly complying with the requirement, with prices blanked out, are in 'Envelope No. - I', i.e. "Un-Priced Bid". (h) 'Documents' establishing the eligibility/evaluation and conformity to the Bid Documents of all goods and services, which the Bidder proposes to supply under the Award is to be submitted. (i) One copy of 'Bid Security' in accordance with "RFQ" & "ITB: Clause-15" to be furnished either in the form of "Cashier's / Banker's Cheque" / "Demand Draft" [in favor of GAIL (India) Limited, payable at DELHI or NOIDA / "Bank Guarantee", as per 'Format F-4'. (j) 'Letter of Authority', as per 'Format F-5' (k) 'No Deviation Confirmation', as per 'Format F-6' (l) 'Bidder's Declaration', in 'Format F-6A' (m) 'Certificate' from Bidder, as per 'Format F-7' (n) Format for Bank Guarantee for contract performance security / security deposit as per 'Format F-8' (o) 'Terms and Conditions', as per 'Format F-9' (p) 'Regret Letter' [if applicable], as per 'Format F-10' (q) ‘Proforma’ for confirmation on applicability of “Micro, Small and Medium Enterprises Development Act, 2006 [MSMED Act 2006)”- ‘Format F-11’ (r) Confirmation on applicability of “Micro, Small and Medium Enterprises Development Act, 2006 (MSMED Act 2006) – ‘Format - 11 (A)’ (s) Format for e-banking – Format-F-12 (t) Format for Acknowledgement cum consent letter – Format-F-13 (u) Format F-14 FORM FOR "INTEGRITY PACT" (v) Format No 15- check list & F-16 (w) Documents substantiating "Bid Evaluation Criteria [BEC]" (x) Any other information/details required as per Bid Document

Note: All pages of the Bid must be signed and stamped by the "authorized signatory" of the Bidder

The PART-I “Techno-commercial /Un-priced Bid” comprising all the above documents along with copy of EMD/Bid Bond should be uploaded in the private area earmarked (Tender Document) in the C-folder.

11.3 PART-II “ PRICE SCHEDULE / PRICE BID” The Prices are to be submitted online strictly as per the Price Schedule. GAIL shall not be responsible for any failure on the part of the bidder to follow the instructions.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 18 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

11.4 PART-III: EMD / BID SECURITY: Bidder are required to submit the EMD in original in the prescribed formats and in the manner prescribed in the tender at the time of bid submission in sealed envelope to [Senior Manager (C&P), GAIL (India) Limited, GAIL Jublee Tower, Sector-1, Noida, Distt- Gautambudg Nagar (U.P.) in addtion to uploading the copy ob the e-tendering portal.

However, if the bidder is unable to submit EMD in original on the due date, he may upload a scanned copy of the EMD while submitting the bid electronically, provided the original EMD, copy of which has been uploaded, is received within 7 days from the date of un-priced bid opening, failing which the bid will be rejected irrespective of their status in tender and notwithstanding the fact that a copy of EMD was earlier uploaded by the bidder.

12. BID PRICES 12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole works as described in Bidding Documents, based on the rates and prices submitted by the Bidder and accepted by the Employer.

12.2 Prices must be filled in format for "Schedule of Rates [SOR]" enclosed as part of "RFQ". If quoted in separate typed sheets and any variation in item description, unit or quantity is noticed; the Bid is liable to be rejected.

12.3 Bidder shall quote for all the items of "SOR" after careful analysis of cost involved for the performance of the completed item considering all parts of the Bidding Document. In case any activity though specifically not covered in description of item under "SOR" but is required to complete the works as per Specifications, Scope of Work / Service, Standards, "GCC", "SCC" or any other part of Bidding Document, the prices quoted shall deemed to be inclusive of cost incurred for such activity.

12.4 All duties, taxes [except 'Service Tax', and Cess thereon] and other levies [if any] payable by the Contractor under the Contract, or for any other cause, shall be included in the rates / prices and the total bid-price submitted by the Bidder.

12.5 Prices quoted by the Bidder, shall remain firm and fixed and valid until completion of the Contract and will not be subject to variation on any account.

12.6 The Bidder shall quote the prices both in 'figures' as well as in 'words'. There should not be any discrepancies between the price indicated in 'figures' and the price indicated in 'words'.

12.7 Alternative Bids shall not be considered.

12.8 Discount, if any, must be included in "SOR" only. Conditional discount, if offered, shall not be considered for evaluation.

12.9 SERVICE TAX Quoted prices should be inclusive of all taxes and duties, EXCEPT Service Tax. Please note that the responsibility of payment of Service Tax lies with the Service Provider only. In case Service Tax is applicable for the Tendered Work, Contractor shall claim the Service Tax indicating rate of abatement/deduction allowed as per "Service Tax Act" from the 1st Invoice itself. Contractor providing taxable service shall issue an Invoice, a Bill or as the case may be, a Challan which is signed, serially numbered, and shall contain the following:

(a) Name, Address & Registration No. of such Person/Contractor (b) Name & Address of the Person/Contractor receiving Taxable Service (c) Description, Classification & Value of Taxable Service provided (d) Service Tax Amount

Payments to Service Provider for claiming Service Tax amount will be made provided the above formalities are fulfilled. In case of statutory variation in Service Tax during currency of the Contract, the Contractor shall submit a copy of the 'Government Notification' to evidence the rate as applicable on the date of submission of Bid and on the date of revision. Claim for payment of Service Tax / statutory variation in Service Tax, should be raised within two [02] months from the date of issue of 'Government Notification' for payment of differential Service Tax, otherwise claim in respect of above shall not be entertained for payment of arrears.

13. BID CURRENCIES: The Bid should be submitted in "INDIAN RUPEES [INR]" only.

14. BID VALIDITY

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 19 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

14.1 Bids shall be kept valid for 'Three [03] months' from the final 'Bid Due Date'. A Bid valid for a shorter period may be rejected by GAIL as 'non-responsive'.

14.2 In exceptional circumstances, prior to expiry of the original 'Bid Validity Period', the Employer may request that the Bidders extend the 'Period of Bid Validity' for a specified additional period. The request and the responses thereto shall be made in writing or by fax/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-15" in all respects.

15. EARNEST MONEY/BID SECURITY 15.1 Bids must be accompanied with 'Earnest Money / Bid Security' as per Invitation for Bids (IFB), in the form of 'Demand Draft' in favor of GAIL (India) Limited, payable at New Delhi/NOIDA or 'Banker's Cheque' or 'Bank Guarantee'. Bidders shall ensure that 'Earnest Money / Bid Security', having a validity of at least 'SIX [06] Months' from the final 'bid due date', in the format (s) available in the bid document. Bid not accompanied with 'Earnest Money / Bid Security', or 'Earnest Money / Bid Security' not in requisite form, shall be summarily rejected.

15.2 The 'Bid Security' is required to protect GAIL against the risk of Bidder's conduct, which would warrant the 'Bid Security's' forfeiture, pursuant to "ITB: Clause-15.7".

15.3 GAIL shall not be liable to pay any Bank charges, commission or interest on the amount of 'Bid Security'. In case 'Bid Security' 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. 'Earnest Money / Bid Security' shall be valid for 'two [02] months' beyond the 'Bid Validity Period'

15.4 Any Bid not secured in accordance with "ITB: Clause-15.1 & Clause-15.3" may be rejected by GAIL as non- responsive.

15.5 Unsuccessful Bidder's 'Earnest Money / Bid Security' will be discharged / returned as promptly as possible, but not later than 'thirty [30] days' after expiry of the 'Period of Bid Validity' prescribed by GAIL, pursuant to "ITB: Clause-14".

15.6 The successful Bidder's 'Bid Security' will be discharged upon the Bidder's accepting the 'Award' and signing the 'Agreement' and furnishing the 'Contract Performance Security / Security Deposit'.

15.7 The 'Bid Security' may be forfeited: (a) If a Bidder withdraws his Bid during the 'Period of Bid Validity' (b) In the case of a successful Bidder, if the Bidder fails: (i) To accept the "Notification of Award" / "Letter of Intent [LOI]", or (ii) To furnish "Contract Performance Security / Security Deposit", in accordance with "ITB: Clause-39" (iii) To accept 'arithmetical corrections'

15.8 Bid Security should be in favor of GAIL (India) Limited and addressed to GAIL. In case Bid Security is in the form of 'Bank Guarantee', the same must indicate the Bid Document No. and the Work for which the Bidder is quoting. This is essential to have proper correlation at a later date. The 'Bid Security' should be in the form provided at 'Format F-4'.

15.9 "Central Public Sector Undertakings of Government of India" and "Firms Registered with NSIC" are exempted from furnishing Bid Security, provided they are registered for the quoted items upto the monetary limit, they intend to quote and subject to their enclosing with their Bid a copy of latest and current 'Registration Certificate'.

16. PRE-BID CONFERENCE [Date & Time: As per "RFQ"; Venue: GAIL (India) Limited GAIL Jubliee Tower,B-35/36, 17th Floor, Sector-1,NOIDA, Distt- Gautambudh Nagar (UP) Pin Code-201301 India

16.1 The Bidder(s) or his designated representative are invited to attend a "Pre-tendering Conference [PTC]" / "Pre-Bid Conference [PBC]" which will be held at GAIL (India) Limited, B-35 & 36, Sector -1, NOIDA.

16.2 Purpose of the meeting will be to clarify issues & to answer questions on any matter that may be raised at that stage.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 20 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

16.3 Text of the questions raised and the responses given, together with any responses prepared after the meeting, will be transmitted without delay [without identifying the sources of the question] to all the prospective Bidders, and shall also be uploaded on GAIL website against the Tender. Any modification of the Bidding Documents listed in "ITB: Clause-7.1", that may become necessary as a result of the 'PTC'/’PBC’ shall be made by the Employer exclusively through the issue of an Addendum / Corrigendum pursuant to "ITB: Clause-9", and not through the minutes of the 'PTC'/’PBC’.

16.4 Non-attendance of the 'PTC'/’PBC’ will not be a cause for disqualification of a Bidder.

17. FORMAT AND SIGNING OF BID The bidder shall prepare the document comprising the bid as per clause 11.0 of ITB

17.1 The bid shall be typed or written in indelible ink (in the case of copies, photocopies are also acceptable) and shall be signed by the person or persons duly authorized to sign on behalf of the bidder. The name and position held by each person signing, must be typed or printed below the signature. All pages of the bid, except any catalogues/ literatures shall be signed.

17.2 The bid shall contain no alterations, omissions or additions, unless such corrections are initialed by the person or persons signing the bid. 18. ZERO DEVIATION AND REJECTION CRITERIA 18.1 ZERO DEVIATION: Deviation to terms and conditions of "RFQ" may lead to rejection of bid. Please note this "RFQ" is on "Zero Deviation" basis. GAIL will accept bids based on terms & conditions of "RFQ" only. Bidder may note GAIL will determine the substantial responsiveness of each bid to the Bidding Documents. For purpose of this, a substantially responsive bid is one which conforms to all terms and conditions of the Bidding Documents without deviations or reservations. GAIL's determination of a bid's responsiveness is based on the content of the bid itself without recourse to extrinsic evidence. Technical and/or commercial query(s), if required, may be raised on the bidder(s) – the decision for which will be solely based on circumspection by GAIL (India) limited. However, issuance of request for such clarifications shall not be resorted to more than once. The response(s) to the same shall be in writing, and no change in the price(s) or substance of the bids shall be sought, offered or permitted. The substance of the bid includes but not limited to prices, completion, scope, technical specifications, etc. Bidders are requested to not to take any deviation/exception to the terms and conditions laid down in this "RFQ/Tender Document", and submit all requisite documents as mentioned in this "RFQ/Tender Document", failing which your offer will be liable for rejection.

18.2 REJECTION CRITERIA: Deviation to the following clauses of "RFQ" shall lead to rejection of Bid: (a) Firm Price (b) Earnest Money / Bid Security (c) Specifications & Scope of Work (d) Special Conditions of Contract [SCC] (e) General Conditions of Contract [GCC] (f) Schedule of Rates / Price Schedule / Price Basis (g) Duration / Period of Contract (h) Period of Validity of Bid (i) Price Reduction Schedule (j) Contract Performance Security / Security Deposit (k) Guarantee / Defect Liability Period (l) Arbitration / Jurisdiction of Court (m) Force Majeure (n) Documentary Evidence to Substantiate "Bid Evaluation Criteria [BEC]" (o) Bidder is requested to fill 'Format: F-9' and submit alongwith the Bid (p) Further, it is once again reminded not to mention any condition in the Bid which is contradictory to the terms and conditions of "RFQ". (q) EPF, ESI and service tax registration in case of domestic bidders.

19. E-PAYMENT GAIL (India) Limited has initiated payments to Suppliers and Contractors electronically. The Bidder should give the details of his bank account to facilitate payment through 'e-banking' (As per Format F-12 enclosed under Section-VI of this tender document). Bidders are requested to strictly take into note that 'payments' shall not be released in any other form other than 'e-banking'.

20. AGENT/CONSULTANT/REPRESENTATIVE/RETAINER/ASSOCIATE/JOINT VENTURE/CONSORTIUM/ – NOT APPLICABLE Bids from AGENT/ CONSULTANT/ REPRESENTATIVE/ RETAINER/ ASSOCIATE/ JOINT VENTURE/CONSORTIUM/ shall not be accepted.Work Order experience of sub-contractor shall not be accepted.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 21 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

[D] – SUBMISSION OF BIDS

21. SEALING AND MARKING OF BIDS 21.1 Bid shall be submitted through e-tender mode in the manner specified elsewhere in tender document. No Manual/ Hard Copy (Original) offer shall be acceptable. EMD/ Bid Bond to be submitted in original in physical form in addition to uploading the copies on portal.

22. DEADLINE FOR SUBMISSION OF BIDS 22.1 Bids must be received through e-tender mode not later than the date and time specified in Invitation for bid.

22.2 GAIL may, in exceptional circumstances and at its discretion, extend the deadline for submission of bids, in which case all rights and obligations of GAIL and the bidders, previously subject to the original deadline will thereafter be subject to the deadline as extended. Notice for extension of bid submission date will be uploaded on e-tendering website.

23. LATE BIDS: NOT APPLICABLE

24. MODIFICATION AND WITHDRAWAL OF BIDS 24.1 The bidder may modify or withdraw his bid after the bid submission, but before the due date of submission provided, the same must be uploaded with Digital Signature through e-tender mode.

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

24.3 No bid shall be allowed to be withdrawn in the interval between the deadline for submission of bids and the expiration of the period of bid validity specified by the bidder on the Bid Form. Withdrawal of a bid during this interval shall result in the bidder’s forfeiture of his bid security. [E] – BID OPENING AND EVALUATION

25. BID OPENING 25.1 Un-priced Bid Opening: GAIL will open the Bids, including withdrawals & modifications made pursuant to "ITB: Clause-24", in the presence of Bidders' representatives who choose to attend on the date, time and location stipulated in the "RFQ". The Bidders' representatives, who are present, shall sign a register evidencing their attendance.

25.2 Price Bid Opening: 25.2.1 GAIL will open 'Price Bids' of those Bidders who meet the qualification requirement and whose Bids are determined to be 'technically and commercially responsive'. Bidders selected for opening of their 'Price Bids' shall be informed about the 'Date of Price Bid Opening' through e-mail/fax. Bidders may depute their 'authorized representative(s)' to attend the opening. The Bidders' representative(s), who are present, shall sign a register evidencing their attendance.

26. PROCESS TO BE CONFIDENTIAL 26.1 Information relating to the examination, clarification, evaluation, and comparison of Bids, and recommendations for the award of a Contract, shall not be disclosed to Bidders or any other persons officially concerned with such process. Any effort by a Bidder to influence the Employer's processing of Bids or award decisions may result in the rejection of the Bidder's Bid.

27. CONTACTING THE EMPLOYER 27.1 From the time of Bid opening to the time of award of Contract, if any Bidder wishes to contact the Employer on any matter related to the Bid, it should do so in writing.

27.2 Any effort by the Bidder to influence the Employer in the Employer's 'Bid Evaluation', 'Bid Comparison', or 'Contract Award' decisions may result in the rejection of the Bidder's Bid.

28. EXAMINATION OF BIDS AND DETERMINATION OF RESPONSIVENESS 28.1 Prior to the detailed evaluation of Bids, the Employer will determine whether each Bid, (a) Meets the "BEC" / 'techno-commercial requirements' of the Bidding Documents; (b) Has been properly signed; (c) Is accompanied by the required 'Earnest Money / Bid Security'; (d) Is substantially responsive to the requirements of the Bidding Documents; and

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 22 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

(e) Provides any clarification and/or substantiation that the Employer may require to determine responsiveness pursuant to "ITB: Clause-28.2"

28.2 A substantially responsive Bid is one which conforms to all the terms, conditions and specifications of the Bidding Documents without material deviations or reservations. A material deviation or reservation is one,

(a) That affects in any substantial way the scope, quality, or performance of the works; (b) That limits in any substantial way, inconsistent with the Bidding Documents, the Employer's rights or the Bidder's obligations under the Contract; or (c) Whose rectification would affect unfairly the competitive position of other Bidders presenting substantially responsive Bids.

28.3 If a Bid is not substantially responsive, it may be rejected by the Employer and may not subsequently be made responsive by correction or withdrawal of the nonconforming deviation or reservation.

29. CORRECTION OF ERRORS 29.1 Bids determined to be substantially responsive will be checked by the Employer for any 'arithmetic errors'. Errors will be corrected by the Employer as follows: (a) Where there is a discrepancy between the rates in figures and words, the rate which corresponds to the amount worked out by the contractor(by multiplying the quantity and rate) shall be taken as correct. (b) When the rate quoted by the contractor in figures and words tallies but the amount is incorrect, the rate quoted by the contractor shall be taken as correct and not the amount and the amount corrected. (c) 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. (d) In case it is observed that any bidder has not quoted for any item in the Schedule of Rates (Such unquoted item not being in large numbers), the quoted price for the purpose of evaluation shall be considered as the maximum rate quoted by the remaining bidder for such items.

If after evaluation, such bidder is found to be the lowest evaluated bidder, the rates for the missing item shall be considered as included in quoted bid price. 29.2 The amount stated in the Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and, with the concurrence of the Bidder, shall be considered as binding upon the Bidder. If the Bidder does not accept the corrected amount of Bid, its Bid will be rejected, and the 'Bid Security' shall be forfeited.

30. CONVERSION TO SINGLE CURRENCY FOR COMPARISON OF BIDS – NOT APPLICABLE

31. EVALUATION AND COMPARISON OF BIDS 31.1 GAIL (India) Limited will evaluate and compare the Bids previously determined to be substantially responsive pursuant to "ITB: Clause-28".

31.2 Pursuant to the "ITB: Clause-28.1", is as under: (i) Offer shall be reviewed and evaluated in line with Scope of Work, Specification, Schedule of Rates and all other terms & conditions of tender documents. (ii) Evaluation and comparison of bids shall be done on the basis of Prices quoted by the bidders for each quoted Part, including all taxes & duties (including Service Tax) after considering CENVAT credit.

31.3 In case it is observed that any Bidder has not quoted for any item in the "SOR" [such unquoted item not being in large numbers], the quoted price for the purpose of evaluation shall be considered as the maximum rate quoted by the remaining Bidder for such items. If after evaluation, such Bidder is found to be the lowest evaluated Bidder, the rates for the missing item shall be negotiated with the Bidder before award of work.

32. PREFERENCE FOR DOMESTIC BIDDERS – NOT APPLICABLE

33. PURCHASE /PRICE PREFERENCE –NO , EXCEPT NSIC/SSI registered companies as per GAIL policy in vogue.

34. COMPENSATION FOR EXTENDED STAY – NOT APPLICABLE

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 23 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

[F] – AWARD OF CONTRACT

35. AWARD 35.1 Subject to "ITB: Clause-28", GAIL will award the Contract to the successful Bidder whose Bid has been determined to be substantially responsive and has been determined as the lowest, is determined to be qualified to satisfactorily perform the Contract.

36. EMPLOYER'S RIGHT TO ACCEPT ANY BID AND TO REJECT ANY OR ALL BIDS 36.1 GAIL reserves the right to accept or reject any Bid, and to annul the Bidding process and reject all Bids, at any time prior to award of Contract, without thereby incurring any liability to the affected Bidder or Bidders or any obligations to inform the affected Bidder or Bidders of the ground for GAIL's action.

37. NOTIFICATION OF AWARD / LETTER OF INTENT 37.1 Prior to the expiry of 'Period of Bid Validity', GAIL will notify the successful Bidder in writing, in the form of "Notification of Award" / "Letter of Intent [LOI]", through fax/e-mail/telex, that his Bid has been accepted. In response, the successful Bidder will be required to confirm acceptance of the "Letter of Intent [LOI]".

37.2 'Time Period' shall be counted shall be commenced from the date of "Notification of Award" / "Letter of Intent [LOI]" or as may be mentioned in the "Letter of Intent [LOI]" / "Letter of Acceptance [LOA]". The "Letter of Acceptance [LOA]" will constitute the formation of a Contract, until the Contract has been affected pursuant to signing of Contract as per "ITB: Clause-38". Upon the successful Bidder's / Contractor's furnishing of 'Contract Performance Security / Security Deposit', pursuant to "ITB: Clause-39", GAIL will promptly notify each successful Bidder and will discharge his 'Earnest Money / Bid Security', pursuant to "ITB: Clause-15".

38. SIGNING OF AGREEMENT 38.1 GAIL will award the Contract to the successful Bidder, who, within 'fifteen [15] days' of receipt of the same, shall sign and return the acceptance copy to GAIL.

38.2 The successful Bidder/Contractor shall be required to execute an 'Agreement' in the proforma given in this Tender Document on a 'non-judicial stamp paper' of appropriate value [cost of the 'stamp-paper' shall be borne by the successful Bidder/Contractor] and of 'DELHI State' only, within 'fifteen [15] days' of receipt of the "Letter of Acceptance [LOA]" of the Tender by the successful Bidder/Contractor. In the event of failure on the part of the successful Bidder/Contractor to sign the 'Agreement' within the above stipulated period, the 'Earnest Money / Bid Security' shall be forfeited and the acceptance of the Tender may be considered as cancelled.

39. CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT 39.1 Within 'fifteen [15] days' of the receipt of the "Letter of Acceptance [LOA]" from GAIL, the successful Bidder shall furnish the 'Contract Performance Security / Security Deposit' in accordance with 'Article-24' of "General Conditions of Contract [GCC]" in the form provided in the Bidding Documents. The same shall be kept valid for the entire duration of the Contract. The 'Contract Performance Security / Security Deposit' shall be in the form of either 'Banker's Cheque' or 'Demand Draft' or Bank Guarantee, and shall be in the currency of the Contract.

39.2 The 'Contract Performance Security / Security Deposit' shall be for an amount equal to 7.5% of the one year’s Contract Value towards faithful performance of the contractual obligations. This Bank Guarantee / Demand Draft / Banker's Cheque 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 Nationalized Indian banks, the bank must be a 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. This 'Bank Guarantee' shall be valid until 'three [03] months' beyond the specified "Contractual Period + Defect Liability Period".

39.3 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 'Earnest Money / Bid Security', in which event GAIL may award the Contract to the next lowest evaluated Bidder or call for new Bids.

40. CORRUPT OR FRAUDULENT PRACTICES 40.1 GAIL requires that Contractor(s) observes the highest standard of ethics during the execution of the Contract. In pursuance of this policy, the Employer:

(a) Defines, for the purposes of this provision, the terms set forth below as follows:

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 24 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

(i) "Corrupt practice" means the offering, giving or soliciting of anything of value to influence the action of a public official in the procurement process or in Contract execution; and

(ii) "Fraudulent practice" means a misrepresentation of facts in order to influence a procurement process or the execution of a Contract to the detriment of the Employer, and includes collusive practice among Bidders [prior to or after Bid submission] designed to establish Bid prices at artificial noncompetitive levels and to deprive the Employer of the benefits of free and open competition.

(b) Will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the Contract in question;

(c) Will declare a Firm ineligible and put on Holiday, either indefinitely or for a stated period of time if it at any time determines that the Firm has engaged in corrupt/fraudulent practices in competing for, or in executing a Contract.

41. INTEGRITY PACT 41.1 GAIL has signed an MOU on integrity pact with Transparency International India. Provisions of the Integrity Pact are detailed hereunder and format-14 attached to Section-VI of this tender document:

INTEGRITY PACT: Bidder is required to sign the Integrity Pact with GAIL as per format & terms conditions enclosed with this tender. In case a bidder does not sign the Integrity Pact, his bid shall be liable for rejection.

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. (f) If it received any demand, directly or indirectly, for a bribe/ favour or any illegal gratification / payment / benefit; (g) If it comes to know of any unethical or illegal payment/ benefit; (h) If it makes any payment to any GAIL associate. (i) The Counterparty shall not make any false or misleading allegations against GAIL or its associates.

VIOLATIONS & CONSEQUENCES: a) If a Counterparty commits a violation of its Commitments and Obligations under the Integrity Pact Programme during bidding process, their entire Earnest Money Deposit / Bid Security, would be forfeited and in addition, they may be blacklisted from the GAIL business in future.

b) In case of violation of the Integrity Pact by Counterparty after award of the Contract, GAIL shall be entitled to terminate the Contract. GAIL would forfeit the security deposits, encash the bank guarantee (s) and other payments payable to Counterparty in such cases. c) Subject to satisfaction of the Independent External Monitor, GAIL may ban / blacklist / put on holiday and exclude the Counterparty from future dealing until GAIL is satisfied that the Counterparty shall not commit any such violation in future.

d) In addition to above, GAIL reserves its right to initiate criminal proceedings against the violating Counterparty, if the allegations by Counterparty are found frivolous, untrue and misleading and may also impose exemplary cost for the same.

e) The Counterparty will be entitled to claim as determined by the Independent External Monitor, if the above (d) is found incorrect.

INDEPENDENT EXTERNAL MONITORS (IEMS) The following three Independent External Monitors (IEMs) have been appointed by GAIL, in terms of Integrity Pact (IP) which forms part of GAIL Tenders / Contracts.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 25 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

I) Dr. A K Kundra, e-mail: [email protected] II) Shri S. C. Tripathi, e-mail: [email protected]

This panel is authorized to examine / consider all references made to it under this tender. the bidder (s), in case of any dispute(s) / complaints(s) pertaining to this tender may raise the issue either with designated Tender Issuing Officer in GAIL or directly with the IEMs on the panel c/o Chief Vigilance Officer, GAIL (India) Limited, GAIL Bhawan, 16, Bhikaiji Cama Place, R. K. Puram, New Delhi -110066.

42. Bidder is required to furnish the complete and correct information / documents required for evaluation of their bids. If the information / documents forming basis of evaluation is found to be false / forged, the same shall be considered adequate ground for rejection on the Bids and forfeiture of Earnest Money Deposit.

43. In case, the information / document furnished by the vendor/contractor forming basis of evaluation of his bid is found to be false / forged after the award of the contract, GAIL shall have full right to terminate the contract and get the remaining job executed at the risk & cost of such vendor/ contract without any prejudice to other rights available to GAIL under the contract such as forfeiture of CPBG/security Deposit, withholding of payment etc.

44. Incase this issue of submission of false document comes to the notice after execution of work, GAIL shall have full right to forfeit any amount due to the vendor/contractor along with forfeiture of CPBG/Security Deposit furnished by the vendor/contractor.

45. Further, such bidder/vendor/contractor shall be put on Blacklist/Holiday List of GAIL debarring them from future business with GAIL.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 26 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

SECTION-III GENERAL CONDITIONS OF CONTRACT [GCC]

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 27 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

SECTION-IV SPECIAL CONDITIONS OF CONTRACT [SCC] & SCOPE OF WORK

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 28 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

SPECIAL CONDITIONS OF CONTRACT

1.0 NAME OF WORK: Annual Rate Contract for maintenance of Cathodic Protection System along gas pipelines in GAIL, NCR Region.

2.0 SITE VISIT

The bidders are advised to visit and examine the site of works and its surrounding and obtain for himself on his own responsibility all information that may be necessary for preparing of the bid and entering into the contract. The costs of visiting the site shall be at the bidders own expenses. No extra claim on account of non-familiarity of site conditions shall be entertained during or after execution of works.

3.0 CONTRACT PERIOD:

The time period of the contract is two (02) years to be reckoned from the day of issue of work order or the date specified by GAIL as the case may be. The time period can be further extended for 06(six) months or part thereof with the mutual consent on same rate terms and conditions of the contract.

The job will be intimated to the contractor on as and when required basis and the contractor has to complete the job within one month from the date of intimation unless otherwise specified. If the contractor fails to carry out any job within time stipulated and as per guidelines given by the EIC, the OWNER will have full right to get the work done by any other party at the sole risk and cost of the contractor.

In case the contractor is not able to complete the work due to valid reason, the same shall be conveyed to the EIC for time extension. The time extension shall be granted only on valid / justified grounds.

MOBILIZATION PERIOD: A mobilization period of 15 days shall be reckoned from the day of issue of work order or the date specified by GAIL as the case may be.

4.0 MODE OF PAYMENT:

The contractor shall be allowed to raise monthly Running Account bills against completed work. The payment shall be made on receipt of R A / Final bills in prescribed Performa in quadruplicate along with progress reports duly certified by the Site Engineer, within 15 days of submission of bill by contractor, through e-banking only. Before raising any bill, the Contractor is required to open an account having e-banking facility (if he does not have one) and inform the Engineer-in-charge. Payments will be made on the basis of joint measurements taken by the contractor and certified by the site engineer/ EIC. Sales tax and income tax deductions and any other statutory deductions shall be made as per the relevant rates. (As per rules & regulations of Govt.).

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 29 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

5.0 ABNORMALLY HIGH RATED ITMES (A.H.R)

In the Schedule of Rates (SOR), wherever the tenderer’s quoted rates(s) for the items exceeds 50% of the Owner’s estimated rate, such rates shall be considered as abnormally high rates (A.H.R) and payments of the A.H.R items beyond the BOQ stipulated quantity shall be made at the least of the following rates : a) Rates as per Schedule of rates b) Based on prevailing material and labor rates + 15% to cover contractor’s profit, overheads and other expenses. The rates will be arrived on the basis of market rate analysis.

6.0 PENALTY & MOBILIZATION ADVANCE:

Penalty:

a) Time is the essence of the CONTRACT. In case the CONTRACTOR fails to complete the WORK within the stipulated period, then, unless such failure is due to Force Majeure as defined in Clause 26 here above or due to EMPLOYER's defaults, the Total Contract price shall be reduced by ½ % of the total Contract Price per complete week of delay or part thereof subject to a maximum of 5 % of the Total Contract Price, by way of reduction in price for delay and not as penalty. The said amount will be recovered from amount due to the Contractor/ Contractor’s Contract Performance Security payable on demand. The decision of the ENGINEER-IN-CHARGE in regard to applicability of Price Reduction Schedule shall be final and binding on the CONTRACTOR.

b) Breakdown maintenance is to be carried out in the event of malfunction or any failure of the system, which prevents the operation of associated equipments. Breakdown maintenance includes fault finding, repair / replacement of defective parts or complete system as per requirement of site, functional checking and restoration of equipment availability in all respect. Response time for breakdown maintenance call shall be maintained as under

1. Within 24 hours in case of complaint lodged during office hours. 2. Within 36 hours in case of complaint lodged on holidays / odd hours.

The penalty shall be levied on the contractor in the event of not executing the system within 48 hours of breakdown call. The penalty of Rs 1000/- per day will be levied on the contractor subject to maximum amount limited to 5% of total work order value and adjusted in the bills, in case of not executing the work within stipulated time frame.

MOBILIZATION ADVANCE : No mobilization advance shall be paid to the contractor under this contract.

7.0 SECURED ADVANCE ON MATERIAL

No “Secured Advance” is payable under this contract.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 30 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

8.0 CONTRACT PERFORMANCE GUARANTEE

8.1 The contractor shall guarantee the materials/equipments/fittings/accessories supplied and the quality of workmanship for a period of 12 (Twelve) months after the date of issue of completion certificate.

8.2 Any change or defect to completed work during this period shall be rectified/ replaced by the contractor at no extra cost to Owner. The decision of Engineer-in-Charge shall be final and binding in this regard. The guarantee for such rectified/replaced item shall be for a period of 12 months from completion of such rectification/replacement.

9.0 SCHEDULE OF RATES

The schedule of rates (SOR) shall be read in conjunction with SCC, GCC, technical specifications, drawings and any other document forming part of this contract. The quantities shown against the various items are only approximate and subject to any variation as per the stipulations made in GCC. The decision of Engineer-in-Charge shall be final and binding in this regard

10.0 POWER SUPPLY

Clause No. 2.4 of GCC shall be modified to the following extent. The owner shall provide no power. It shall be the responsibility of the contractor to go for power at his own cost for execution of work.

11.0 EXISTING SERVICES

11.1 Drains, pipes, cables, overhead wires and similar services encountered in the course of the works shall be guarded from injury by the Contractor at his own cost, so that they may continue in full and uninterrupted up to the satisfaction of the Owners thereof or otherwise occupy any part of the site in a manner likely to hinder the operation of such services.

11.2 Should any damage be done by the Contractor to any mains, pipes cables or lines (whether above or below ground etc) whether or not show on the drawings the Contractor must make good or bear the cost of making good the same without delay to the satisfaction of the Engineer-in-Charge.

12.0 RESPOINSIBILTY OF CONTRACTOR

12.1 All expenses towards mobilization at site and demobilization including bringing in equipment, work force, materials, dismantling the equipment, clearing the site etc. shall be deemed to be included in the prices quoted and no separate payments on account of such expenses shall be entertained.

12.2 Contractor shall be solely responsible for making available for executing the work, all requisite Construction Equipment, Special Aids, cranes, tools, tackles and testing equipment and appliances. Such construction equipment etc. shall be subject to examination by Owner and approval for the same being in first class operating condition. Any discrepancies pointed out by Owner shall be immediately got rectified, repaired or the equipment replaced altogether, by Contractor. Owner shall not in any

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 31 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

way be responsible for providing any such equipment, machinery, tools and tackles etc.

12.3 Preparing approaches and working area for the movement and operation of the equipment, leveling the areas for assembly and erection shall also be the responsibility of the Contractor. The Contractor shall acquaint himself with access availability, facilities such as railway siding, local labor etc. to provide suitable allowances in his quotation. The contractor may have to build temporary access roads to aid his own work which shall also be taken care while quoting for the work.

12.4 Contractor shall not use any materials issued by Owner for installation purposes for laying temporary lines, erection aids etc. Misuse of materials will be seriously viewed and deducting at penal rates will be made from the contractor’s bills for such quantities that are misused.

12.5 Contractor shall arrange and use steel scaffolding materials wherever scaffolding is required for execution of works.

12.6 If any Contractor is awarded the work contract for more than one region, Contractor shall be solely responsible for making available for executing the work, all requisite construction Equipment, Special Aids, cranes, tools, tackles and testing equipment and appliances separately for each region for which , work contract has been awarded to him. In no case, construction Equipments, Special Aids, cranes, tools, tackles and testing equipment and appliances of one area can be used in other region without prior permission of Engineer In charge. GAIL shall not in any way be responsible for providing any such equipment, machinery, tools and tackles etc.

12.7 If required, Contractor is liable to execute the work in any part / area /Region of GAIL, NCR Pipe Line network, irrespective of the part/Area/ Region for which Work Order has been awarded to him on the awarded rate only as per the sole discretion of Engineer In Charge with in the mobilization period, allotted to him by Engineer In Charge and has to prepare all necessary arrangement by himself for the execution of work.

12.8 DEFECT LIABILITY PERIOD: The defect liability period shall be 12 months from the date of Completion of the contract. Any defects/failures observed during this period are to be repaired / rectified by The CONTRACTOR without any cost to the OWNER. The decision of EIC shall be final and binding on the CONTRACTOR in such cases.

13.0 STATUTORY APPROVALS

13.1 Contractor shall be responsible for obtaining approval from statutory authorities like Municipal Corporation Development Authorities, Electricity Department and any other concerned authority as required for the completion of the work.

13.2 The application on behalf of the Owner along with required certificates/documents, complete in all respects, shall be submitted by the Contractor to the Engineer-in- Charge, for onward transmission to statutory authority, well ahead of time, so that commissioning is not delayed for want of inspection by the authority. The necessary coordination, liaison and arrangements for statutory inspection and approval shall be

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 32 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

the contractors responsibility. However, any fee paid to the concerned authority in this regard shall be reimbursed by the Owner on production of documentary evidence.

13.3 Inspection and acceptance of the work by statutory authorities shall not relieve the contractor from any of his responsibilities under this contract.

13.4 Any changes/additions required to be made to meet the requirements of statutory authorities, shall be carried out by the contractor, within the contract price, and at no additional cost to Owner.

14.0 SITE CLEANING

14.1 The Contractor shall take care for cleaning the working site from time to time for easy access to work site and also from safety point of view.

14.2 Working site should always be kept cleaned to the entire satisfactions of the Engineer-in-Charge. Before handing over any work to Owner, the Contractor in addition to other formalities to be observed as detailed in the document shall clear the site to the entire satisfaction of Engineer-in-Charge.

15.0 SAFETY HEALTH & ENVIRONMENT

The contractor during entire duration of the contract shall adhere to requirement of safety, health and environment management as per specification enclosed in the standards specifications.

The contractor shall abide by the requirement of the entry pass, gate pass and permission etc as per the Gail‘s policy.

16.0 QUALITY ASSURANCE/ QUALITY CONTROL PROGRAMME

Bidder shall include in his offer the Quality assurances program containing the overall quality management and procedures, which is required to be adhered to during the execution of contract. After the award of the contract detailed quality assurance program to be followed for the execution of contract under various divisions of work will be mutually discussed and agreed to.

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

The Owner/Consultant or their representative reserve the right to Inspect/witness; review any or all stages of work at shop/site as deemed necessary for quality assurance.

17.0 TESTS AND INSPECTION

The Contractor shall carry out the various tests as enumerated in the Technical specifications of this tender document and 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.

18.0 FINAL INSPECTION

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 33 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

After completion of the entire tests as per specifications the whole work will be subject to a final inspection to ensure that the entire work has been done as per specifications/ requirements. If any defects noticed in the work are attributable to the contractor the contractor at his own cost shall attend these, as and when the owner brings them to the notice. The owner shall have the right to get these defects rectified at the risk and cost of the contractor, if he fails to attend to these defects immediately.

19.0 INSPECTION OF SUPPLY ITEMS

All inspections and tests shall be made as required by the specifications forming part of this contract. Contractor shall advise Engineer-in-Charge in writing at least 7 days in advance of the date of final inspection/ tests. Manufactures inspection or testing certificates for equipment and materials supplied, may be considered for acceptance at the discretion of Engineer-in-Charge. All costs towards testing etc shall be borne by the contractor within their quoted rates.

20.0 RECONCILIATION OF OWNER SUPPLIED MATERIALS

The Contractor shall submit an account for all materials issued by Owner in the Performa prescribed by the Engineer-in-Charge on completion of the work.

21.0 DOCUMENTATION/REPORT

1. The contractor will maintain all records and relevant documents as required. The contractor will submit the day to day work progress and inspection reports in two copies, one for EIC, and one for respective SIC. 2. EIC / representative shall issue job card for CP work (format enclosed) according to which the job shall be carried out. The measurement sheet for the work done shall be duly signed by respective SIC before submission to EIC. This measurement sheet shall form part of bill presented by the contractor. 3. At the end of contract, the contractor shall submit final bill along with No Dues Certificate. 4. Completion Certificate shall be issued by the EIC on completion / closure of contract.

22.0 WORK EXECUTION TERMS

In case of any requirement to carry out the work in any part of the Work Order for sites under GAIL, NCR jurisdiction, the contractor will carry out the work at the awarded rate for that SOR item. Any of the contractors will have to work in any other area also as per the sole discretion of GAIL keeping in view of the job requirement. The decision of Engineer-in-Charge shall be final and binding in this regard.

SCOPE OF WORK WITH TECHNICAL SPECIFICATIONS

GAIL NCR O&M is looking after 1842 km of gas pipelines spread over in the states of Delhi, Haryana, UP, Uttaranchal, , Himachal Pradesh & Punjab. The maintenance/ repairing work of Cathodic Protection installations along various pipelines in NCR on annual rate contract basis as per the terms and conditions laid out in GCC and SCC of this tender document is to ensure the correct performance of the C.P. system.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 34 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

The repair & maintenance work is to be carried out on following Natural Gas Pipelines of GAIL (India) Limited in NCR.

Pipe Lines covered under different parts of Tender under GAIL,NCR

PART-A: For pipelines under NCR under DESU, , , Daruheda, Bawana & Bahadurgarh Maint. Bases (States: DELHI, HARYANA & RAJASTHAN):-

Scope of Works for PART-A will consist of the existing as well as all upcoming Pipelines under the following Maintenance bases -

DESU:

18” Dadri-Desu line (Noida Tap off – Desu) : 9 Km 12” Desu-Maruti pipeline (Desu-Venkatesh College SV-11) : 17 Km (No of SV-10) 8”/4” Desu-Khera Kalan – Sonepat line : 55 Km (No of SV’s – 5)

BAWANA:

20” DBPL (20” Gouna – Bawana pipeline):56 Km (No of SV’s – 2) 8” Bawana – NDPL P/L :14 Km

BAHADURGARH:

8”/4”/3” Khera Kalan – HNG/HIS Bahadurgarh pipeline: 49.76 Km (No of SV’s – 3)

FARIDABAD:

48” VDPL (Jatouli – Chainsa-Yamuna): 35 Km (No. of SV-2) 36” CJPL (Chainsa-Ambepur,SV-2): 39 Km (No of SV’s – 2) 36” GREP P/L (Jatouli-Chainsa-Yamuna) : 35 Km 14” Chainsa-Faridabad NTPC pipeline: 13.5 KM, 16” Chainsa-Gurgaon pipeline: 45 KM (No. of SV- 3)

GURGAON:

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 35 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

36” CJPL (Ambepur,SV-2 onwards to Sultanpur Ch 70):32 Km 16” CGPL (Nayagaon,SV-2 – MUL):15 Km 12” Desu-Maruti p/l (Venkatesh College SV-11 to MUL).:15.8 Km (No. of SV- 5) 6” HCG /DLF P/L: 1.9 Km 18” Sultanpur- pipeline up to CGS :31.61 Km 10” Manesar pipeline, 5.4 Km

DHARUHERA:

18” Sultanpur – Neemrana pipeline (CGS Dharuhera – Neemrana) :53 Km 12”/8” & 4” SNPL spur lines of SNPL ( 12” 9 Km & 8” 34 Km line)

PART-B: For Pipelines under Ghaziabad, Dadri, Haridwar & Kashipur Maint. Bases (States: Uttar Pradesh & Uttarakhand):

Scope of Works for PART-B will consist of the existing as well as all upcoming Pipelines under the following Maintenance bases -

DADRI

48” VDPL P/L (Yamuna – Dadri): 37 Km (No of SV-1) 36” DBPL (Dadri – Dasna):16 Km (No of SV-1,Dasana) 36” GREP P/L (Yamuna-Dadri):37 Km (No of SV-1) 24” HVJ P/L (Shiwali – Dadri):45 Km (No of SV-1 Jainpur) 18” Dadri-Desu line upto Jalpura:23 Km (No of SV-1)

SIKANDRABAD

4” Dadri-Sikandrabad P/l: 18 Km,PRS

GHAZIABAD:

18” Dadri-Desu line (Jalpura-Noida tap off) :15 Km 6”/4”/3” Pipeline (Kurikhera – Ghaziabad) :23.2 Km 6”/4” Pipeline: 29 Km Noida Tap off – Sahibabad (No of SV-1) 36” DBPL (Dasna-Gouna): 22 Km (Including Gauna tap off) 8” Nekpur-Meerut Pipeline :27 Km

KASHIPUR:

12” Karanpur-Moradabad –Kashipur pipeline : 105 Km

HARIDWAR :

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 36 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

36” Gauna –Yamunanagar pipeline:150 Km(excluding Gauna Tap off) 30” Yamunanagar – IP Station 3 (Including IP Station 3): 78 Km Spur lines from Saharanpur to Roorkee, Haridwar, Dehradun

PART-C: For Pipelines under Bhatinda, Nangal & Ludhiana Maint. Bases (States: Punjab & Himachal Pradesh): Scope of Works for PART-B will consist of the existing as well as all upcoming Pipelines under the following Maintenance bases -

BHATINDA

30” IP Station 3 – Ludhiana pipeline section : 67 Km 24” Ludhiana – NFL Bhatinda : 124 Km

NANGAL

18” Khanna – NFL Nangal pipeline section : 83 Km Ludhiana – Jalandhar spur lines

LUDHIANA

24” LUDHIANA - JALANDHAR pipeline section Ludhiana – Jalandhar , MANDI GOVINDGARH spur lines BNPL PIPELINE SECTION

The above pipelines are indicative only. However the scope of work covers the all up coming pipelines in the NCR region also.

The scope of work includes the following jobs, applicable to all parts of the tender i.e. PART –A, PART-B & PART-C:

1. Supply and Installation of Test Station with/with out foundation and elbow 2. Shifting of Test station along with foundation 3. Repairing of Manual/Computerized Test stations/ ALJB including replacement of door, lock ,gasket, terminal plates, welding of hinges etc 4. Identification , dressing and termination of cables, Supply & Fixing of diagram plates 5. Supply and laying of different sizes of cables 6. Cable-jointing using jointing kits, cable to pipe connections using Thermit welding, pin brazing or silver soldering. 7. Supply and installation of pre packed Mg anodes, High silicon iron anodes, LIDA anodes, Zn anodes. 8. Supply and installation of Permanent reference cell (MC Miller/ Caproco/Tinker&Rasor), Polarization Cell, Grounding Cell, Coiled Zn Ribbon anode, Surge diverters 9. Installation of anode ground bed and earth pits 10. Maintenance of ground bed and earth pits. 11. Repair & Rectification of TR Units/ CPPSM. 12. Providing services for Collection of CP Related Data from all the SV/RR/Terminal on day to day basis and compilation and preparation of the reports in the office by a technically qualified person.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 37 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

NOTE:

1. All manpower and tools & tackles needed for carrying out the work shall be in scope of the Contractor including pipe locator and holiday detector. 2. All Sundry consumables like insulation tapes, nut-bolts-washers-screws, lugs, sealing compound, ferrules, paint brush etc. and similar items shall be in scope of contractor. 3. The cad weld material i.e. eutectic 157 of L&T needed for pipe to cable connections, the encapsulating compound (Araldite etc.) shall be in contractor scope.

4. The contractor shall arrange his own transport for transporting his manpower, tools & tackles & material to & from the site.

5. Items for cable laying & jointing include cable jointing kits for underground jointing and copper sleeves and HV tape for above ground jointing and termination in MTS/ALJB/TR Unit as may be the case.

6. Cable laying includes earth excavation for locating pipe / cables etc., trench excavation & laying of cables, supply and laying of brick and sand cover & backfilling excavated soil as per drawings/ specifications for cable laying.

7. Any cost implication of carrying out the work beyond normal working hours & on holidays shall be borne by the contractor.

8. Transportation from store of GAIL (India) Limited, the material issued, if any for execution of work, to the contractor shall be in his scope.

9A) Manual Test Stations (MTS) type A B C D E F G H or combination thereof have been installed along the pipeline ROW to Monitor the performance of C.P. system (list enclosed with tender documents). This type of T.S. has the facility to measure PSP and current. In addition to these, intermediate test stations have also been installed depending upon the location of special points like Railway, H.T., Foreign P/L crossing, SVs etc. Each test station has a terminal plate having 11 terminals fitted in a lockable metal enclosure. Brass links, resistors, shunts etc. have been used.

B) Computerized Test Stations (CTS) have been installed in HVJ pipeline at vulnerable locations like foreign pipeline paralleling or crossing extended marshy land, interference zones etc. The CTS consists of two enclosures one outer and one inner. The inner enclosure consists of Battery pack and electronic pack.

C) Anode Lead Junction Boxes (ALJB) are installed at all repeater stations and terminals, where TR/CPVCM/CPPSM units are available. For ALJB locations please refer the attached list of C.P. installation.

TECHNICAL SPECIFICATION AND DRAWINGS:

10. A) Supply & Installation of Test station with foundation: Supply & Installation of MTS with foundation with lower bend includes excavation for PCC foundation of dimensions 600x600x800 mm and nominal aggregate mix of 1:2:4 ratio. Shuttering for the foundation shall be made and the foundation cast with lower bend & mounting / foundation bolts. The top of foundation shall be smooth finished with fine sand-cement mix (1:6) with a smooth taper towards outer periphery.

The MTS box material shall be 10 SWG sheet steel and should conform to IP-55 Protection grade. The MS pipe, lower bend & termination box sheet should be of ISI marked & free from rust, pits, burrs etc.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 38 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

The outside of test station shall be painted with two coats of zinc red epoxy primer type CF 686 Asian paints or equivalent make and three coats of battle ship grey colored epoxy paint type dark A grade CF 691 of Asian paints or equivalent. Total paint thickness including primer 100-140 microns. The inner surface of the test station shall be painted with lead oxide primer grade ‘AA’ sigma paint or its equivalent for preventing corrosion.

The door should have Castle G- type lock/ Allen Key type lock (02 nos.) and Neoprene gasket to make test station whether proof..

The nameplate/diagram plate shall be of permanent plastic self adhesive sticker (15cm x 13 cm) with white background and black letters. The name plate shall be fixed to the inner side of shutter. The nameplate of each test station shall carry the following information a) Test station no. b) Chainage in KM. c) Test Station connection scheme type d) Distance from pipe in Mtrs. e) Direction of product flow.

The test station number shall be written with black paint using 40mm stencil block on the back and pipe in a uniform manner.

The cables also shall be drawn in the MTS for termination on terminal plate. Copper, tinned lugs only shall be used for termination of cables. Ferrules of proper size shall be put for identification of cables. The cable entry to the test station shall be sealed at the bottom inside the bend with putty/cable sealing compound. The remaining excavated pit shall be backfilled after installation of MTS, laying of cables etc. All cables coming to test station shall be labelled on both ends with identification numbers/ and as per connection scheme. Lugs for cable connections to the test station shall be double crimped on the cable conductor.

Terminal plate shall be Phonetic laminated sheet not less than 5 mm thick with Brass, nuts & washers. The number of terminals used shall be same for all test stations. The terminals used for one test station depend upon the requirements of the connection at the particular location.

Test between brass terminals and body at 2 KV for one minute.

The contractor shall keep ready all the MTS before supply for Pre delivery factory inspection by EIC or his representative.

MTS shall be randomly checked for conformance to IP-55 protection grade either at the Testing facility available at the Contractor’s premises in the presence of GAIL’s representative or at the approved Third Party Test Laboratory. The contractor had to submit the IP-55 test certificate from a reputed test laboratory.

The drawings and specifications of different type manual test stations are attached with this tender document

20. Supply and Installation of Test station without foundation: The MTS shall be same as in 1 above with out lower bend and shall be mounted on existing foundation.

The scope of work includes carrying out necessary repairs, grouting of foundation bolts, cable jointing, cable termination, sealing of cable entry & foundation nut bolts by m-seal etc. complete in all respect including labour, tools, tackles, consumables like cement, sand, aggregate, bolts, nuts, washers as per the drawings specification and direction of Engineer-In-Charge. The drawings and specifications of different type manual test stations are attached with this tender document.

30 & 40. Shifting of Test Station along with foundation: The scope of work includes carrying out necessary shifting of existing TS along with foundation and cables to the suitable location as instructed by EIC and carrying out necessary foundation repair, grouting of foundation bolts, cable

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 39 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

jointing, cable termination, excavation and backfilling complete in all respect including labour, tools, tackles, consumables like cement, sand, aggregate, bolts, nuts, washers as per the drawings specification and direction of Engineer-In-Charge.

50. Repairing of MTS Foundation: Scope of work includes repairing of MTS foundation with supply and replacement of foundation bolts, nuts, including labour, tools, tackles, consumables, like MS nuts, bolts, washers, m -seal, cement, brick, sand, civil work ,aggregates etc. complete in all respect as per approved drawings, specifications and direction of EIC. For drawings and specifications refer specification for MTS.

60. Repairing of MTS including supply & replacement of damaged door: Scope of work includes supply and repairing of damaged MTS and replacement of damaged door and locks of all types in MTS with proper cable termination, diagram plate, terminal plate, gasket, shunts and brass links etc. complete in all respect including labour, tools and tackles, consumables like MS/Brass bolts, nuts, washers, lugs, insulation tape etc. as per the drawings specification and direction of Engineer-In- charge.

70. Supply and replacement of missing locks for MTS: The scope of work shall include supply and replacement of only damaged lock of approved make for all types including labour, tools, tackles, consumables like lugs, MS/Brass nuts, bolts, washers, etc. complete in all respect as per approved drawings, and direction of EIC. The Locks to be provided shall be of castle lock/ Allen key lock depending on the type of earlier locks.

80. Supply & replacement of damaged/missing doors in MTS: including lock, neoprene gasket, diagram plate labor, consumables and tools & tackles as per drawings, specifications & instructions of EIC. Doors shall meet the requirement as laid out in 1 above. The replacement shall include supply & fixing of new door having a suitable castle lock /Allen key lock (at the top and bottom left corners) for the existing type test station and spot welding of the hinges so aligned that the opening & closing may be smooth and sealing of MTS box be good. All doors replaced shall have neoprene seals. The provision for new Allen key lock in the existing test stations had to be made by the contractor and is included in the scope of supply of new MTS doors.

90. Supply & installation of Terminal Plates: Terminal plates shall meet requirements as laid out in 1 above. All labor, tools & tackles, consumables, adhesive brass nut bolts, washers etc. shall be in scope of the contractor.

100. Supply and Fixing of diagram plate: Supply and Fixing of diagram plate in the existing test station of all types complete in all respect including labour, tools, tackles, consumables etc. as per scope of work specifications and the direction of EIC.

110. Identification of Cables in Test Station: The cables in side the test station shall be identified as per diagram plate /sticker by proper dressing, identification ferrules, carrying out necessary termination with copper lugs of required size and as per the direction of EIC. The cable dressing shall be strictly as per the diagram plate.

120. Supply and Fixing of Neoprene gasket: The scope of work includes supply and fixing of Neoprene Rubber Gasket in the existing test stations of all types as per direction of EIC

130. Repairing of ALJB: The scope of work includes repairing of ALJB including supply of 02 nos.of new locks & latch for the outer enclosure, shunt, variable resistance, brass links, repairing of ALJB doors including welding mechanical, fittings, hinges, cable termination, dressing and identification including labour, tools tackles, consumables like lugs, MS/brass nuts, bolts, washers, insulation tape etc complete in all respect as per approved drawings, specification and as per direction of EIC..

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 40 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

140-190. Supply of XLPE armoured copper cable: Supply of XLPE copper cable of sizes 4,10,25,35 sq mm. as per specification given below.

Cables, specification : Cross linked XLPE insulated , PE sheathed ,GI armoured single core multithreaded ,tinned ,annealed copper wire conductor 600 /1000v grade as per IEC 502/83 /IS. The contractor shall submit test certificate from cable manufacturer.

Colour of sheath: black PE compound. (Inner) Colour of insulation: cross linked XLPE complying with IEC 502 / IS. No of core: shall be one core. Armouring – Single layer of galvanized steel wire. Volt grade: 600 /1000V

Cable Identification: For easy identification of cable, the over sheath of the cable should have yellow colour.

200-250. Cable laying / Termination: Cable laying of sizes 4,10,25,35 sqmm XLPE armoured cable inside the test station / over ground & under ground / inside the panel including excavation of cable trench (500mm width , 1mtr depth) in all kinds of soil, cable laying , supply & laying of bricks ,sand ,soil backfilling , cable jointing of above ground cables using copper sleeve and HV insulation tape , termination of cable in test station /panel etc including tools tackles, consumables, cable tags, ties, ferrules , glands , labour, complete in all respects as per the direction of EIC.

Cable laying, details & cable connections:

The following types of cables are to be used for different jobs :

1) Anode Header Cable 1x35 Sqmm. XLPE, Copper conductor (as per specification )

2) Cathode cable, bonding & grounding. (1x25 Sqmm. XLPE, Copper conductor (as per specification )

3) Permanent reference cell cable (1x10 sqmm XLPE, copper conductor (as per specification )

4) Test station cable (Potential measurements) 1x4 sqmm XLPE, Copper conductor (as per specification ) Current measurement – 10 sq mm XLPE

260-310. Cable Jointing/Repairing of under ground cables: Cable jointing/repairing as per approved procedure and direction of EIC complete in all respect including excavation & back filling, cable jointing using cable jointing kit (Raychem/M seal make), termination of cables in test station, dismantling and reinstallation of test station , labour, tools, tackles, supply of copper sleeves, splicing kit, putty, consumables like, cable jointing kit etc. for 4mm Sq. 10mm Sq. 25mm Sq., & 35mm Sq. XLPE armoured Cu cable.

320. Pipe to Cable connections: Cable to pipe connections are required to be made at various locations by means of Eutectic 157 L&T make (cold soldering material)/Pin brazing / Thermit welding , its encapsulation & holiday detection as per drawings, specifications & instruction of EIC, including labour , tools and tackles and all consumables.

330-360. Painting of test station/ ALJB/CTS: The scope of work includes removing rust; oil bound dust & old paint etc. and preparing a smooth surface , supply and application of 01 coat of ready mixed red oxide primer of approved

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 41 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

brand(Asian/Nerolac/Berger/J & N, Min. DFT 25 micron) and 02 coats of ready mixed first quality paint of approved brand (Asian/Nerolac/Berger/J & N ,Final DFT not less than 100 micron ) and all shades to give an even shade on old painted and existing MTS, ALJB & CTS as per specification and direction of EIC.

370. Supply & installation of imported Permanent Reference Cell: Scope of work includes Supply and installation of imported copper – copper sulphate permanent reference cells of reputed make with 50 mtr cable(XLPE , 10 sq mm) prepackaged with backfill and of make Tinker & Rasor, McMiller , Caproco etc including excavation and backfilling of trenches(upto the depth of top of pipe and half meter width), reference cell cable laying upto test station as per procedure , termination of lead cable in the test station, labour, tools-tackles, consumables like sand, bricks, lugs, MS/Brass nuts, bolts, washers insulating tapes etc complete in all respects as per specifications and the direction of EIC. The specifications of the permanent reference cell are attached in the tender document. The permanent reference cell shall be installed close to the pipeline usually 300mm in horizontal position and at the same depth as of the pipeline. The permanent reference cell must be soaked in fresh and clean water for at least 12 hours before installation. QC certificates of the manufacturer shall be submitted by the contractor.

380. Supply & installation of Pre –packed Mg Anode: Supply and installation of pre-packed Magnesium anodes having weight 17 pound (make- Titan / TITANOR/MESA / Magcorp / CECRI approved. ) including excavation of pit and cable trenches ,backfilling , cable laying up to test station and cable termination in test station with consumables labour etc complete in all respects, as per approved drawing ,specification and direction of EIC, The specifications and drawing of the Magnesium anode are attached in the tender document. Contractor has to submit the inspection and test certificate of the manufacturer.

390. Supply & Installation of High Silicon Steel Solid Anodes: Steel solid anodes shall be replaced in horizontal/vertical Anode Ground Bed of TR /CPPSM Units at CP Stations. The anodes shall be installed in horizontal/vertical configuration as per the original configuration of the anode bed. Proper compaction to be attained by pouring sufficient water and ramming of material. The hole for anode shall be at the bottom of the cable trench.

The existing anode to be replaced shall be traced along the anode ground bed, the trench excavated, hole augured for anode (300 mm dia. & 2000 mm. Depth), , anode placed, coke breeze filled & compacted, the anode tail cable laid as per specification / drawing, trench backfilled and cable terminated in Anode Lead Junction Box.

The anode tail cable is to be of 10 sqmm, 660/1100 VOLTAGE GRADE, PE/XLPE, Single Core, Multistrand, G.I. Wire Armoured, and Untinned Copper Conductor.

The anode is to be of 22 kg weight and the composition is to be as given.

Silicon 14.2 – 14.75 % Chromium 3.25 – 5% Carbon 0.70 – 1.1 % Manganese 1.5% Max Molybdenum 0.2% Max. Copper 0.5% Max Iron Remainder

All labor, civil material, tools & tackles, consumables, soldering material & equipment, water, necessary permissions & Liasioning with local authorities etc. shall be in scope of the contractor.

400.Supply and Installation of pre packed pair of Zinc grounding cell : Supply and Installation of pre packed pair of Zinc grounding cell 22Kg including all tools, tackles, consumables, labour

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 42 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

,chemical back fill, excavation, backfilling, cable to insert joint , laying of tail cable, cable termination at TS complete and in all respect as per drawing, specification and as per direction of EIC.

Each cell consist of 2 nos. zinc alloy electrodes housed in a common backfilled cotton bag and provided with cable tails of the required length.

Each Zn electrode size shall be 1525x35x35 mm and of nominal gross weight 11.0 Kg each. No negative tolerance on dimension and weight shall be accepted.

Zinc alloy shall be of the following composition equivalent to ASTM B418-88, TYPE II and cast round a 12mm diameter galvanized steel core.

Chemical composition:

Element % max by weight Aluminium 0.0050 Cadmium 0.0030 Iron 0.0014 Lead 0.0030 Copper 0.0020 Zinc Remainders

Backfill material: Gypsum powder 75% Bentonite Granular 20% Sodium Sulphate 05%

Backfill weight shall be 40 Kg minimum for each pair of electrodes.

Cable to insert joint: The Zn alloy electrode should have recessed head for cable connection to the galvanized steel insert by brazing. Sealing of joint should have high quality insulation and perfect. Details of cable to insert joint with perfect insulation to be approved by owner before manufacturing.

The two electrodes shall be separated by insulating spacers and held in position with plastic tape or binding. Name of the manufacturer, material specification and fabrication drawing of grounding cell shall be furnished by contractor to owner for approval before start of production and delivery.

Material composition and testing reports shall be submitted to owner for approval before delivery.

410. Supply, installation, commissioning of earth pits: As per scope of work & enclosed drawing and specifications including supply and installation of GI Pipe earth electrode, salt, charcoal, sand and brick masonry work, excavation and backfilling in all type of soils and MS cover at the top. Supply, installation & Commissioning of Earth pits having pipe-Earthing shall be carried out at Terminal / SV stations along the pipeline coming under NCR (O&M) which includes supply of all required material like earth cable, GI pipe for electrode, nuts/check nuts, funnel, salt & charcoal for filling around the electrode, and excavation of pit up to a depth of 3.75 meter minimum, making of earth-pit chamber in cement concrete (1:2:4 ratio), termination of earth wire and transportation of material upto work site, complete in all respect as per drawing & direction of Engineer-in-Charge. Pipe electrode: Perforated Hot Dip G I pipe electrode 3000 mm Long, dia. 65 mm, fitted with one GI funnel and welded GI strip at one end, Earth pit chamber: size internal 500 mm x 500 mm, external 750 mm x 750 mm with duly painted MS / metallic chequered plate cover (5 mm x 600 mm x 600 mm) with collapsible handle. The depth of chamber shall be 500mm from the top surface. The top surface of the earth-pit chamber shall be flushed with ground level.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 43 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

All necessary connection between new earth electrode and earthing grid/ strips shall be made using flexible annealed copper rope having CSA of 50 sq mm. All necessary hardware shall be of good quality brass or GI.

420. Maintenance of Polarization / Kirk Cell: This includes, but not limited to,  Topping up of saturated KOH electrolyte  Changing complete electrolyte in case of marked carbonization of KOH  Replenishing oil film on electrolyte  Changing housing of Kirk Cell  Repair of cables / ferruling / lugs / connection repair  Removal of deposits on terminals / housing  Other associated maintenance works.

430. Maintenance of anode ground bed: The scope of work includes necessary excavation for carrying out ground bed curing with 500 kg of common salt and water of 18 KL but not limited to. The work includes necessary backfilling and restoration to the original condition as per the direction of EIC. The contractor shall measure the grounded resistance after the treatment of ground bed. The resistance of ground bed after the maintenance shall be less than 01 ohm

440. Refurbishment of Earth pits: At SV / Terminals with raising the height of civil foundation, repair of cement plastering, painting of top cover plates and numbering with common salt 50 Kg and water 100L for bringing down the circuit resistance including making necessary excavation, mixing & pouring of salt & water, replacement & cleaning of connecting nuts and bolts etc complete in all respect and as per directions of EIC. The scope of work includes necessary excavation for carrying out ground bed curing with 50 kg of common salt and 100 Liters of water but not limited to. The work includes necessary backfilling and restoration to the original condition as per the direction of EIC. The contractor shall measure the grounded resistance after the treatment of ground bed. The resistance of earth pit after the maintenance shall be less than 01 ohm

450. Supply & Installation of cable markers: Cable route markers fabricated from 65x65x6 mm channel / angle, 700mm long. The channel shall be buried in PCC of 1:2:4 of dimension275x275x700mm. The length of channel in PCC will be 250mm. Direction Marker tag of size50x50 mm and marker plate of size 50x200 mm bearing “BURRIED CABLE”

460. Carrying out on-off Close Interval Potential Survey (CIPL): CIPL with Lateral Gradient at one meter interval using data loggers and standard Cu/CuSO4 Reference Electrode and as per the specifications.

470. As per SOR

480. As per SOR

490. As per SOR

500. Adequacy of CP station: Adequacy of CP station, Study the adequacy of existing CP stations (CPTR & CPPSM), including effectiveness and efficiancy of remote anode bed, effective span of polarized protection on the pipelines from the drain point, mode of operation for the purpose of adequacy and better operation of the CP System and as defined in the scope of work.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 44 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

510. CAT / DCVG Survey: As per SOR & vendor shall submit standard procedure (EIL / MECON) for approval to the job-in-charge / EIC.

520. Excavation of pipeline: Excavation of pipeline in all type of soils and ordinary rocks for a width of D+500 mm on each side of pipe and exposing the pipeline from top upto 500mm below the bottom of Pipeline including the stacking of excavated earth, lead upto 50m, stacked earth to be leveled and neatly dressed 'as per the scope of work and directions of EIC (length of execavation in each case may be reduced with proportionate reduction in unit rate).

530. Backfilling excavated earth: Backfilling excavated earth (excluding rock) in trenches in layers not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, as per the scope of work and directions of EIC. (Length of back-filling may be mentioned in each case).

540. COATING Repair : Coating repair, Removing the old/ damaged coating/rust greese,moisture and all foreign material at defect material with scrapper, manual surface preparation using hand wire brush ,emery paper, scrappers or a combination of all processes,repairng of the coating with supply of Raychem sleeves/cold applied tape/PERP/patch repair kit ,holiday testing after repair, as per the scope of work and to the entire satisfaction of EIC .Multiple patch repairing at one location within one meter span shall be treated as single quantity only.(Compensation if required to land owners shall be in the scope of contractor).

550. As per SOR

560. As per SOR

570. Supply, installation & Commissioning of TR Unit: The contractor shall supply, install & commission the TR Units conforming to technical specifications given below. This includes delivery at site, installation with necessary cable entry / terminations, testing & commissioning in coordination with respective SIC. The contractor shall submit commissioning report duly verified & signed by the respective SIC. DATA sheet FOR 25V, 25A automatic Transformer Rectifier UNIT A) A. C. Input Voltage : 240V  10%, 1 Ph., 50Hz  3%, AC

B) A. C. Input Current : 6A (max)

C) D. C. Power Output : 625W

D) KVA rating of Transformer : 1.25 KVA of Transformer of Class F insulation

E) D. C. Output Voltage : 0 to 25V

F) D. C. Output Current : 0 to 25A

G) Factor of safety for Diodes/SCRs : Voltage - 300% factor of safety Current - 300% factor of safety

H) Full load efficiency of the unit : Not less than 70%

I) Full load power factor : Not less than 0.8 lagging

J) Insulation Level : 2 KV for 1 minute

K) Peak Inverse Voltage :

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 45 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

- Diode 1500V - SCR 1500V

L) Cable Entry : A. C. input, D. C. output, Reference Cells. From the bottom plate of the unit thru suitable cable glands.

M) Filtering circuit : L. C. Filter

N) Ripple & Hum : Less than 5% at rated load

O) Surge Diverters for diodes/SCRs : Metal oxide varistors / capacitors / R-C Networks

P) Lightning Arrestor : At both input & output side of the T/R unit R.M.S. Voltage Rating : 500V R.M.S. Current Rating : 5 KA Type : LT 0.5 or Eqv.

Q) Protection : - 2 pole MCB in AC input. - 2 pole MCB in DC output. - HRC fuses in input & output. - Glass cartridge fuses in the live line of all Lamps, auxiliary power lines to control circuit. - Fast acting electronic over current limit circuit & short ckt. Protection for output. Note: - ‘C’ Type MCB withstand inrush current to avoid nuisance tripping.

R) Reference Electrode : Upto 3 Nos. Cu/CuSO4 Automatic Reference Selector Logic shall be provided to automatically select the lowest (least protected) reference signal out of three reference signals fed to the unit simultaneously. Facility shall also be provided to select one out of three ref. Electrodes by means of a Manually operated Reference Selector switch.

S) Control element : The DC output will be controlled using latest solid state SCRs. These SCRs will be controlled by the commands from the control circuits. All the electronic circuits will be assembled on plug-in type control cards.

T) Modes of operation : Following modes of control shall be provided. a) Auto Ref. Mode: The operation of the unit in this mode will be fully Automatic and will be controlled by the Reference electrode feedback. The unit will automatically maintain Reference voltage or P.S.P. within  20mV of the set value under all conditions. b) CVCC Mode: This will be the second mode of operation. In this mode the unit can be operated in either constant voltage or constant current mode. In constant voltage mode the DC output voltage will be adjustable from 0 to rated value in stepless manner by means of a voltage setter potentiometer.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 46 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

In constant current mode the DC output current will be adjustable from 0 to rated value in stepless manner by means of a current setter potentiometer. c) Manual Mode: In this mode of operation the output DC voltage will be adjustable from 0 to rated value in 24 symmetrical steps by means of Coarse & Fine voltage control switches.

U) Ref. Fail Safe Feature : In the event of failure of the selected Reference Electrode, the DC output voltage of the unit will get set to a preset value. This preset voltage is adjustable from 0 to rated value.

V) Ref. (P. S. P.) Voltage setting : -0.8V to –2.5V Range in Auto Ref. Mode

W) Ref. Voltage Regulation in Auto : Better than  20mV Mode

X) Voltage Setting Range in : 0 to 25V CVCC Mode Y) Voltage regulation in CVCC :  0.25V Mode

Z) Current Limit setting Range : 0 to 25A

AA) Current Regulation in current :  0.5A limit mode

AB) Indications : a) Mains ON

LED INDICATORS b) Unit in Auto Ref. Mode c) Unit in CVCC Mode d) Under protection e) Over protection f) Reference 1 lowest g) Reference 2 lowest h) Reference 3 lowest i) All Reference fail (Auto Mode Fail) j) Reference 1 fail k) Reference 2 fail l) Reference 3 fail m) Current Limit

AC) Meters/instruments : 48 X 96mm, 3 ½ Digit, meters for the following: AC Voltage : 0 to 750V AC AC Current : 0 to 10A AC with C.T. DC Voltage : 0 to 200V DC DC Current : 0 to 30A DC with shunt P.S.P. : 0 to  19.99V DC

AD) Scada Monitoring Facility : Following signals/contacts shall be provided a) Potential free contacts for the following faults: i) Pipeline under protected ii) Pipeline overprotected iii) All ref. fail

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 47 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

iv) Unit in Auto Mode v) Unit in CVCC mode b) Isolated 4-20mA signals for: i) P.S.P. : 0 to - 4V DC ii) DC output voltage: 0 to 30V DC iii) DC output current: 0 to 75mV (30A) AF) Enclosure/Construction : Outdoor type. Fabricated from 2.0mm CRCA sheet. Lockable doors shall be provided in the front & back.

AG) Cooling : Natural air cooled.

AH) Painting : Paint of shade Light grey IS 631 with proper pretreatment as per the specifications.

AI) Dimension : L X B X H = 650mm X 600mm X 1600mm

AJ) Weight : 200 Kgs. (Approx)

AK) Earthing : 2 Nos. 12 earthing bolts shall be provided. AE) Current Interruption Facility T/R unit shall be provided with inbuilt  processor controlled current interrupter with GPS receiver. The interrupter clock shall also accept external time synchronizing signal from Remote Monitoring System with other T/R units. The interrupter shall be programmable to perform interruption in the desired time ratio in selectable range of 0-999 seconds in increment of 1.0 sec.The current interrupter shall have membrane type keypad and LED/LCD display for programming of day, date, time, ON/OFF Time, Synchronization Signal etc.

580. Supply & installation of MMO Anodes:

Mixed Metal Oxide [MMO] Anodes: LIDA SINGLE

The Permanent Cathodic Protection [PCP] system will have Mixed Metal Oxide [MMO] Strip Anodes also known as LIDA [Linear Distributed] Anodes and LIDA single. The [MMO] LIDA single anodes shall be centre connected sealed tubular type. These Anodes shall be of Noble metals [group VIII] Mixed Metal Oxide coated Titanium [having Ti substrate composition conforming to ASTM B 338 Grade I and/or Grade II]. The LIDA [MMO] anodes shall be dimensionally stable.

OPERATING CURRENT DENSITY

 Current Output with Carbonaceous Backfill 8 Amp /M2

 Electrical Resistivity 6x10-5 Ohm cms.

 Type of Joint Epoxy Splicing

 Contact Resistance of Anode to Cable joint 9 x 10-5 Ohm {maximum}

 MMO Coating thickness ≥ 6 gms/M2

 Anode Consumption Rate 1 mg/Amp. Yr.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 48 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

 Type of Cable : PVDF insulated and HMWPE sheathed cable 10 mm2

 Length of Cable As Required so as to reach JB

 Design Life 35 Years

 The Anodes shall be provided with sheet steel canisters and petroleum coke

 breeze

 Anode LIDA [MMO] Single to cable [PVDF insulated and HMWPE sheathed

 cable 10 mm2 ] jointing and insulation shall be done by anode manufacturer at

 his shop.

 Dimension & weight of all anodes to be checked & recorded. Negative tolerance

 will not be acceptable.

 Routine & type test certificates of cable manufacturer to be furnished for anode

 lead cable as per IEC 502 – 1983 or relevant BIS code. Length and identification

 tag to be verified by measurement

 Each anode to cable joint shall be tested for it’s electrical contact resistance & its

 value in Ohm shall be recorded.

 First anode to cable joint shall be subjected to accelerated ageing test &

 destructive test to determine pull-out strength of cable to anode joint as well as

 effectiveness of the joint insulation.

 Manufacturer shall furnish detailed dimensioned fabrication drawing of anodes as

 well as details of cable connection& it’s insulation sealing to owner for approval.

 Manufacturer of anode will commence only after this Approval from owner.

 Vendor shall furnish for Owner’s Approval the following information Type & make of Heat Shrink cap & it’s properties Procedure for making the joint Procedure for accelerated ageing test Vendor shall submit all test reports for Owners review.

Petroleum Coke Breeze:

Lubricated calcined petroleum coke breeze backfill material for use with LIDA Single [MMO] Anodes in [PCP] system shall have a carbon content of 91.77% minimum and a bulk density of 74 pounds per cubic ft. Zero percent shall be retained by a screen size of 16 mesh.

The coke breeze shall have low resistance carbon lubricant added for lowering the combined resistance while developing the pumping qualities. Earth contact resistance shall be 0.1 Ohm cm at 150 PSI.

In case deep/semi-deep well anode bed with MMO tubular single string anode with single dead weight minimum 10 No. MMO tubular anode (25mmF X1000mm long) need to be considered in the anode string, anode lead cable shall be 1x35 sq.mm EPR/CSPE insulated cable or PVDF insulated and HMWPE sheathed cable considered in each anode string, anode lead cable shall be 1x10 sq.mm EPR/CSPE insulated cable or PVDF insulated and HMWPE sheathed cable between each anode and AJB. Minimum depth of deep/semi-deep well anode bed shall be 50m & minimum diameter of anode bed shall be 150mm. For installation of the anodes in the permanent

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 49 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

water table, higher than 50m (minimum) depth specified above need to be considered in case the permanent water table is at lower depth. In case design calculations based on soil resistivity of the anode bed or the life of anode bed or anode bed resistance worked out to be of higher depth or higher No. of anodes than the minimum requirement specified above, the same need to be considered. Anode ground bed resistance should be ideally less than 1 ohm (max).

Installation of Horizontal/Vertical Shallow Remote ground bed

Remote Shallow Horizontal Ground Bed: Configuration of this ground bed shall be distributed, horizontal, 10 nos of canister anode at an interval of 3 to 5 M centre. Distributed horizontal anode bed shall be installed by placing owner supplied prepacked canistered MMO anodes complete with anode cable inside a horizontal trench at depth of 2.0 M from grade level. Each canister shall have overall dimension of 1500mm long x 200mm diameter. Trench dimension shall be 2.0 M deep, 2000mm long x 500 mm wide. Prior to laying of anode, each anode lead cable shall be holiday tested for defect in insulation as per direction of EIC and as per procedure. After laying of anode and allowing sufficient slack in the lead cable in trench, the trench shall be backfilled with natural soil (free of rock, gravel). During backfilling of the anode bed the natural backfill to be mixed with water thoroughly to form slurry and proper compaction to be done to ensure proper contract of soil with anode bed. At a depth of 1.5 M from grade level, a 1” thick layer of gypsum of excavated trench be spread above anode bed. The anode bed marker shall be installed for anode bed. If anode bed is installed in Paved area, 2Nos. 100mm dia hard PVC Pipe of Length 500mm each shall be cast with concrete so that top end of PVC Pipe is flushed with finished level of concrete. After lowering of the anode, the lead cable shall be terminated at the designated AJB terminal with identification of the ground bed No. The ground bed resistance shall be measured and it shall be less than 01 ohm. If the ground bed resistance is more than the 01 ohm, necessary rectification shall be done by the contractor by water treatment and addition of more backfill material to bring down the resistance to less than 01 ohm..

Remote shallow vertical ground bed: The remote shallow vertical ground bed shall consist of 12 nos of shallow, distributed, vertical, canistered anodes at an interval of 3 to 5 M centre to centre. The top of the canistered anode shall be 2.0 M from the grade level. The canistered anode shall have overall dimension of 200 mm dia x 1500 mm long. The canistered anode bed to be lowered inside the drilled hole. The depth of the drilling bore shall be 3.5M. During drilling of bore hole, contractor shall take necessary measures to avoid collapse of the bore hole as no casing pipe shall be utilized for ground bed. The inactive depth of ground bed shall be filled with coarse gravel or pebbles. During backfilling of the anode bed the natural backfill to be mixed with water thoroughly to form slurry and proper compaction to be done to ensure effective contact of soil with anode bed. At a depth of 1.5 M from grade level, above anode bed, a 1” thick layer of gypsum of be spread. The anode bed No. marker shall be installed for anode bed. If anode bed is installed in paved area, one No. 100 mm dia hard PVC Pipe is flushed with finished level of concrete.

Before lowering of the canistered anode, lead cable shall be tested for holidays. After lowering of the anode, the lead cable shall be terminated at the designated AJB terminal with identification of the ground bed No. After laying of the anode bed, the ground bed resistance shall be measured by the contractor and the resistance of the ground bed shall be lower than 01 ohm. Necessary remedial measures shall be taken by the contractor to bring down the resistance, if the ground bed resistance is more than 01 ohm.

Important:

I. During lowering of Canistered anodes, under no circumstances anodes shall be handled by Lead cable. II. While selecting ground bed location, contractor to ensure that the selected location is free form foreign underground structures. If presence of some structure is observed, then the selected location needs to be relocated.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 50 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

III. Horizontal / vertical configuration shall be decided upon the soil Resistivity of soil measured during soil Resistivity survey.

The scope of work also includes the supply and installation of new ALJB including construction of foundation, supply of required number of shunts, brass links, terminal sheet, brass bus bar, variable resistances, cable identification and termination and is excluding the cable supply and laying. Supply of cables and their laying shall be paid as per the separate items as per clause no 13 and 14 of the scope of work.

590. Design of Anode Ground Bed : Contractor shall design anode ground bed using Wenner 4 pin method for resistivity measurement. The resistivity measurement shall be made for the depth of anode bed. In case of vertical distributed, resistivity measurement shall be at two depths 2 mtrs & 4 mtrs. All required manpower, instruments, tools & tackles, consumables, transportation etc shall be in contractor’s scope. Contractor shall prepare the survey data in tabulated form for verification by site in charge. Design of anode ground bed shall be submitted to EIC for approval before acceptance.

600. Repair & Rectification of TR Unit and CPPSM: To carry out breakdown maintenance of cathodic protection equipments like TR units, CPPSM installed in various locations for gas pipelines in Noida Region.

EIC will issue instructions / orders for breakdown maintenance to be carried out. Immediately upon receiving such orders, the contractor shall make necessary arrangements and submit schedules thereof in line with the time frame given by the EIC. The scope of work includes tracing out the fault in the system, carrying out necessary repair and rectification, supply of component level spares for repairing the cards and making the unit operational in all respect. The contractor should attend the break down call with in 24 Hrs. Breakdown maintenance will be carried out by the contractor under the guidelines and instructions of the EIC and as per drawing and manual.

610. Supply & Installation of Surge Diverters: Supply & Installation of Surge Diverter: Surge diverter of suitable specifications shall be utilized in non-vandal proof areas for passage of induced voltage on the pipeline in the vicinity of AC transmission lines to earth during normal as well as fault conditions. Surge diverter shall maintain the isolation between Zn anode and pipeline so that CP current shall not be consumed by Zn anode. It shall be installed in test station box. The surge diverter shall be suitable for existing test station whose dimension is 8”x8”6”. The contractor should offer a suitable surge diverter in consultation with manufacturer upto fault current of 5KA and more. Contractor to supply necessary material required for making connection arrangement between surge diverter and Zn anode in test station as per requirements of surge diverter manufacturer. Make: Dehn/phoenix/ equivalent reputed make.

Bidder to furnish following information as applicable.

- Non-linear resistor - Rated voltage - Flow current - Normal discharge current - Discharge current - Power frequency spark – over voltage - Impulse spark-over - Residual voltage - Rated current. - Routine and specific tests carried on surge diverter. - Max allowable AC and DC voltage. - Protective level at 100 A(8/20 uS)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 51 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

- Single short surge withstand capacity (8/20 uS) - Energy (Single short) and turn on voltage.

The requirements of surge diverters are:

- Over voltages on pipeline causing shock hazards shall be diverted to earth. - The discharge current should not damage the surge diverter. - Normal condition should be restored soon after the surge has been diverted.

Bidder to furnish makes technical details, literature, brochures, and specifications of surge diverter. Bidder to submit specifications, make, test procedure etc. for approval of owner before commencement of manufacturing.

620. Supply & installation of explosion proof spark gap arrestors : Supply & installation of explosion proof spark gap arrestors of DEHN ExSG4/equivalent make across insulating joints at SV / IP/ terminals including required cable (25sqmm,CU), lugs, nuts & bolts, labor, tools & tackles, and sundry consumables.

630. Supply & Installation of Polarization Cell: Polarization cell shall be utilized in vandal proof areas for passage of induced voltage on the pipeline in the vicinity of AC transmission lines to earth during normal as well as fault conditions. It shall maintain the isolation between Zn anode and pipeline so that CP current shall not be consumed by Zn anode. Polarization cell shall be installed in vandal proof areas in a IP-55 enclosure. Contractor to supply Polarization Cell with enclosure and necessary material required for making connection arrangement between polarization cell and Zn anode inside enclosure as per requirements of polarization cell manufacturer.

DC threshold voltage: 1.7 V Electrolyte: Saturated KOH solution. Max. AC fault current carrying capacity at full saturated KOH level: 5KA Pair of plates; Nickel / stainless steel No of plates in each pair: Bidder to furnish. Steady state AC current carrying capacity: 10A Housing: IP-55 enclosure of adequate size. Make: Rustrol / Kirk cell. Leakage current in mA: Bidder to furnish. Operation and maintenance manual to be furnished along with delivery. Bidder to furnish make, technical details, literature, brochures on polarization cell.

640. Supply of portable Cu-CuSO4 Half-cell : Supply of portable Cu-CuSO4 Half-cell for measuring of PSP (Pipe to Soil Potential) of Pipeline, make Tinker & Rasor, Borin, MC Miller, Caproco.

650. As per SOR

660. Supply & replacement of solid state polarization cell : Supply & replacement of solid state polarization cell : (Dairy land or equivalent) in the existing system in case of damaged as per NACE/VDE specification for protection of up to 66 / 132 KV / HV / EHV power line crossing including backfilling cabling termination.

670 - 740. Supply of Mandatory spares of Kriston System TR/CPPSM Unit as per SOR

750 - 810. Supply of Mandatory spares of Raychem System TR / CPPSM Unit as per SOR

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 52 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

820. Earth pit chamber MS Cover – Providing earth pit chamber MS cover, duly fabricated and painted with earth pit nomenclature on the cover. Earth pit MS cover must fit the earth pit where it is to be placed. All required material and fitting at the site is in the scope of the contractor.

830. Hiring charges of Engineer: Hiring charges for Engineer for onsite work supervision & work execution, CP system study in the whole pipeline jurisdiction under NCR (O&M). Engineer must be minimum Degree holder in Engineering / Technology in Electrical / Mechanical / Chemical Engineer / Corrosion Engineer having at-least CP Level -2 qualification from NACE. EIC may ask the required education qualification. Contactor shall be responsible for boarding, lodging etc.

840. Providing services for Collection of CP Related Data: Providing services for Collection of CP Related Data from all the SV/RR/Terminal on day to day basis and compilation and preparation of the reports in the office by a technically qualified person, having minimum educational qualification as Diploma in Engineering / Graduate in Science, having knowledge of computer operations and MS office, Excel and other office tools.

SCOPE OF SUPPLY OF MATERIAL

1.0 Owner’s scope of supply No material will be supplied by GAIL.

2.0 Contractor’s scope of supply: - All material except what is under owner’s scope of supply as mentioned in above and required for successful completion of works in all respects shall be supplied by the contractor and the cost of such supply shall be deemed to have been included in the quoted lump sum price without any liability on the part of the owner.

3.0 All other materials not specifically listed herein, but required for the execution of the Work will be in the scope of the contractor.

MAKE OF MATERIALS The materials to be supplied by the contractor shall confirm to relevant IS/NACE/ASME/ANSI/IEC specifications or any other specifications in force from time to time. The prior approval of samples of material shall be taken from the EIC before using the same at site. All equipment and materials to be supplied or used under this contract shall be from approved vendors. 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 are furnished to the owner to assess the makes proposed by the contractor as equivalent and acceptable.

Wherever any item is to be imported, the contractor has to make his own arrangement for importing the material. GAIL will not issue essentiality certificate for importing the items.

Where the makes of materials are not indicated in the tender document, contractor shall furnish details of proposed makes and supply the same after written approval of owner.

List of drawings

1. Route map for NCR P/Ls Drg No. Noida/Gas-O&M/001 2. Test station with foundation details Drg No. 7-51-0604

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 53 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

3. Test station fabrication & foundation Drg No. 4611-D-03 4. Test Station connection scheme Drg No.7-51-0605 (3sheets) 5. Reference cell installation drawing. Drg No 36980300111 6. Prepacked Magnesium anode Drg No. 7-51-0602 7. Schematic layout Magnesium block anode Drg No. 4611-D-11 8. Cable laying details. Drg No. 7-06-209 9. Marker post details Drg No. 7-06-215 10. Grounding cell Installation arrangement Drg No. 4611-D-05 11. Schematic wiring scheme for CP system Drg No. 4611-D-07 12. Typical installation details of Shallow vertical ground bed Drg No. 4611-D-08 A 13. Typical installation details of Shallow horizontal ground bed Drg No. 4611-D-08 B 14. Installation details for AC mitigation Measures near transmission lines. Drg No. 4611-D-10 15. Test Station Details

JOB ORDER:

Job order shall be given by EIC to the contractor in the following format. However, any other format, amended by EIC shall be final and deemed accepted to the contractor.

GAIL (India) Limited GAS O&M, NCR

JOB CARD

Base Station: P/L Section:

Name of the work: Annual Rate Contract for CP System Maintenance along Gas Pipelines in NCR.

Work order No.

S. No SOR. Item Quantity Location & P/L Date of Quantity Date of Sign of No to be Chainage intimation Executed completion GAIL Rep executed

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 54 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

NAME: DESIGNATION:

SECTION-V HEALTH, SAFETY ENVIRONMENT [HSE] SPECIFICATIONS

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 55 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

HEALTH, SAFETY AND ENVIRONMENT [HSE] SPECIFICATIONS

1.0 SCOPE These specifications establish the 'Health, Safety and Environment [HSE] Management' requirement to be complied with by the Contractors during executing their Job. Requirements stipulated in these specifications shall supplement the requirements of 'HSE Management' given in relevant act(s) / legislation(s).

2.0 REQUIREMENTS OF 'HEALTH, SAFETY AND ENVIRONMENT [HSE] MANAGEMENT SYSTEM' TO BE COMPLIED BY BIDDERS 2.1 Preferably, the Contract should have a documented 'HSE Policy' to cover commitment of their organization to ensure health, safety and environment aspects in their line of operations. 2.2 The Contractor shall ensure that the GAIL's 'Health, Safety and Environment [HSE]' requirements are clearly understood and faithfully implemented at all level, at sites. 2.3 Contractor shall promote & develop consciousness for health, safety & environment among all personnel working for the Contractor. Regular work-site meetings shall be arranged on 'HSE' activities to cover hazards involved in various operations during executing their jobs, location of First Aid Box, trained personnel to give First Aid, Assembly Points, standby Ambulance or vehicle and fire protection measures such as fire hydrant, water and fire extinguishers, etc. 2.4 Non-conformance of 'HSE' by Contractor [including his sub-Contractors] as brought out during review/audit by GAIL / external agency authorized by GAIL, shall be complied by Contractor and its report to be submitted to GAIL. 2.5 Contractor shall adhere consistently to all provisions of 'HSE' requirements. In case of non-compliance of continuous failure in implementation of any of the 'HSE' provisions, GAIL may impose stoppage of work and a suitable penalty for non- compliance. The decision of imposing work-stoppage, its extent & monetary penalty shall rest with GAIL. 2.6 All fatal accidents and other personnel accidents shall be investigated for root cause by GAIL and Contractor shall extend all necessary help and cooperation in this regard. Recommend corrective and preventive actions of findings will be communicated to Contractor for taking suitable actions should be taken by the Contractors to avoid recurrence of such incidences. 2.7 Contractor shall ensure that all their staffs and workers, including their sub-Contractor(s), shall wear 'Personal Protective Equipments [PPEs]' such as safety helmets, safety shoes, safety belts, protective goggles, gloves, etc., as per job requirements. All these gadgets shall conform to relevant IS specifications or equivalent. 2.8 Contractor shall assign competent & qualified personnel for carrying out various tasks/jobs as per requirement. 2.9 All equipments should be tested and certified for its capacity before use. 2.10 Contractor shall ensure storage and utilization methodology of materials that are not detrimental to the environment. Where required, Contractor shall ensure that only the environment-friendly materials are used. 2.11 All persons deployed at site shall be knowledgeable of and comply with the environmental laws, rules and regulations relating to the hazardous material substances and waste. Contractor shall not dump release or otherwise discharge of dispose off any such materials without the express authorization of GAIL. 2.12 Contractor should obtain all work permits before start of activities [as applicable] like hot work, confined space, work at heights, storage of chemicals/explosive materials and its use & implement all precautions mentioned therein. 2.13 Contractor should display at site office and work locations caution boards, provide posters, banners for safe working to promote safety consciousness, etc. 2.14 Contractor should carryout audits/inspections/supervisions at the sub-Contractor's works and submit the reports for review by GAIL.

3.0 RELEVANT CODES FOR 'PERSONAL PROTECTION EQUIPMENTS' IS: 2925 - 1984 Industrial Safety Helmets IS: 47701 - 1968 Rubber Gloves for Electrical Purpose IS: 6994 - 1973 [Part-I] Industrial Safety Gloves [Leather & Cotton Gloves] IS: 1989 - 1986 [Part-II] Leather Safety Boots & Shoes IS: 5557 - 1969 Industrial & Safety Rubber Knee Boots IS: 6519 - 1971 Code of Practice for Selections, Care & Repair of Safety Footwear IS: 11226 - 1985 Leather Safety Footwear Having Direct Molding Sole IS: 5983 - 1978 Eye Protectors IS: 9167 - 1979 Ear Protectors IS: 3521 - 1983 Industrial Safety Belts & Harnesses

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 56 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

SECTION-VI FORMS & FORMATS

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 57 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

(ON THE LETTER HEAD) FORMAT-A

FORMAT FOR CERTIFICATION FROM STATUTORY AUDITOR/ CHARTERED ACCOUNTANT (FOR OWNERSHIP/ POSSESSION OF VEHICLES/EQUIPMENT)

Based on the books of accounts and other published information authenticated by ………………. (name of the bidder), this is to certify that ………..(name of the bidder) located at ……………….… (address) owns the title/possess (strike out whichever is not applicable) the equipment as per enclosed list.

Further, M/s. ……………………..……..(name of the bidder) have been undertaking …………….services /operations (name of the services) since ………...(mention the number of years in operation).

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Date: Name: Designation: Seal: Membership no.

Note: (i) List of equipments owned by the bidder to be enclosed along with certificate must indicate capacity/make/model etc. further the list should also be signed by the statutory Auditor/ Chartered Accountant who is issuing the above certificate. (ii) Bidder whose accounts are not audited by auditors as per law/jurisdiction, certification from a Chartered Accountant to be submitted.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 58 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

(COVERING LETTER ON LETTER HEAD) Date: To,

Sub: Certificate regarding …………………. Dear Sir,

We ………………….. (Name of the Statutory Auditor / Chartered Accountant) are the Statutory Auditor / Chartered Accountant of M/s. …………. (Name of bidder).

We hereby confirm that we have issued the following certificate: 1. 2. 3.

Thanking You,

(Signature) Place: Name of authorized Signatory Date: Membership no.:

Encl.: As Above

Note:

Bidder whose accounts are not audited by auditors as per Law/Jurisdiction, certification from a Chartered Accountant to be submitted.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 59 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

FORMAT-C (Page 1 of 2)

FORMAT FOR CERTIFICATION FROM CHARTERED ACCOUNTANT FOR DETAILS OF SIMILAR SERVICES IN PAST SEVEN YEARS (Applicable for cases where bidder’s account are not audited by Statutory Auditor as per Law/ Jurisdiction)

Name of the Work Name, address and contact details of Client Work Order no. Scope of work of bidder Date of commencement of the project/work Date of completion of the project/work Total executed value from the project/work (Specify currency and amount)

(i) Copies of Letter of awards/ Order/Work Orders and completion certificate to be enclosed.

(ii) The services/work completed earlier than seven years (reckoned from the final bid submission due date) need not be indicated here. (iii) The list of Work/Services, not of similar nature need not be indicated here. Failure to comply aforementioned instructions may lead to rejection of bid.

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 60 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

FORMAT-C (Page 2 of 2)

FORMAT FOR CERTIFICATION BY CHARTERED ACCOUNTANT Certificate from the Chartered Accountant regarding Works/Services

Based on its books of accounts and other published information authenticated by it, this is to certify that LOA/ WO No. ………………………………………………. dated…………….…….was awarded to ……………………………….…...(name of the Bidder) by ………………..…………………. (Name of Client) to execute ……………………………. (name of Works/ Services). The Works/ Services commenced on ……………….. (date) and was/ is likely to be completed on ………………………. (date, if any). It is certified that the total value of contract/ order executed by …………………… (name of bidder) was …………………………….. (Specify Currency and amount) and executed value was ………………………….. (Specify Currency and amount).

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Date: Name: Designation: Seal: Membership no.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 61 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

FORMAT-D (Page 1 of 2)

FORMAT FOR CERTIFICATE FROM STATUTORY AUDITOR FOR DETAILS OF SIMILAR WORKS/ SERVICES DONE DURING PAST SEVEN YEARS (Applicable in all case where bidder’s accounts are audited by Statutory Auditor) S. Description of LOA/PO/WO Full Postal Value of Date of Scheduled Date of Reasons for No. Goods/ Works/ No. and date Address and Contract/ Commencem Completion Actual delay in Services phone nos. of Order ent of Works/ Time Completi execution, if client. Name (Specify Services (Months), on any designation and Currency Delivery address of Amount) Schedule Engineer/ Officer- in-Charge (1) (2) (3) (4) (5) (6) (7) (8) (9) Pl refer instruction

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

Instructions: 1. Copies of Letter of awards/ Order/ Work Orders and completion certificate to be enclosed. 2. The Work/ Services completed earlier than seven years need not be indicated here. 3. The list of Work/ Services, not of similar nature need not be indicated here. Failing to comply aforementioned instructions may lead to rejection of bid. 4. Bidders are expected to provide details in respect of each Order in this Annex. The orders cited must comply with the Bid Evaluation criteria specified in Tender Document. Details provided in this section is intended to serve as a backup for information provided in Offer/ Quotation. Bidder should also refer to the instructions below. 5. A separate sheet should be filled for each LOA/ Work Order/ Purchase Order. 6. Certificate from the Bidder’s statutory auditors must be furnished in the format below for LOA/ Work Order mentioned above (separately for each order). 7. It may be noted that in the absence above certificates, the details would be considered inadequate and could lead to the bid being considered ineligible for further evaluation.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 62 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

FORMAT-D (Page 2 of 2)

Certificate from the Statutory Auditor regarding Works/ Services

Based on its books of accounts and other published information authenticated by it, this is to certify that LOA / WO No………………… dated ………. Was awarded to (name of the bidder) by ….. (name of client) to execute………(name of Work/Service). The works/ services commenced on …. (date) and was/is likely to be completed on …………(date, if any). It is certified that the total value of contract/order executed by ………. (name of the bidder) was …………(specify currency and amount) and executed value was …………….(specify currency and amount).

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Date: Name: Designation: Seal: Membership no.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 63 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

FORMAT-E

FORMAT FOR STATUTORY AUDITOR’S / CHARTERED ACCOUNTANT CERTIFICATE FOR FINANCIAL CAPABILITY OF THE BIDDER (For Works/Services)

We have verified the Annual Accounts and other relevant records of M/s. ……(Name of the bidder) and certify the following

A. ANNUAL TURNOVER OF LAST 3 YEARS: Year Amount (currency) Year 1: Year 2: Year 3:

B. FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR: Description Year ______Amount (Currency) 1. Current Assets 2. Current Liabilities 3. Working Capital (Current Assets-Current Liabilities) 4. Net Worth (Paid up share capital and Free Reserves & Surplus)

Name of Audit Firm/: [Signature of Authorized Signatory] Chartered Accountant Date: Name: Designation: Seal: Membership no. Instructions: 1. The financial year would be the same as one normally followed by the bidder for its Annual Report. 2. 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. 3. For the purpose of this tender, (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 and Free Reserves & Surplus” 4. Bidder whose accounts are not audited by auditors as per law/jurisdiction, certification from a Chartered Accountant to be submitted.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 64 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-1 BIDDER'S GENERAL INFORMATION

To GAIL (INDIA) LIMITED NCR GAS O&M, B 35 & 36 , Sector 1 , Noida

1. Name of Bidder / Firm ______

2. Status of Firm Proprietorship Firm / Partnership Firm [Mark √]

3. Number of Years in Operation ______

4. Registered Address ______

______

______

5. Operational Address [if different from above] ______

______

______

6. Telephone Number ______[Area Code] [Number]

7. E-mail ID & Website ______

8. Tele-fax Number ______[Area Code] [Number]

9. ISO Certification [If Any] [If 'Yes', Please Furnish Details]:

10. PERMANENT ACCOUNT NUMBER [PAN] ______[Enclose Copy of 'PAN']

11. TIN / CST / VAT ______[Enclose Copy of ‘Registration’ for TIN / CST / VAT]

12. SERVICE TAX NUMBER ______[Enclose Copy of 'Service Tax Registration Certificate']

13. RATE OF ‘SERVICE TAX’ APPLICABLE [%] ______ON QUOTED VALUE FOR ABOVE TENDER

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 65 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-2 BID FORM

To GAIL (INDIA) LIMITED NCR GAS-O&M

Dear Sir,

After examining / reviewing the Bidding Documents for contract for ARC for CP Maintenance of Pipelines under NCR Gas O&M including "Specifications & Scope of Work", "General Conditions of Contract [GCC]", "Special Conditions of Contract [SCC]" and "Schedule of Rates [SOR]", etc. the receipt of which is hereby duly acknowledged, we, the undersigned, pleased to offer to execute the whole part of the work and in conformity with the said Bid Documents, including Addenda / Corrigenda Nos. ______.

We confirm that this Bid is valid for a period of "four [04] months" from the date of opening of "Techno-Commercial / Un- priced Bid", and it shall remain binding upon us and may be accepted by any time before the expiry of that period.

If our Bid is accepted, we will provide the "Contract Performance Security / Security Deposit" equal to "10% [ten per cent] of the Contract Price" or as mentioned in Tender Document for the due performance within "fifteen [15] days" of such Award.

Until a final Agreement is prepared and executed, the Bid together with your written acceptance thereof in your "Notification of Award" shall constitute a binding Agreement between us.

We understand that Bid Document is not exhaustive and any action and activity not mentioned in Bid Documents but may be inferred to be included to meet the intend of the Bid Documents shall be deemed to be mentioned in Bid Documents unless otherwise specifically excluded and we confirm to perform for fulfillment of "Agreement" and completeness of the Work in all respects within the time frame and agreed price.

We understand that you are not bound to accept the lowest priced or any Bid that you may receive.

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

Duly authorized to sign Bid for and on behalf of ______

[Signature of Witness] Name of Witness: Address:

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 66 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-3 LIST OF ENCLOSURES

To GAIL (INDIA) LIMITED NCR GAS O&M

Dear Sir,

We are enclosing the following documents as part of the Bid:

1. Proof of documents to substantiate "Bid Evaluation Criteria [BEC]" ii. "Health Safety and Environment [HSE] Policy" and "HSE Manual" iii. Copy of Bidding Documents alongwith "Addenda / Corrigenda" Nos. …………………., duly signed and stamped on each page, in token of confirmation that Bid Documents are considered in full while preparing the Bid and in case of Award, Work will be executed in accordance with the provisions detailed in Bid Documents. iv. INTEGRITY PACT

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 67 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-3A ANNUAL TURNOVER

[EACH BIDDER MUST FILL IN THIS FORM]

ANNUAL TURNOVER DATA FOR THE LAST 3 YEARS

Year Currency Amount

1. The information supplied should be the Annual Turnover of the bidder

2. A brief note should be appended describing thereby details of turnover as per audited results.

3. Copy of Audited Financial statement/ “Turnover Certificate", duly certified by a registered 'Chartered Accountant' should be enclosed.

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 68 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-3B FINANCIAL SITUATION

[EACH BIDDER MUST FILL IN THIS FORM]

TENDER NO. : BIDDER’S NAME:

FINANCIAL DATA FOR LAST AUDITED FINANCIAL YEAR.

DESCRIPTION AMOUNT (CURRENCY)

1. Current Assets 2. Current Liability 3. Working Capital (1-2) 4. Net Worth Owner funds (paid up share capital and free reserves & Surplus)

1. Attached are copies of the audited balance sheets, including all related notes, and income statement for the last audited financial year, as indicated above, complying with the following conditions:- • All such documents reflect the financial situation of the bidder. • Historic financial statements must be audited by certificate accountant. • Historic financial statements must be completed, including all notes to be financial statements. • Historic financial statements must correspond to accounting periods already and audited (no statement for partial periods shall be accepted).

SEAL AND SIGNATURE OF THE BIDDER

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 69 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-4

PROFORMA OF "BANK GUARANTEE" FOR "EARNEST MONEY / BID SECURITY" (To be stamped in accordance with the Stamp Act)

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

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

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

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

This guarantee shall be irrevocable and shall remain valid up to ______[this date should be six (06) months after the date finally set out for closing of tender]. If any further extension of this guarantee is required, the same shall be extended to such required period on receiving instructions from M/s. ______whose behalf this guarantee is issued.

In witness whereof the Bank, through its authorized officer, has set its hand and stamp on this ______day of ______200 __ at ______.

WITNESS:

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

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 70 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-5 LETTER OF AUTHORITY

[Pro forma for Letter of Authority for Attending Subsequent 'Negotiations' / 'Pre-tendering Conferences' /'Un-priced Bid Opening' / 'Price Bid Opening']

Ref: Date:

To GAIL (INDIA) LIMITED NCR GAS O&M

Dear Sir,

I/We, ______hereby authorize the following representative(s) for attending any 'Negotiations' / 'Conferences [Pre-tendering Conference]', 'Un-priced Bid Opening', 'Price Bid Opening' and for any subsequent correspondence / communication against the above Bidding Documents:

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

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

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

Yours faithfully,

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.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 71 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-6 "NO DEVIATION" CONFIRMATION

To GAIL (INDIA) LIMITED NCR GAS O&M

Dear Sir,

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

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 72 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-6A DECLARATION

To GAIL (INDIA) LIMITED NCR GAS O&M

Dear Sir,

We hereby confirm that we are not under any 'liquidation', any 'court receivership' or similar proceedings and 'bankruptcy'.

We further confirm that, we have not been blacklisted or kept under holiday by any Public Sector Undertaking / Government Organization / GAIL (India) Limited.

We agree that if any noticed in future, our Bid may be rejected / terminated.

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 73 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-7 CERTIFICATE

To GAIL (INDIA) LIMITED NCR GAS O&M

Dear Sir,

If we become a successful Bidder and pursuant to the provisions of the Bidding Documents, award is given to us for ARC for CP Maintenance of Pipelines under NCR Gas O&M the following Certificate shall be automatically enforceable:

"We agree and acknowledge that the Employer is entering into the Agreement solely on its own behalf and not on behalf of any other person or entity. In particular, it is expressly understood & agreed that the Government of India is not a party to the Agreement and has no liabilities, obligations or rights there under. It is expressly understood and agreed that the Employer is authorized to enter into Agreement, solely on its own behalf under the applicable laws of India. We expressly agree, acknowledge and understand that the Employer is not an agent, representative or delegate of the Government of India. It is further understood and agreed that the Government of India is not and shall not be liable for any acts, omissions, commissions, breaches or other wrongs arising out of the Agreement. Accordingly, we hereby expressly waive, release and forego any and all actions or claims, including cross claims, VIP claims or counter claims against the Government of India arising out of the Agreement and covenants not to sue to Government of India as to any manner, claim, cause of action or things whatsoever arising of or under the Agreement."

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 74 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-8 PROFORMA OF "BANK GUARANTEES" FOR "CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" (ON NON-JUDICIAL STAMP PAPER OF APPROPRIATE VALUE) To, M/s GAIL (INDIA) LIMITED NCR GAS O&M

Dear Sir(s),

M/s.______have been awarded the work of______vide LOA No. ______or GAIL (India) Limited, 16, Bhikaiji Cama Place, R.K. Puram, New Delhi.

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

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

1. We ______hereby undertake and agree with you that if default shall be made by M/s.______in performing any of the terms and conditions of the tender or in payment of any money payable to GAIL (INDIA) LIMITED we shall on demand pay without any recourse to the contractor to you in such manner as you may direct the said amount of Rupees______only or such portion thereof not exceeding the said sum as you may from time to time require.

2. You will have the full liberty without reference to us and without affecting this guarantee, postpone for any time or from time to time the exercise of any of the powers and rights conferred on you under the contract with the said______and to enforce or to forbear from endorsing any powers or rights or by reason of time being given to the said______which under law relating to the sureties would but for provision have the effect of releasing us.

3. Your right to recover the said sum of Rs.______(Rupees______) from us in manner aforesaid will not be affected or suspended by reason of the fact that any dispute or disputes have been raised by the said M/s.______and/or that any dispute or disputes are pending before any officer, tribunal or court.

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

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

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

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

Yours faithfully, Bank by its Constituted Attorney

Signature of a person duly Authorized to sign on behalf of the Bank INSTRUCTIONS FOR FURNISHING "CONTRACT PERFORMANCE SECURITY / SECURITY DEPOSIT" BY "BANK GUARANTEE"

1. The Bank Guarantee by successful Bidder(s) will be given on non-judicial stamp paper as per 'stamp duty' applicable. The non-judicial stamp paper should be in name of the issuing bank. In case of foreign bank, the said Bank Guarantee to be issued by its correspondent bank in India on requisite non-judicial stamp paper and place of Bid to be considered as Delhi. The same should be kept valid in accordance with "ITB: Clause-39". 2. The Bank Guarantee by Bidders will be given from bank as specified in "ITB". 3. A letter from the issuing bank of the requisite Bank Guarantee confirming that said Bank Guarantee and all future communication relating to the Bank Guarantee shall be forwarded to Employer. 4. If a Bank Guarantee is issued by a commercial bank, then a letter to Employer and copy to Consultant 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.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 75 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-9 FORM FOR "TERMS & CONDITIONS" [PLEASE SUBMIT THIS FORMAT ALONGWITH THE OFFER/BID FOR ITS DETAILED EVALUATION]

S/N DESCRIPTION DETAILS/CONFIRMATIONS 1 FOLLOWING DOCUMENTS ARE SUBMITTED TO SUBSTANTIATE "BEC": BEC-A

TO BEC-D 2 "CONFIRMATION" TO TERMS & CONDITIONS: 1 FIRM PRICE 2 EARNEST MONEY / BID SECURITY 3 SCOPE OF WORK 4 SPECIAL CONDITIONS OF CONTRACT 5 GENERAL CONDITIONS OF CONTRACT 6 SCHEDULE OF RATES/PRICE SCHEDULE / PRICE BASIS 7 DURATION / PERIOD OF CONTRACT [CONFIRMED ALL TERMS & CONDITIONS AS PER 8 PERIOD OF VALIDITY OF BID RFQ & TENDER DOCUMENT] 9 PRICE REDUCTION SCHEDULE [PRS] 10 CONTRACT PERFORMANCE SECURITY / [TO BE CONFIRMED BY THE BIDDER] SECURITY DEPOSIT 11 GUARANTEE / DEFECT LIABILITY PERIOD 12 ARBITRATION / JURISDICTION OF COURT 13 FORCE MAJEURES 14 DOCUMENTARY EVIDENCE TO SUBSTANTIATE “BID EVALUATION CRITERIA [BEC]’ 15 INTEGRITY PACT

NOTE: UFURTHER, IT IS ONCE AGAIN REMINDED NOT TO MENTION ANY CONDITION IN THE BID WHICH IS CONTRADICTORY TO THE TERMS AND CONDITIONS OF “RFQ & TENDER DOCUMENT” 3 CONTACT DETAILS OF BIDDER: DETAILED POSTAL ADDRESS CONTACT PERSON PHONE NO. FAX NO. E-MAIL MOBILE / CELL NO. 4 E-BANKING ACCOUNT DETAILS: Name of Bank: Account No: Branch Code: OR WE CONFIRM THAT PAYMENTS SHALL BE RECEIVED BY "E-BANKING" MODE, IN CASE OF RECEIPT OF ORDER FROM GAIL. 5 DETAILS OF "EMD/BID SECURITY" SUBMITTED NOTE: PLEASE SUBMIT THIS "FORM" DULY FILLED ALONGWITH THE OFFER/BID

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 76 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-10

FORMAT FOR "REGRET LETTER"

[TO BE SUBMITTED ON THE LETTERHEAD OF THE FIRM / BIDDER, IN CASE OF NON-SUBMISSION OF OFFER / BID]

Ref: Dated:

To GAIL (INDIA) LIMITED NCR GAS O&M

SUB: REGRET LETTER

Dear Sir,

With reference to subject Tender, we are unable to quote due to the reason mentioned below:

1) The 'Service' does not fall in our 'Servicing' range

2) We do not meet "Bid Evaluation Criteria [BEC]" as specified in Tender

3) We cannot meet the 'scope of work' as specified in Tender

4) Capacity Constraint

5) Any other reason [please specify]

Yours faithfully,

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 77 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

Format F-11

‘PROFORMA’ FOR CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM ENTERPRISES DEVELOPMENT ACT, 2006 [MSMED ACT 2006)”

REF:

You may aware that “Micro, Small and Medium Enterprises Development Act 2006” (‘MSMED’) has been come into force w.e.f. 2nd October 2006, which has repealed the provisions of the old Act regarding Small Scale Industrial undertakings.

2. As per the MSMED Act, Enterprises engaged in the manufacture / production of goods or rendering / providing of services are to be classified into Micro, Small and Medium enterprises based on the investment in plant and machinery/equipment.

3. Such Enterprises are required to file a memorandum in the prescribed form to the appropriate authority as mentioned in the MSMED Act.

4. The term Enterprises stated in the above paragraph includes Proprietorship, Hindu undivided family, Association of persons, Cooperative Society, Partnership firms, undertaking or any other legal entity.

5. For your ready reference, the definitions of Micro, Small and Medium enterprises are given below: Classification of enterprises engaged in: (a) Manufacture or production of goods pertaining to any industry specified in the First Schedule to the Industries (Development and Regulation) Act 1951 as: Nature of Enterprise Investment in Plant & Machinery (#) Micro Does not exceed Rs. 25 Lacs Small More than Rs. 25 Lacs but does not exceed Rs. 5 Crores Medium More than Rs. 5 Crores but does not exceed Rs. 10 Crores

(b) Providing or rendering services: Nature of Enterprise Investment in Equipment Micro Does not exceed Rs. 10 Lacs Small More than Rs. 10 Lacs but does not exceed Rs. 2 Crores Medium More than Rs. 2 Crores but does not exceed Rs. 5 Crores

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

6. You are therefore requested to fill the “Format” [proforma attached] and submit the same along with proof of valid document/ certificate [indicating registration no.] in your offer. In case same is not submitted along with your offer, it will be presumed that your organization is not a micro, small or medium enterprises as per the provisions of MSMED Act 2006 and consequently you will not be eligible to the benefits admissible under the MSMED Act 2006.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 78 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 79 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

Format - 11 (A) CONFIRMATION ON APPLICABILITY OF “MICRO, SMALL AND MEDIUM ENTERPRISES DEVELOPMENT ACT, 2006 (MSMED ACT 2006)

1. We confirm that provisions of “Micro, Small and Medium Enterprises Development Act 2006” (‘MSMED’) are applicable to us and our organization falls under the definition of:

a. Micro Enterprise - [ ]

b. Small Enterprise - [ ]

c. Medium Enterprise - [ ] (Please put a tick in the appropriate box)

2. Copy of proof of valid document/ certificate [indicating registration no.] of being a Micro/ Small/ Medium Enterprises is enclosed.

Place: Signature of Authorised Signatory Date: Name: Designation: Seal:

Note: In case above Format along with proof of valid document/ certificate [indicating registration no.] is not submitted in offer, it will be presumed that your organization is not a micro, small or medium enterprises as per the provisions of MSMED Act 2006 and consequently you will not be eligible to the benefits admissible under the MSMED Act 2006.

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 80 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-12 FORMAT FOR "e-BANKING"

Sub: E-payment to ‘Vendors/Contractors/Customers’

Real Time Gross Settlement (RTGS)/ National Electronic funds transfer (NEFT) Mandate Form

( To be issued on vendors letter head )

1. Vendor/customer Name : 2. Vendor/customer Code 3. Vendor /customer Address: 4. Vendor/customer e-mail id 5. Particulars of bank account a) Name of Bank b) Name of branch c) Branch code: d) Address: e) Telephone number: f) Type of account (current/saving etc) g) Account Number: h) RTGS IFSC code of the bank branch i) NEFT IFSC code of the bank branch j) 9 digit MICR code

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

(Signature of vendor/customer)

BANK CERTIFICATE

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

Bank stamp

Date (Signature of authorized officer of bank)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 81 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-13

.

ACKNOWLEDGEMENT CUM CONSENT LETTER

(On receipt of tender document/information regarding the tender, Bidder shall acknowledge the receipt and confirm his intention to bid or reason for non-participation against the enquiry /tender through e-mail/fax to concerned executive in GAIL issued the tender, by filling up the Format) To, ………………………(C&P) GAIL (India) Ltd. …………

E-mail : [email protected] Fax : ……………………………………..

Sub. TENDER NO. ……………………………….. DATED………………. FOR…………………………. (NAME OF ITEMS/JOB)

Dear Sir, We hereby acknowledge receipt of a complete set of bidding document along with enclosures for subject item/job and/or the information regarding the subject tender.

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

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

We are unable to bid for the reason given below: Reasons for non-submission of bid:

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

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 82 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

Format F-14 FORM FOR "INTEGRITY PACT"

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 83 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 84 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 85 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 86 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 87 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 88 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 89 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-15

CHECKLIST FOR BIDDER

1. Signed and stamped on all the pages of contract document. Yes/ No

2. Completion certificate along with work order As per RFQ Yes/ No (in any of the preceding three year) .

1. Document regarding turnover, value as per RFQ Yes/ No (in any of the preceding three year)

2. Copy of PF Registration Yes/ No

3. Copy of ESIC Registration Yes/ No

4. Copy of latest challans of PF & ESIC Yes/ No

7. Earnest money deposit as per RFQ in favour of GAIL (India) Limited from nationalized/schedule Bank Yes/ No

8. Copy of Electrical License form, if any Yes/ No

9. Copy of Service Tax Registration Yes/No

Name of Vendor Vendor’s Offer No. Signature: Name: Designation: Date:

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 90 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

F-16

BRIEF SUMMARY OF AGREED TERMS AND CONDITIONS

Bidder’s Name M/s ...... Bid Document No...... Offer Ref......

This Questionnaire duly filled in should be returned along with the Unpriced Bid. Clauses confirmed hereunder should not be repeated in the Bid. ALL THE COMMERCIAL TERMS & CONDITIONS SHOULD BE INDICATED IN THIS FORMAT ONLY.

S.No. Description Bidder's Confirmation 1 It is noted that deviations to Terms & Conditions shall lead to loading of prices or rejection of offer, as specified in the Bid Document 2 Ensure and confirm that prices quoted in ‘Price Schedule/SCHEDULE OF RATE’,, are for complete scope of work as defined in the Bid document. 3 Ensure & confirm that the quoted prices are in accordance with the format provided in SOR 4 Confirm that the offer shall remain valid for acceptance upto 3 months from Final Bid Due Date/Date of Opening of Bids. 5 Bidder’s name and address 6 Confirm that quoted prices shall remain firm till completion of Contract. 7 Bidder to indicate the currency of the quoted prices. 8 Confirm acceptance of Mobilization / Delivery/Contract Period as per requirement Specified in Bid Document to be reckoned from date LOA/LOI 9 Confirm complete technical literatures/ catalogues and Users reference list (if applicable) is submitted along with offer. 10 Confirm acceptance of relevant Terms of Payment as specified in the Bid Document. [Payment terms indicated in Bid Document do not provide for any advance payment to be made to the bidder(s)]. 11 Confirm that Contract Performance GAIL Guarantee (CPBG) for The value as mentioned in the tender shall be furnished within 15 days of LOA/LOI, valid for 3 months beyond contract period or the expiry of Guarantee/Warranty/ or DLP period as per terms of Bid Document. 12 Confirm acceptance in toto of the Terms & Conditions contained in: i) Instructions to Bidders ii) General Conditions of Contract (GCC). iii) Special conditions of contract (SCC). iv) All other commercial documents/ attachments of Bid Document. 13 a) In case of reservations, confirm that clause wise comments have been specified as annexure to this format. b) All the terms & conditions have been indicated in this format (including annexure, if any) and have not been repeated in the bid elsewhere. It is noted that Terms & Conditions indicated elsewhere including any printed Terms & Conditions, shall not be considered by Owner. 14 The bidder is required to state whether any of the Directors of bidder is not a relative of any Director of Owner or the Bidder is a firm in which any Director of Owner or his relative is a partner or the Bidder is a private company in which any Director of Owner is a member or Director. All correspondence must be in English Language only. 16 Please furnish Bid Security/EMD details a) Bid Security No. & Date b) Value c) Validity 17 Indicate Name & Contact No. (Telephone/Fax No.) of person(s) to whom queries, if any, are to be addressed against your bid. 18 Owner reserves the right to make any change in the terms & conditions of the Bid Document and to reject any or all bids including those received late or incomplete 19 Please confirm that the prices have been quoted in SOR format provided. 20 Contractor should produce necessary EPF Code before commencement of work. 21 Contractor should produce necessary ESIC Code before commencement of work or workmen who are not covered under ESI Act , the contractor should take appropriate workmen Compensation Insurance Policy and Submit a copy of the same to GAIL(I) Ltd .

BIDDER CONFIRMS THAT IN CASE OF CONFLICTING VERSION OF VARIOUS TERMS & CONDITIONS AT DIFFERENT PLACES, THE CONFIRMATION FURNISHED AS ABOVE SHALL BE CONSIDERED OVER-RIDING AND FINAL AND ANY OTHER DEVIATION INDICATED ELSEWHERE SHALL BE TREATED AS REDUNDANT.

Signature ______Name ______Designation ______Office Stamp ______

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 91 of 92 गेल (इंडिया) लललिटेि GAIL (INDIA) LIMITED (A Government of India Undertaking) (A Maharatna Company)

CUT-OUT SLIPS

PART - III: "EMD/BID SECURITY" OF TENDER

DO NOT OPEN – THIS IS A QUOTATION

Sub: ARC for CP Maintenance of Pipelines under NCR Gas O&M

BID SUBMISSION DUE DATE & TIME : 04.09.2015 at 1400 Hrs.

TO

Sr. MANAGER [C & P]-NCR GAIL (INDIA) LIMITED

TO BE PASTED ON THE OUTER ENVELOPE CONTAINING "EMD / BID SECURITY"

E- Tender No: GAIL/NCR/430/O&M/2015-16/8000008402 Dt. 13.08.2015 of ARC for CP Maintenance of Pipeline under NCR Gas-O&M Page: 92 of 92 Nindana Ajaib Polra 119 Abdullapur Khajuri Bhagwanpur 71A Farmanah SONIPAT OSARAM MAP OFPachpera Parichhatgarh 71 Basantpur Kakroi GGL Sisana MEERUT GGL Jhundpur Daula To Nangal GAS O&M REGIONAL OFFICE Tatiri Jani Panchli Khurd Rohat Rai HSGL Samar Gopalpur SV-1 Dhamar Gorar GGL Baleni NCR NEW DELHI Kharkhra Manpur Madina Makrouli Kalan Silana Harsana Pilana Jharauti CGS Jakhauli BAGHPAT Sewal 1.1KM Jakhouli Dhaulri Qazipur SV-8 Rasoi BENLON-I 10 GGL 1.6 KM Dhakauli Bhalot HP Katha Gagaul Sisanah Akbarpur Barota BENLON-II SPINNING Kundli 1 GGL Partabpur 1.1 KM Bohar Makhra SV-2 Asan IGL TAP OFF Rawan Patla KCF Surana ROHTAK Nahra Khekra Niwari Phaphunda Kharkhauda Nahra Janti Tap Off Nahri Banyani Hasangarh SV-7 Gauna Kithaur Pahrawar Samchana Sankraudh 58 Halalpur Narela GAIL (India)Ajara Limited Lahli Gopalpur Mubarikpur Nekpur Modinagar Saidpur IGL Kharkhoda Tap Off (A Govt of India Undertaking) Kahrawar Kalanaur Rataul Nekpur Kakrana Fazalgarh Shafiabad Bhainsru Alipur PPCL Mandaula Teori Katevda Bawana Kaili 10 Bawana Jalalpur IUP Jindal Agraura Anwal HARYANA Muradnagar Sarawa SV-3 Kalyanpur Sampla Dhanaura TO Allied Mirpur Bhadoli Faridnagar H Kahnaur Dighal Hindu ISA Bashana Strips Swastik R Asaudah SV-5 SV-4 IGL

Chirna Rohad Shakarpura Muqimpur Diamond Kanaunda Loni Badli IGL Desu B'Garh Babugarh Parle SV-2 DBN PL Atrauli Chimni Ajadpur Burari Sonepat P/L Nurpur Dhurana Kharhar Kanjhawala Karawal Prakash Afzalpur Bhaprauda NDPL Garden Surya Jaunti Jahangirpuri Wazirabad Nagar Mukarmatpur Chimanpara Rohini S-8", L-52.85 KM Pilkhua IGL Tap Off S-4", L-9.5 KM Shakti 24 Nagar Chhara SPL SKPM Mustafabad Gagan Sikandarpur SV-6 Budh Shalimar Model Harsh Vihar Hapur Vihar Bagh Town Bhajanpura Sehanj Dasna Salai Beri Azadpur Vihar Khurd Dubaldhan Krishan Madhuban Pasaunda Kuchesar d SV-1 Yamuna Nandigram Sablona Vihar Roa Chowk Nandnagri SV-1 Ghikan Wazirpur S-4" ing Ashok Majnukatila Vihar Ghukna HNG/HSI Outer R Ghaziabad Siddomal Ghaziabad Matan L-18 KM S-8" Sultanpuri Vihar Brahm Raj d Kanla IGL Tap Off Mohan Nagar Puri Nagar Dujana L-6 KM Roa Nagar Shastri Mundka ng UGL MM Nagar Daihpa Ayadnagar Shakurbasti Ri Trinagar Civil 24 Shastri ShahdaraSahibabad Islam Nangloi Lines BPL Nagar ATMA Dasna Palra Hinduan Kaila Naya UPC MS DF GhaziabadGanj Birdhana Bahadurgarh Extn. Paschim Nagar Pipe Line Bhatta Silambur Barrage Kailash Steel Vihar Punjabi Nagar Hiran Kundna Colony PipePratap Line Bagh Vihar Sadar STC Vasundhara Arya PRSTN Anand Parbat Naman Nagar Malikpur Bazar Kinauni Mirzapur Bhmeta UTTAR Raja PAHARPUR 3P S-4 " , L- 13.484 KM Sultanpur Rishala Kirti Saulda Vishnu Garden IGL Tap Off Vaishali Indira Rathi Ispat Gudha Garden Nagar NAMAN Puram Garden Shastri Nagar Christian Bhusan s RathiNagar Udyo SEA SHELL Darya Ganj pas Paharipur EDM By Dulhera Shiv Rajouri Pusa Rajendra Pahar Ganj Cross by pur Bahrampur S-6", L-7.8 KM Jahazgarh Vihar Tilak Garden Lakshmi Ha Rathi Super HVR Nagar Institute Nagar Nagar Chhajarsi S-4", L-10.0 KM PRADESH Vikaspuri Connaught Samtel Kair Desu Terminal SV-1 Tigri Rathi Ind S-3", L-1.2 KM Place Shakarpur NTPC Saidpur Goela Kalan Indrapuri Noida- S-8", -10 KML K.L. Rathi Tajpur Najafgarh Patel Hari Naraina Chowk IGL Tap Off Sahebabad Yusufpur DADRI Nagar IED Kurikhera Gubhana Uttam Janakpuri P/L Bishanpura Nagar Vijay Chowk IGL NO Mamura S-18" IDA L S-6", L-15.5 KM Gulavthi JHAJJAR PPCL IPGCL Chaukharidi IOCL INK IGL S-4", L-4.96 KM Maripat Tap Off L-9.7 KM Chhuchakwas SV-1 M Parthala Bakargarh Dhaula ARG IGL Tap Off Kharjarpur Brahmannagar Kuan Chanakyapuri IGL Tap Off Desu Maruti Kharkhari Sec.33 Parthala Matanhel Jahangirpur DELHI IGL Tap SV-11 P/L Nahar Dwarka Jor Bagh Nizamuddin Noida Hoshiarpur Sharalabad Daola Badli Sec.7 SV-2 S-18", -9 KML (Gautam Budha Nagar) Bisahra SV-12 SV-10 IGL Tap Off Soharkha Agauta Maharani Sarojini Nagar GTI SV-13 SV-8 South SV-3 Bagh Sec.50 Bhatauda AMBAR IGL Tap Off SV-9 Extension Noida Tap Off Khetawas Chhawla hai ZEE TV S-18" Dadri Salaudah Desu- IGL Tap Off IGL Tap Off L-10.6 KM Maruti P/L SV-7 SV-6 SV-5 SV-4 Pochanpur SV-14 Vasant Vihar SV-3 Sarai Ladpur Dhansa Gadarpur Munirka IGL TapHauz Khas Off Nehru Mundsa Silana Greater Sadar Chhaulas Nangal S-12", L-34 KM Kailash No. I Place Bhangel SV-1 Sasrauli Kilol Ghummanhera Dadri S-18" Dairy SV-15 Uttra Khand New Okhla Village Chitenra Chhaprawat Industrial Estate Sarita Desu P/L L-8.6 KM Jalpura Karanbas S-36" S-48" Kurli Bamnauli Bharthal Area Phase Ii Vihar Bakhtawarpur Sec. Malviya Greater Kailash 105 L-17.8 KM L-17.8 KM Olinah Milana Badsa Bajghera Vasant Nagar No. 2 Swamim S-24" Okhla Industrial Tap Off Vihar Senthli Ladayan Dunda Hera Kunj Area Phase I L-26.33 KM Saket Isapur Nilaheri Kohi Rangpuri Sultanpur S-4" Kasni Dadanpur Mahrauli Vayusenabad 91 Jharli Vasant Tughlakabad SV-2 S-18" Surajpur L-18.2 KM Nila Kunj Badarpur E L-8.9 KM xpress Maruti Terminal Way Sainik Farm Jaitpur Kamairala Shahnagar DLF Farms Asola SV-4 S-16" Wildlife Bhurawar L-18 KM DLF Qutab Sanctuary SV-4 Subana Budhera Enclave Phase 3 Chhaprauli HVJ PL Sultanpur Sultanpur HCGDL Surajkund Sirondhan DLFI Suraj Kund Jainpur W.L.S. Dhankot DLFC DLF Farms Jhanswah Dhamera Kirat Goria Dhakhla S-36" S-8", L-2 KM Aya Nagar Baral GURGAON DLF Qutab Riwara Green CGS GN Siwari L-9 KM Enclave Phase 2 Fields DLFS Badhkal Jhatta IGL SIKANDARABAD Amadalpur Lake SV-12 Sarai Chhabila Sudhrana Salahwas Chhapar ON G KCL Farrukhnagar REP OCL S-24" SV-3 Meola Maharajpur HI-TECH L-18.98 KM Wazirpur Hayatpur Hero Honda FARIDABAD UPT Berkhera Fazilpur SV-16 S-8" Gharbara S-10" Badshahpur S-36" SV-12 Daboda L-5.4 KM L-10 KM Bhankri L-22.9 KM Prangarh Guraora BULANDSHAHR S-16” Pali Dadupur Nahar Patli S-8", L-6.4 KM Gothda Kosli Jatola L-19 KM Ladpura Patauda Manesar S-4”, L-0.3 KM Mahepa S-18" CGS Bilaspur Gugodh L-16 KM Monsar Bhodakalan S-36" Manjhauli RICO SV-2 2 Rijahaura 71 Helimandi Omax L-19 KM Bhundsi Nayagaon Panchauta SV-3 Muralipur Jamalpur SPIL Denso Tigaon Dankaur Kanribra Shivali CG PL Hirnoti Pataudi MSIL S-16" S-48” Road NTPC L-22.9 KM Rasulpur SV-1 Tikli L-15 KM Dhauj Jatusana Ghosh Garh Faridabad Matla Ballabgarh Wair Palhawas Pataudi Kukrola S-14” Dharpa S-18" Panchgaon SV-2 Rithauj Usmanpur Bhatta L-13.484 KM Banchaoli Kanwali L-15.5 KM Raisina Chandavali Inchhapuri Firozpur Kalan Achhepur Hurthala Bahora Alipur Dahina Bodiya Raisina Kamalpur Manakpur SV-1 S-16" Dhanaura Bohach Akbarpur Abhaypur L-30 KM Masti Nimoth Dayalpur Chhainsa Mirzapur Kakod Nanu Kalan Bilaspur Adani Khalilpur SNPL Dhaula Pirthala Compressor Mundakhera Hasanpur CJH PL Station Dastura Aulant Lokra Sidharwali 8 S-36" Chhainsa Rabupura Jhamuwas L-26 KM Narhaurali Khurja Nangal Mundi Bikaner SV-1 Piyala SV-11 Kakaoria Omax Hero Honda Sikri S-36” Malpura RICO Ghingola L-17 KM S-8", L-5.3 KM Jawan Bhaipur Bighepur Deorala S-9", L-0.3 KM Sehsola Mohana Mayan Tirthili Sarangpur Saharanwas Bagpur Agaura CGS 71B Dharuhera Phaledo Jalalabad Kadhu Patuka Damdama Dhatir 2 Janoli Ahrod S-18" Bhiwadi (Chopanki) S-12" Baragaon L-9 KM Dhulawat Alawalpur Sonda L-39 KM Tap Off Jahangirpur Diyanatpur Sangwari Sital Kurali Jawal Pithrawas Dadota Firozpur Khori Nandrampurwas Chharora Pelak Bankapur Gugera S-18" Kheri Gothni Kund L-6 KM Bharawas Bhiwadi Ghasera Mirpur Rathi Jhiwania Arnia Bars CGS Thora Mahtawas Rathi S-8" Jewar Rathi L-14 KM GREP PL Gori Bolni Steel S-8", L-7.6 KM Kulwat Palwal Dakshin Mandkaula Asawta S-48" Tapukrab Sharp Menthol Nuh Kalakhuri Cheta Dungra Indo Alusys L-31.4 KM LEGEND Dhani Lafarge Uttam Strips Kurthala Chandhat Ranlaoli Baral Suthani Basthala SV-2 - CGS SV IP District Headquarter Rajgarh Mandnaka Tain Aharwar S-36" 48” VDPL PL Tap Off Rundhi L-31.4 KM Barauli Taluk Headquarter Jaliawas COMPRESSOR Kajaria Kherla Gharot Other Town Kutina Naghera CUSTOMER Dabarwas Bamnikhera National Highways Mithiawas F

ROM VI Tankri Major Roads

Malwa Other Roads RAJASTHAN J Ghilot Kushak Dhuleda Khurd I Shahbazpur Pigaur PU PIPE LINE Railway Line Qutabpur Hathin 8 Kot Qasim Chaondi Medi Ransika R State Boundary Malab SV-3 - TOP Siroli Kalan SV-15 IP-05 Nangal Kashipur Ishroda Sangel Aurangabad IGL PIPE LINE Shahjahanpur Teju Jatauli } PIPE LINE UNDER CONSTRUCTION Manpur Sholaka GS Palawa C e Nimlaka Umra PROPOSED PIPE LINE Not to scale MAPS Parl Salarpur Multhan mrana G Basni Nee HN Hasanpur www.ttkmaps.com