GAIL (INDIA) LIMITED BIDDING DOCUMENT NO. AK/A645-000-MK-TN-9001/1001 (DOMESTIC COMPETITIVE BIDDING) BIDDING DOCUMENT FOR PIPELINE REPLACEMENT PROJECT FOR KG BASIN OF M/S GAIL, INDIA Prepared & Issued by: Cost of Bidding Document (Non Refundable) INR 5,000/- Sl. No
MASTER INDEX (BIDDING DOCUMENT NO.: AK/A645-000-MK-TN-9001/1001) Volume I S. NO. DESCRIPTION No. of Pages 1. COVER PAGE 01 2. SHORT NIT 01 3. NOTICE FOR INVITATION FOR BIDS 05 4. CUT OUT FOR DOCUMENTS TO BE SUBMITTED IN PHYSICAL FORM 04 5. INSTRUCTIONS TO BIDDERS (ITB) 19 6. PROPOSAL FORMS 41 7. ADDENDUM TO ITB FOR E-PROCUREMENT 07 8. READY RECKONER TO VENDORS 38 9. GENERAL CONDITIONS OF CONTRACT (GCC) 79 10. SPECIAL CONDITIONS OF CONTRACT (SCC) 40 11. APPENDIX TO SCC i. Scope of Work 03 ii. Scope of Supply 02 iii. Time Schedule 02 iv. Measurement of Work 05 v. Terms of Payment 06 vi. Quality Assurance System 10 vii. Spec. For Health, Safety and Environment Management, Safety Measures for Electrical Installations during Construction 129 viii. Key Construction Personnel 02 ix. Min. requirement of Const. equipments & Manpower 04 x. Condition for Issue and Reconciliation of Material 09 xi. Planning, Scheduling, monitoring & Control System 41 xii. General Requirement for Radiography & other NDT 01 10. INTEGRITY PACT 08 11. PROCEDURE FOR EVALUATION OF PERFORMANCE OF VENDORS 14 12. PRICE PART ALONGWITH PREAMBLE TO SOR 192 Note : Master Index for Technical Part is attached separately.
NOTICE FOR INVITATION FOR BIDS (IFB) FOR PIPELINE REPLACEMENT PROJECT FOR KG BASIN OF M/S GAIL (INDIA) LIMITED (BIDDING DOCUMENT NO. AK/A645-000-MK-TN-9001/1001) (DOMESTIC COMPETITIVE BIDDING) Engineers India Limited (EIL) on behalf of M/s GAIL (India) Limited invites e- bids from eligible bidders for the following works: Description PIPELINE REPLACEMENT PROJECT FOR KG BASIN Bidding Document Fee (Non Refundable) INR 5,000/- (E-Tender No :- 8000006779) IFB and Bidding Document on Website From 24.07.2014 to 14.08.2014 Date of Pre-Bid Meeting 31.07.2014 at 1100 Hours (IST) at GAIL, New Delhi. Last Date & time for submission of Bid 14.08.2014 upto 1400 HRS (IST) Contact person: AGM (C&P), Engineers India Limited, New Delhi. Telephone: +91-11-26762124, +91-11-26768270;Telefax:+91-11-26191714,26167664 Email: atul.kumar@eil.co.in/anil.dubey@eil.co.in For detailed Invitation for Bids and Complete Bidding Document, visit EIL s website http://tenders.eil.co.in/newtenders or GAIL s website http://www.gailonline.com or http://www.gailtenders.in or GAIL s e-tendering website https://etender.gail.co.in and Government website http://eprocure.gov.in/cppp/relatedlinks ASSTT. GENERAL MANAGER (C&P) ENGINEERS INDIA LIMITED, NEW DELHI (INDIA) Page 1 of 1
NOTICE FOR INVITATION FOR BIDS (IFB) FOR PIPELINE REPLACEMENT PROJECT FOR KG BASIN OF M/S GAIL, INDIA (BIDDING DOCUMENT NO. AK/A645-000-MK-TN-9001/1001) (DOMESTIC COMPETITIVE BIDDING) 1.0 PROJECT DETAILS I) M/s GAIL (India) Limited is implementing pipeline replacement project for KG Basin. II) GAIL has appointed Engineers India Limited (EIL) as their Consultant for implementation of the Project. EIL on behalf of GAIL, invites e-bids through e-tendering, under single stage two bid system on Domestic Competitive Bidding basis for Pipeline Replacement Project, for the entire supplies and work covered under the Bidding Document (hereinafter for the purpose of these instructions collectively referred to as the WORK ) from competent Agencies with sound technical and financial capabilities and meeting the Bidder s Evaluation Criteria as stated under para 5 below. Bids submitted online shall only be considered for processing. 2.0 SCOPE OF WORK The brief scope of work consists of Cutting, dismantling & removal of existing 18 pipeline and transportation to GAIL s yard, dumpsite maintenance, Installation of 24 pipeline, all associated Civil, Structural, Geotech, Architectural, Electrical, Instrumentation, Telecom / SCADA, Cathodic Protection works etc. The complete work from Chinchinada to Kakinada junction has been divided into three Parts (Part-A, B & C) as indicated below. The detail scope of work for each Part shall be as detailed in the technical part of the bidding document. Part-A Part-A covers DT - GAIL at Tatipaka to New IP (Old SV-2A) at Chinchinada - 24 x 17.9 km. Part-B Part-B covers DT - GAIL at Tatipaka to SV - 4 at Kotipalli 24 x 32.9 km and 18 x 6.8 km. Part-C Part-C covers SV - 4 at Kotipalli to RT at Kakinada Junction 24 x 38.2 km. 3.0 COMPLETION SCHEDULE: 3.1 All works including Mechanical completion : 08 months from Fax of Acceptance. 3.2 Commissioning : 01 month after mechanical completion. 4.0 SALIENT FEATURES OF BIDDING DOCUMENT: a) Bidding Document No. : AK/A645-000-MK-TN-9001/1001 (Corresponding e-tender No:-8000006779) b) Bidding Document Available on Website : From 24.07.2014 to 14.08.2014 c) Earnest Money Deposit / Bid Security : Rs. 105 Lakhs (Rs One Hundred and Five Lakhs only) d) Date of Site visit : 06.08.2014 and 07.08.2014 e) Last date of Receipt of Bidder's Queries for Pre-bid discussion : 08.08.2014 Page 1 of 5
f) Date, Time & Venue of Pre- Bid Conference g) Last date and time of submission of Bids h) Opening of Technocommercial (Unpriced) Bids i) Cost of Bidding Document (Non Refundable ) : 09.08.2014 at 1100 Hrs (IST) at GAIL(INDIA) LTD., B-35, 36 Sector-1, NOIDA (This supercede the date and venue given in the short NIT). : Upto 1400 Hrs. (IST) on 14.08.2014 : At 1500 Hrs. (IST) on 14.08.2014 (In presence of authorised representatives of attending bidders). : INR 5,000/- (The offer sent without payment of requisite document fee will be ignored straight away) j) Opening of Price Bids : Date, Time & Venue shall be intimated later If any of the days specified above happens to be declared holiday in EIL, the next working day shall be considered. Bids to be submitted on GAIL s E-Tendering website (https://etender.gail.co.in). Bidders shall submit their bids i.e. UN-PRICED Bid in Technical Documents Folders of e- tendering system and Price Bid in Notes & Attachment., We have enclosed Price Schedule Formats as an PDF attachment in Bidding Document. Bidder s are requested to downloads the same and quote their prices strictly as per the format without altering the content of it. The bid will be submitted in two parts as follows:- PART-I (UN-PRICED BID):- To be submitted on Technical Documents of e- tendering system. Unpriced bid must be complete with all technical details alongwith all other required documents including price schedule with Price blanked out. In addition, documents as mentioned under Clause 10.0 below shall also be submitted in physical form. PART-II (PRICED BID):-To be submitted in notes & attachment. Price Bid should contain only the prices, without any condition whatsoever. Bids complete in all respects should be submitted on or before last date and time of Bid submission. The Bids submitted online in GAIL s e-tendering system will only be considered for evaluation. Physical Bids sent through Fax/E-mail/Courier/ Post will not be accepted. 5.0 BIDDER S EVALUATION CRITERIA (BEC) 5.1 EXPERIENCE CRITERIA 5.1.1 The Bidder should have successfully completed at least one Contract involving Installation, Testing and Construction management of buried cross country hydrocarbon pipelines of minimum diameter and length as given below in past 7 (seven) years reckoned from the bid due date for submission of bids: (i) Minimum Diameter of Pipe should be 16 NB. (ii) Minimum Length should be 48 km in one project in single stretch. 5.2 FINANCIAL CRITERIA 5.2.1 TURNOVER: The minimum annual turnover achieved by the Bidder as per the audited financial statements during any one of the three immediate preceding financial years shall be INR 5250.00 Lakh (Indian Rupees Five Thousand Two Hundred Fifty Lakh only). 5.2.2 NET WORTH: Net worth of the bidder should be positive as per the immediate preceding year s audited financial statements. 5.2.3 WORKING CAPITAL: The minimum working capital of the bidder as per immediate preceding year s audited financial statements shall be INR 1050 Lakh (Indian Rupees One Thousand Fifty Lakh Only). [Note: If the bidder's minimum working capital is inadequate, the bidder should submit a letter from the bidder's bank, having net worth not less than INR 100 Crore, confirming the availability of line of credit at least for the working capital requirement stated above against the respective part]. Page 2 of 5
5.3 EQUIPMENT DEPLOYMENT CRITERIA Bidder should meet the requirement regarding deployment of minimum construction equipments as specified in bidding document. 5.4 All supporting documents, pertaining to Bid Evaluation Criteria shall be submitted duly authenticated as below:- i. For authentication of document submitted in support of Financial Criteria of Bid Evaluation Criteria (BEC), bidder shall submit Details of financial capability of bidder in prescribed format duly signed and stamped by a chartered accountant. Further, copy of audited annual financial statements submitted in bid shall be duly certified /attested by notary public with legible stamp. ii. All documents in support of experience Criteria of Bid Evaluation Criteria (BEC) and equipment deployment criteria to be furnished by the bidders shall necessary be duly certified/attested by Chartered Engineer and notary public with legible stamp. iii. Supporting documents duly authenticated in the formats, if any, shall be submitted by the bidder in form of booklet titled as Documentation against Bid Evaluation Criteria in original. 6.0 GENERAL: 6.1 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 requirement of BEC of the tender. However, jobs executed for Subsidiary/ Fellow subsidiary/ Holding company will be considered as experience for the purpose of meeting BEC subject to submission of tax paid invoice(s) duly certified by Statutory Auditor of the bidder towards payments of statutory tax in support of the job executed for Subsidiary/Fellow subsidiary / Holding company. Such bidders to submit these documents in addition to the documents specified in the bidding documents to meet BEC. 6.2 A job completed by a bidder as a sub-contractor shall be considered for the purpose of meeting the experience criteria of BEC subject to submission of following documents: 6.2.1 Copy of work order along with SOR issued by main contractor. 6.2.2 Copies of completion certificates from the end user/ Owner and also from the main contractor. The completion certificates shall have details like work order no. /date, brief scope of work, ordered & executed value of the job, completion date etc. 6.3 The bidder shall furnish documentary evidence by the way of track record, copies of work order, completion certificate and Balance Sheet or Audited Financial Statements including Profit & Loss Account etc. along with the Bid to establish his experience and track record meeting qualification criteria. Bidders should ensure submission of complete information/ documentation in the first instance itself. Qualification may be completed based on the details so furnished without seeking any subsequent additional information. Subsequent to the submission of bid, bidders are not allowed to change the price or substance of the bid i.e. scope of work, specifications, delivery schedule, completion period etc. including modification of the bid to meet the BEC of the tender. 6.4 In absence of requisite documents GAIL / EIL reserves the right to reject the Bid without making any reference to bidder(s). a) Submission of authentic documents is the prime responsibility of the bidder. b) Wherever GAIL / EIL has concern or apprehension regarding the authenticity/ correctness of any document, GAIL / EIL reserves a right of getting the document cross verified from the document issuing authority. 6.5 The bidders who are on Holiday/ Negative list of GAIL or EIL or banned by any Government Department/ Public Sector on due date of submission of bid / during the process of evaluation of the bids, the offers of such bidders shall not be considered for bid opening/evaluation/award. If the tender documents were issued inadvertently/downloaded from website, offers submitted by such bidders shall also be not considered for bid opening/evaluation/award. Page 3 of 5
6.6 Payment of Bidding Document fee shall be by Crossed Bank Draft/ Banker s cheque from any Indian Scheduled Bank in favour of GAIL (India) Limited, New Delhi payable at New Delhi and the same shall be submitted in physical form along with EMD. The bid of any bidder shall be considered only if the bid is accompanied by the prescribed Bidding Document fee in the form of demand draft along with EMD. 6.7 In case the bidder is executing a rate/ maintenance contract which is still running and the contract value/ quantity executed till one day prior to the due date of submission is equal to or more than the minimum prescribed value/ quantity as mentioned in the BEC, such experience will also be taken into consideration provided that the bidder has submitted satisfactory work/ supply execution certificate to this effect issued by the end user/owner. 7.0 BID SECURITY /EARNEST MONEY DEPOSIT (EMD): Amount shall be as per clause no.4.0 as above. 7.1 The Bidder shall submit the bid security in Indian Rupees and shall be in the form of Demand Draft/Banker s Cheque/Letter of Credit in favour of GAIL (India) Limited payable at New Delhi (issued by Indian scheduled Bank or a branch of an International bank) or in the form of an irrevocable Bank Guarantee in favour of GAIL (India) Ltd. as per format given under Proposal Form F-3 of ITB.GAIL shall not be liable to pay any bank charges, commission or interest on the amount of bid security. 7.2 In case, bid security is in the form of irrevocable Bank Guarantee the same shall be from any Indian scheduled Bank or a branch of an International bank situated in India and registered with the Reserve Bank of India as scheduled foreign bank. However, in case of Bank Guarantee from banks other than the Nationalized Indian bank, the bank must be a commercial bank having net worth in excess of Rs. 1000 Million or USD 15.96 Million and a declaration to this effect should be made by such commercial bank either in the bank guarantee itself or separately on its letterhead. 7.3 The bid security shall be valid for two (02) months beyond the validity of the bid as specified in the Bidding Document. 7.4 The Earnest Money Deposit/ Bid Security shall be forfeited, if the bidder withdraws his bid during the period of bid validity or submits multiple bids / alternative bids. 7.5 Bids without Earnest Money Deposit(EMD) / Bid Security will not be considered and will be summarily rejected, subject to exemptions as mentioned at clause no. Error! Reference source not found.. 8.0 Bidder can download the Bidding Document from EIL s website http://tenders.eil.co.in/newtenders or GAIL s website http://www.gailonline.com or http://gailtenders.in or GAIL s e-tendering website https://etender.gail.co.in and Government website http://eprocure.gov.in/cppp/relatedlinks. However, bidders have to submit their bids only through e-tendering website of GAIL. Scanned copy of Demand Draft towards Bid Document Fee shall be uploaded in e-tender by the bidder failing which Bids shall not be considered and the representative of such bidder shall not be allowed to attend the Bid opening. For Bid submitted on downloaded document, the Bidder in whose name the Bid and the Bid Security/EMD is submitted shall be considered for evaluation. Corrigenda/Addenda, if any, shall also be available on the referred web sites. Further, bidder shall give an undertaking on their letter head that the content of the bidding document have not been altered or modified. 9.0 No extension in the bid due date / time shall be considered on account of delay in receipt of any document by mail. 10.0 The following documents in addition to uploading the bid on the GAIL s e-tendering website shall also be submitted in Original in physical form within 7 (seven) days from the final bid due date subject to the conditions that the scanned copies of the same have been uploaded in e-tender by the bidder within the due date and time indicated in the e-tender at the address mentioned in Instruction to Bidders of Bidding Document: i) Demand Draft towards Bidding Document Fee. ii) EMD/Bid Security iii) Power of Attorney. iv) Integrity Pact v) Authenticated Document as per Clause no. 5.4 above Page 4 of 5
11.0 GAIL/EIL reserves the right to assess bidder s capability to execute this work by taking into account various aspects such as performance during evaluation of bids. 12.0 Bidding Document is non-transferable. Bids received from bidders in whose name Bidding Document fee has been submitted shall only be considered. Bidder must submit the Bidding Document Fee in their name. Bidding Document fee will be submitted by bidders as per clause nos. 4, 6.6 & 10 above. 13.0 Bidder shall remain single point responsible for project management and execution of complete scope covered in the tender. 14.0 GAIL/EIL will follow Purchase Preference Policy for Public Sector Undertakings/ Enterprises as per prevailing guidelines of Government of India. 15.0 Bids must be accompanied with the bid security as mentioned above. Bids not accompanied with requisite bid security or bid security not in the requisite form specified above, shall be considered as non-responsive and such Bids shall be rejected. 16.0 GAIL/EIL shall not be responsible for any costs or expenses incurred by Bidder in connection with the preparation or delivery of Bids, including costs and expenses related with visits to the site 17.0 Bids received after stipulated last date and time, due to any reasons what-so-ever, will not be considered. 18.0 GAIL/ EIL reserve the right to reject any or all Bids received without assigning any reason. 19.0 Consortium/Joint bids/ multiple bids / alternative bids shall not be accepted. 20.0 Contact person: AGM (C&P), Engineers India Limited, EI Annexe- 4th Floor, 1, Bhikaiji Cama Place, New Delhi-110066, India. Telephone: +91-11-26762124, +91-11-26768270 Telefax: +91-11- 26191714, 26167664, Email: atul.kumar@eil.co.in / anil.dubey@eil.co.in. This Invitation of Bids (IFB) is as integral and inseparable part of Bidding document. Assistant General Manager (C&P) Engineers India Limited, New Delhi (India) Page 5 of 5
DO NOT OPEN - THIS IS A QUOTATION Client Project Bidding Document no. Bidding Document : GAIL (INDIA) LIMITED : KG BASIN : AK/A645-000-MK-TN-9001/1001 : PIPELINE REPLACEMENT PROJECT FOR KG BASIN Due Date & Time : Upto 1400 Hrs. (IST) on 14.08.2014. From: To : AGM(C&P), ENGINEERS INDIA LIMITED, EI-ANNEXE, 4TH FLOOR, 1, BHIKAIJI CAMA PLACE, R.K. PURAM, NEW DELHI - 110 066 ATTN: MR. ATUL KUMAR (To be pasted on the outer envelope containing BID SECURITY) (PART III) ==================================================================
DO NOT OPEN - THIS IS A QUOTATION Client Project Bidding Document no. Bidding Document : GAIL (INDIA) LIMITED : KG BASIN : AK/A645-000-MK-TN-9001/1001 : PIPELINE REPLACEMENT PROJECT FOR KG BASIN Due Date & Time : Upto 1400 Hrs. (IST) on 14.08.2014. From: To: AGM(C&P), ENGINEERS INDIA LIMITED, EI-ANNEXE, 4TH FLOOR, 1, BHIKAIJI CAMA PLACE, R.K. PURAM, NEW DELHI - 110 066 ATTN: MR. ATUL KUMAR (To be pasted on the outer envelope containing BID DOCUMENT FEE) (PART IV) ==================================================================
DO NOT OPEN - THIS IS A QUOTATION Client Project Bidding Document no. Bidding Document : GAIL (INDIA) LIMITED : KG BASIN : AK/A645-000-MK-TN-9001/1001 : PIPELINE REPLACEMENT PROJECT FOR KG BASIN Due Date & Time : Upto 1400 Hrs. (IST) on 14.08.2014. From: To: AGM(C&P), ENGINEERS INDIA LIMITED, EI-ANNEXE, 4TH FLOOR, 1, BHIKAIJI CAMA PLACE, R.K. PURAM, NEW DELHI - 110 066 ATTN: MR. ATUL KUMAR (To be pasted on the outer envelope containing POWER OF ATTORNEY & INTEGRITY PACT) (PART V) ==================================================================
DO NOT OPEN - THIS IS A QUOTATION Client Project Bidding Document no. Bidding Document : GAIL (INDIA) LIMITED : KG BASIN : AK/A645-000-MK-TN-9001/1001 : PIPELINE REPLACEMENT PROJECT FOR KG BASIN Due Date & Time : Upto 1400 Hrs. (IST) on 14.08.2014. From: To: AGM(C&P), ENGINEERS INDIA LIMITED, EI-ANNEXE, 4TH FLOOR, 1, BHIKAIJI CAMA PLACE, R.K. PURAM, NEW DELHI - 110 066 ATTN: MR. ATUL KUMAR (To be pasted on the outer envelope containing NOTARISED DOCUMENTS & CERTIFIED DOCUMENTS (PART VI) ==================================================================