Professional Documents
Culture Documents
BID DOCUMENT
Tender NO. : IP/MNPL/TS/4/2015/14 Dated 12/11/2015
Page No.
: INDEX :
1.
2. Part -I
: Instruction to Bidders
3. Part-II
4. Part- III
5. Part IV
6. Part V
7. Part VI
: Terms of Reference
8. Part VII
9. Part VIII
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
A
B
C
D
E
F
G
H
I
J
K
L
:
:
:
:
:
:
:
:
:
:
:
:
Page No.
FORWARDING LETTER
Assam Gas Company Limited (AGCL) a Govt. of Assam undertaking is one of the pioneer
natural gas transportation company in the country. It has pipeline networks covering 5 districts of
Upper Assam. Presently AGCL is handling about 6.5 MMSCMD gas in domestic, commercial &
industrial sectors.
2.0
In connection with its operations, AGCL invites National Competitive Bids from competent and
experienced Contractors for Hiring Services of Intelligent Pigging Survey (IPS) for 300 mm
(12") NB Moran Namrup Pipeline in the state of Assam. You are invited to submit your most
competitive bid on or before the scheduled bid closing date and time at AGCL Duliajan. For your
ready reference, few salient points of the IFB (covered in detail in the Bid Document) are
highlighted below:
1.
Tender No.
2.
Type of Tender
3.
Tender Fee
Rs. 20,000.00
(Rupees Twenty Thousand only)
4.
Rs. 2,50,000.00
5.
25/11/2015
6.
7.
8.
9.
10.
11.
Bid Validity
13.
14.
15.
Mobilisation Time
16.
17
18.
19.
20.
21.
22.
Note: If any date specified above happens to be a holiday /Bandh call day /Declared Holiday by District
Admin then the next working day will be considered.
3.0
Bids received after closing hours as stipulated above will not be accepted. AGCL will not be
responsible for delay in submission of bid because of delivery and postal delay and/or any other
reasons whatsoever.
4.0
5.0
The Prices along with price related conditions should be filled in the Price-Bid. All other
techno-commercial documents other than price details to be submitted with un-priced bid as per
tender requirement placed in the Un-Priced Bid.
Page No.
The bid including all documents shall be signed by duly authorized representative of the
bidding company.
7.0
AGCL reserves the right to increase/decrease the quantum of job at the time of award of
contract and it will be obligatory on the part of the successful bidder to accept the same at the
offered rates.
8.0
The Company reserves the right to reject any or all the tenders or accept any tender without
assigning any reason.
9.0
Offer must conform in all respect to the terms and conditions of the enquiry. Deviations, if any,
must be clearly and specifically stated. Conditional bids are liable to be rejected at the discretion
of the Company.
Thanking you,
Yours faithfully,
(A.K. Sharma)
Managing Director
Assam Gas Company Ltd.
Page No.
Bidder shall bear all costs associated with the preparation and submission of bid. Assam Gas
Company Limited, hereinafter referred to as Company, will in no case be responsible or liable for
those costs, regardless of the conduct or outcome of the bidding process.
2.0
BIDDING DOCUMENTS
2.1
TENDER FEE:
2.1.1 Bidders interested to provide the services and interested to participate in the above
tender are requested to submit the tender fee of Rs. 20,000/- (Rupees Twenty
Thousand) only by Demand Draft / Bankers Cheque payable in favour of
ASSAM GAS COMPANY LIMITED, Duliajan issued by any Scheduled Bank.
NO OTHER MODE OF PAYMENT WILL BE ACCEPTED BY THE
COMPANY.
2.1.2 The bidder has to submit Tender Fee along with the Un-Priced Bid with a separate
sealed envelope marked with the above Tender Number and description of work.
Bid submitted without Tender Fee will be rejected outright.
2.2
Small Scale Industries (SSI) registered with NSIC under Single Point Registration
Scheme are exempted from payment of tender fees for the items they are registered
with NSIC. Valid registration certificate with NSIC must be enclosed along with
the application for issuing tender documents.
ii)
Public Sector Units (PSU) are also exempted from payment of tender fee.
iii)
(iv)
2.3
2.3.2
Page No.
2.4
DOCUMENT:
The services required, bidding procedures and contract terms are prescribed in the
Bidding Documents. This bidding document includes the following:
a)
Part- I
Part- II
Part - III
Part- IV
Part- V
Part- VI
Part- VII
Part- VIII
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
Proforma
2.5
3.0
:
:
:
:
:
:
:
:
:
:
:
:
The bidder is expected to examine all instructions, forms, terms and specifications in the
Bidding Documents. Failure to furnish all information required in the Bidding Documents
or submission of a bid not substantially responsive to the Bidding Documents in every
respect will be at the Bidder's risk & responsibility and may result in the rejection of its
bid.
At any time prior to the deadline for submission of bids, the company may, for any reason,
whether at its own initiative or in response to a clarification requested by a prospective
Bidder, modify the Bidding Documents by the issuance of an Addendum.
Page No.
3.2
4.0
Any Addendum and/or Corrigendum will be uploaded and published in AGCLs website www.assamgas.org only. No such Addendum and/or Corrigendum shall be published
in news paper or sent to any of the participating Bidder. Bidders are therefore requested
to visit the Companys web-site regularly.
PREPARATION OF BIDS
4.1
LANGUAGE OF BIDS:
The bid as well as all correspondence and documents relating to the bid exchanged
between the Bidder and the company shall be in English language, except that any printed
literature may be in another language provided it is accompanied by an English translated
version, which shall govern for the purpose of bid interpretation.
4.2
5.0
Bids are invited under Single Stage- two bids System. The bid along with all Annexure
and copies of documents should be submitted in sealed envelope superscribed as "Tender
Number and due for opening on_____" The outer cover of the sealed envelope should duly
bear the tender number and date of closing/opening prominently underlined, along with the
address as under
MANAGING DIRECTOR
ASSAM GAS COMPANY LTD.
DULIAJAN 786602
DIST.- DIBRUGARH
ASSAM, INDIA
5.2
Envelope:
i)
Containing Valid and proper Bid Security in Original as per Clause 11.0 and
should reach office of the Managing Director before Bid closing date and time,
otherwise Bid will be rejected.
ii)
ii)
Page No.
5.3.2
iii)
iv)
v)
vi)
The Priced Bid shall contain the prices quoted and any other commercial
information pertaining to the service offered.
6.0
BID FORM:
The bidder shall complete the Bid Form and the appropriate Price Schedule furnished in
their Bid.
7.0
BID PRICE:
7.1
Unit prices must be quoted by the bidders both in words and in figures.
7.2
Price quoted by the successful bidder must remain firm during its performance of the
Contract and is not subject to variation on any account.
7.3
All duties and taxes including VAT, Custom Duty, Contract Tax, Corporate income
Taxes and other levies payable by the successful bidder under the Contract for which
this Bidding Document is being issued, shall be included in the rates, prices and total
Bid Price submitted by the bidder, and the evaluation and comparison of bids shall be
made accordingly. For example, personal taxes and/or any corporate taxes arising out
of the profits on the contract as per rules of the country shall be borne by the bidder.
Page No.
8.0
9.0
10.0
11.0
SIGNING OF BID:
10.1
The bid including all documents shall be signed by duly authorized representative of
the bidder holding a Power of Attorney to bind the Bidder to the contract.
10.2
The original and all copies of the bid shall be typed or written in indelible inks and shall be
signed by the Bidder or a person or persons duly authorised holding a Power of Attorney to
bind the Bidder to the contract. The letter of authorisation (as per Proforma-H) shall be
indicated by written Power of Attorney accompanying the Bid. All pages of the Bid,
drawings and other accompanying documents except for un-amended printed literature,
shall be initialled by the person or persons signing the Bid Document.
10.3
Any person signing the Bid or any other document in respect of this Bid Document or other
relevant documents on behalf of the Bidder without disclosing his authority to do so shall
be deemed to have the authority to bind the Bidder. If it is discovered at any time that the
person so signing has no authority to do so, the Company (AGCL) may, without prejudice to
any other right or remedy, cancel his Bid or Contract and hold the Bidder liable to the
Company (AGCL) for all costs and damages arising from the cancellation of the Bid or
Contract including any loss which the Company (AGCL) may sustain on account thereof.
10.4
Any documents submitted by bidders shall contain no interlineations, white fluid erasures
or overwriting except as necessary to correct errors made by the Bidder, in which case
such correction shall be initialled by the person or persons who has/have signed the Bid.
10.5
Any Bid, which is incomplete, ambiguous, or not in compliance with the Bidding process
will be rejected.
BID SECURITY:
11.1
Pursuant to clause 5.0 the Bidder shall furnish as part of its Technical bid, Bid Security
for an amount of Rs. 2,50,000/- ( Two Lakh Fifty Four Thousand).
11.2
The Bid Security is required to protect the Company against the risk of Bidder's conduct,
which would warrant the security's forfeiture, pursuant to sub-clause 11.7.
11.3
10
The Bank Guarantee shall be valid for 30 days beyond the validity of the bids asked
for in the Bid Document.
Bank Guarantees issued by Banks should be on non-judicial stamp paper of
requisite value, as per Indian Stamp Act, purchased in the name of the Banker.
b) A Cashier's cheque or Demand Draft drawn on Assam Gas Company Limited valid for
180 days from the date of issue and payable at Duliajan, Assam.
12.0
11.4
Any bid not secured in accordance with sub-clause 11.1 shall be rejected by the
Company as non-responsive.
11.5
Unsuccessful Bidder's Bid Security will be discharged and/or returned within 30 days of
expiry of the period of bid validity.
11.6
Successful Bidder's Bid Security will be discharged upon the Bidder's signing of the
contract and furnishing the performance security.
11.7
If any Bidder withdraws or modifies their bid during the period of bid validity
(including any subsequent extension)
or
b)
to sign the contract within stipulated reasonable time & within the
period of bid validity, and/or
ii)
11.6
In case any bidder withdraws their bid during the period of bid validity, Bid Security
will be forfeited and the party shall be debarred for a period of 2(two) year to
participate any future tender.
11.7
Central Govt. offices and Central Public Sector undertakings are exempted from
submitting Bid Security.
Bids shall remain valid for 180 days after the date of bid opening (technical) prescribed
by the Company.
12.2
11
Bid Security shall not accrue any interest during its period of validity or extended validity.
13.0
All the conditions of the contract to be made with the successful bidder are given in various
Sections of this document. Bidders are requested to state their compliance/ non-compliance to
each clause as per Proforma-F.
14.0
Timely delivery of the bids is the responsibility of the Bidder. Company shall not be responsible
for any delay.
15.0
16.0
LATE BIDS:
Any Bid received by the Company after the deadline for submission of bids prescribed by the
Company shall be rejected.
17.0
18.0
The Bidder after submission of bid may withdraw its bid by written notice prior to bid
closing.
17.2
The Bidder's withdrawal notice shall be prepared sealed, marked and dispatched in
accordance with the provisions of Clause 5.1. A withdrawal notice may also be sent by
fax but followed by a signed confirmation copy, postmarked not later than the deadline for
submission of bids.
17.3
17.4
No bid may be withdrawn in the interval between the deadline for submission of bids and
the expiry 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 its Bid
Security.
In order to clarify bidders queries on the Bid Document and enable them to understand
the exact service requirement of the Company, a pre-bid conference will be held in the
date mentioned in the forwarding letter at Assam Gas Company Limited, Duliajan.
18.2
The purpose of the meeting will be to clarify issues and to answer questions on any matter
that may be raised at that stage. The bidders are requested to attend the pre-bid meeting at
their own interest.
18.3 Bidders or their authorized representatives, desirous of attending the Pre-Bid Meeting, must
submit authorization letter in Proforma-G at the time of Pre-Bid Meeting.
Page No.
12
19.0
18.4
The bidder is requested to submit any questions in writing or by email to reach the
Company not later than 3 (three) days before the pre-bid conference. These
queries/questions shall be addressed during the pre-bid meeting.
18.5
Bidders interested to attend the pre-bid conferences should intimate as specified in the
forwarding letter.
18.6
At the most 2 (two) representatives from each prospective bidder shall be allowed to
participate in the pre-bid conference.
18.7
Bidder shall bear all the costs for attending the pre-bid conference and the Company will
not reimburse the same under any circumstances.
18.8
Responses to the Quarries will be made by the company exclusively through the issue of
an addendum /corrigendum in the companys website only.
20.0
Company will open the Bids in the presence of Bidder /Bidder's representatives who
choose to attend at the date, time and place mentioned in the Forwarding Letter.
However, an authorization letter from the bidder must be produced by the Bidder's
representative at the time of bid opening. Unless this Letter is presented, the
representative will not be allowed to attend the bid opening. Only one representative
against each bid will be allowed to attend.
20.2
Bid for which an acceptable notice of withdrawal has been received shall not be opened.
Company will examine bids to determine whether they are complete, whether requisite
Bid Securities have been furnished, whether documents have been properly signed and
whether the bids are generally in order.
20.3
At bid opening, Company will announce the Bidder's names, written notifications of bid
modifications or withdrawal, if any, the presence of requisite Bid Security and such
other details as the Company may consider appropriate.
20.4
Company shall prepare, for its own records, minutes of bid opening including the
information disclosed to those present in accordance.
Page No.
13
21.0
22.0
20.5
To assist in the examination, evaluation and comparison of bids the Company may at its
discretion, ask the Bidder for clarifications of its bid. The request for clarification and
the response shall be in writing and no change in the price or substance of the bid shall
be sought, offered or permitted.
20.6
Prior to the detailed evaluation, Company will determine the substantial responsiveness
of each bid to the requirement of the Bidding Documents. For purpose of these
paragraphs, a substantially responsive bid is one, which conforms to all the terms and
conditions of the Bidding Document without deviations or reservation. A deviation or
reservation is one which affects in any way substantial way the scope, quality, or
performance of work, or which limits in any substantial way, in-consistent way with the
bidding documents, the Companys right or the bidders obligations under the contract,
and the rectification of which deviation or reservation would affect unfairly the
competitive position of other bidders presenting substantial responsive bids. The
Company's determination of bid's responsiveness is to be based on the contents of the
Bid itself without recourse to extrinsic evidence.
20.7
A Bid determined as not substantially responsive will be rejected by the Company and
may not subsequently be made responsive by the Bidder by correction of the nonconformity.
Company will open the Commercial Bids of the technically qualified Bidders on a
specific date in presence of interested qualified bidders. Technically qualified Bidders
will be intimated about the bid opening date in advance.
21.2
The Company will examine the Price quoted by Bidders to determine whether they are
complete, any computational errors have been made, the documents have been properly
signed, and the bids are generally in order
21.3
14
22.1.2 Post bid or conditional discounts/rebates offered by any bidder shall not be
considered for evaluation of bids. However, if the lowest bidder happens to be the
final acceptable bidder for award of contract, and if they have offered any
discounts/rebates, the contract shall be awarded after taking into account such
discounts/rebates.
23.0
24.0
Except as otherwise provided, no Bidder shall contact Company on any matter relating
to its bid, from the time of the bid opening to the time the Contract is awarded except as
required by Company.
23.2
An effort by a Bidder to influence the Company in the Company's bid evaluation, bid
comparison or Contract award decisions may result in the rejection of their bid.
AWARD OF CONTRACT
The Company will award the Contract to the successful Bidder whose bid has been determined
to be substantially responsive and has been determined as the lowest evaluated bid, provided
further that the Bidder is determined to be qualified to perform the Contract satisfactorily.
25.0
26.0
27.0
NOTIFICATION OF AWARD:
26.1
Prior to the expiry of the period of bid validity or extended validity, the company will
notify the successful Bidder in writing by registered letter or by cable or telex or fax (to
be confirmed in writing by registered / couriered letter) that its bid has been accepted.
26.2
The notification of award (LOI) will constitute the formation of the Contract.
26.3
Upon the successful Bidder's furnishing of Performance Security, the company will
promptly notify each un-successful Bidder and will discharge their Bid Security.
PERFORMANCE SECURITY:
27.1
Within 15 days of receipt of notification of Letter of Intent (LOI) from the Company, the
successful Bidder shall furnish to Company the Performance Security for an amount
equivalent to 10% of the estimated total contract value as per Proforma-D or in any other
format acceptable to the Company and must be in the form of Bank Guarantee (BG) from
any Nationalised / Scheduled Bank in India
Page No.
15
28.0
29.0
30.0
27.2
The performance security shall be payable to Company as compensation for any loss
resulting from Contractors failure to fulfill its obligations under the Contract.
27.3
The performance security as specified above must be valid for 12 months from the
date of submission of the Final Report and acceptance by AGCL to cover the
warranty obligations. The same will be discharged by company not later than 30 days
following its expiry.
27.4
Failure of the successful Bidder to comply with the requirements of clause 27.1 and/or
28.0 shall constitute sufficient grounds for annulment of the award and forfeiture of the
Bid Security. In such an event the Company may award the contract to the next
evaluated Bidder or call for new bid or negotiate with the next lowest bidder as then
case may be.
SIGNING OF CONTRACT:
28.1
At the same time as the Company notifies the successful Bidder that its Bid has been
accepted, the Company will either call the successful Bidder for signing of the agreement
or send the Contract Form provided in the Bid Documents, along with the General &
Special Conditions of Contract, Technical Specifications, Schedule of Rates incorporating
all agreements agreed between the two parties.
28.2
Within 15 days of issue of LOI, the successful Bidder shall sign the contract and return it
to the Company. Till the contract is signed, the LOI issued to the successful bidder shall
remain binding amongst the two parties.
28.3
In the event of failure on the part of the successful Bidder to sign the contract within the
period specified above or any other time period specified by Company, AGCL reserves
the right to terminate the LOI issued to the successful Bidder and invoke the Bid Security
or the Performance Security if submitted by the successful Bidder. The party shall also be
debarred for a period of 2(two) years from the date of default.
COST OF BIDDING:
29.1
The bidder shall bear all cost associated with the preparation and submission of its bid
and AGCL will in no case be responsible or liable for those costs, regardless of the
conduct or outcome of the bidding process.
29.2
The Bidder is expected to examine all the terms & conditions, instructions, forms and
specifications in the bidding documents and inform the company in case of any
ambiguity. In such case the decision of the Company will be final and binding.
SITE VISIT:
The Bidder, at the Bidders own cost, responsibility and risk is encouraged to visit and examine
the site of work and its surroundings, understand the logistics and obtain all information that
Page No.
16
Inspected and examined the Site and its surroundings and carried out such surveys as it
considers necessary;
b)
Satisfied itself as to the nature of the work and materials necessary for the execution of
the Works;
c)
Satisfied itself as to the circumstances at the Site, including, without limitation, the
ground and sub-soil, the form and nature of the Site and the climate and hydrological
conditions of the Site;
d)
Satisfied itself as to the means of communication with and access to & through the Site,
the accommodation it may require and the precautions and the times and methods of
working;
e)
Obtained for itself all necessary information as to the risks, contingencies and all other
circumstances, which may influence or affect the Contract price and its obligations
under the Contract;
f)
Satisfied itself with all the local conditions, factors and legislation which may have any
effect on the execution of the work covered under the Bid Document.
g)
Ascertained the general labour position at the Site and have understood the cost
associated with engagement of the labours.
BID RECEIVED WITHOUT VISITING THE SITE BY THE BIDDER SHALL
BE REJECTED STRAIGHTWAY.
31.0
LOCAL CONDITIONS:
It is imperative for each Bidder to fully inform themselves of all local conditions, factors and
legislation which may have any effect on the execution of the work covered under the Bid Document.
The bidders shall be deemed prior to submitting their bids to have satisfied themselves of all the
aspects covering the nature of the work as stipulated in the Bid Document and obtain for themselves
all necessary information as to the risks, contingencies and all other circumstances, which may
influence or affect the various obligations under the Contract.
32.0
SPECIFICATIONS:
Before submission of Bids, Bidders are requested to make themselves fully conversant with all
Conditions of the Bid Document and other relevant information related to the works/services to
be executed under the contract.
************
Page No.
17
TECHNICAL:
Bidder must meet the following criteria:
1.1.1
1.1.2
Pull through test facility for calibration of CDP tools:a) The bidder shall confirm for offering Pull through test for calibration of
Corrosion Detection Pig (CDP) for 12 inch diameter pipelines prior to
mobilization of CDP tools and other required associated material at Site.
AGCL at its sole discretion reserves the right to witness and/or to appoint its
authorized representative to witness the Pull through test to ascertain
diagnostic capability, reliability etc. of the inspection tools to be deployed at
Site.
b) The Pull through test shall be adequate to fulfill the requirement of defect
identification as mentioned in the tender.
c) During Pull through test, the AGCL representatives shall be allowed to share
technical information related to the CDP, including test pipe data, tool velocity,
Page No.
18
FINANCIAL
Average annual financial turnover as per Audited Annual Reports for the last 3(three)
accounting years preceding scheduled bid closing date should be at least Rs 185,00,000/-.
The proof of annual turnover should be either in the form of Audited Balance Sheet or
certification from Chartered / Cost Accountant firm indicating the Code / Membership
Number.
1.3
COMMERCIAL:
1.3.1
Bidder shall furnish Bid Security along with Bid. Bid security shall be furnished
as a part of Technical Bid. Any bid not accompanied by a proper bid security
will be rejected.
1.3.2
Any bid received in any other form except hard copy will not be accepted.
1.3.3
Bid shall be typed or written in indelible ink and original bid shall be signed by
the Bidder or their authorized representative on all pages failing which the bid
will be rejected. Rates shall be quoted in figures as well as in words.
1.3.4
1.3.5
1.3.6
1.3.7
Bidders must quote clearly and strictly in accordance with the price schedule
outlined in Bidding Documents; otherwise the bid will be rejected.
1.3.8
1.3.9
Any Bid received by the Company after the deadline for submission of bids
prescribed by the Company will be rejected.
Page No.
19
1.3.10
Price quoted by the successful Bidder must be firm during the performance of
the Contract and not subject to variation on any account. A bid submitted with
an adjustable price will be treated as non-responsive and rejected.
1.3.11
The following Clauses with all its sub-clauses should be agreed in to, failing
which the bid will be rejected.
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
1.4
2.0
GENERAL:
1.4.1
In case Bidder takes exception to any clause of Bid Document not covered
under BQC, then the Company has the discretion to load or reject the offer on
account of such exception if the Bidder does not withdraw/ modify the deviation
when/as advised by the Company. The loading so done by the Company will be
final and binding on the Bidders. No deviation will however, be accepted in the
clauses covered under BQC.
1.4.2
To ascertain the substantial responsiveness of the bid the Company reserves the
right to ask the Bidder for clarification in respect of clauses covered under BQC
also and such clarification fulfilling the BQC clauses must be received on or
before the deadline given by the Company, failing which the offer will
summarily rejected.
1.4.3
In case, any of the clauses in the BQC contradict with other clauses of Bid
Document elsewhere, then the clauses in the BQC shall prevail.
1.4.4
EVALUATION OF BIDS:
2.1
The bids conforming to the technical specifications, terms and conditions stipulated in the
bid documents and considered to be responsive after subjecting to the Bid Qualification
Criteria will be considered for further evaluation as per the Bid Evaluation Criteria given
below:
Page No.
20
All qualified bids shall be evaluated and compared based on the total evaluated price for
complete scope of work inclusive all taxes & duties but exclusive of service tax as quoted
by the bidder.
The contract will be awarded to the overall lowest bidder. The quoted unit rate is inclusive
of all taxes, but excluding services tax, as applicable in India.
2.2
To ascertain the inter-se-ranking, the comparison of the qualified bids will be made on the
basis of total cost of various works envisaged as per the price bid under the contract.
----------------**************
Page No.
21
PART-III
GENERAL CONDITIONS OF CONTRACT
1.0
DEFINITIONS
1.1
2.0
b)
"Contract Price means the price payable to Contractor under the contract for
the full and proper performance of their contractual obligations.
c)
"Work" means each and every activity required for the successful performance
the services described in Part-VI, the Terms of Reference.
d)
e)
f)
g)
The contract shall become effective as of the date notifies Contractor in writing
through Letter of Intent (LOI). This date shall be treated as the effective date of
commencement of the contract.
2.2
MOBILISATION TIME:
The mobilization of equipment, personnel etc. should be completed by Contractor within
15 days from the date of issuance of the LOI from AGCL. Mobilization shall be deemed
to be completed when Contractor's equipment and manpower are placed at the
nominated location in readiness to commence Work as envisaged under the Contract
duly certified by the Company's authorized representative.
Page No.
22
2.4
2.5
3.0
4.0
3.1
Perform the work described in the Terms of Reference (Part-VI) in most economic and
cost effective way.
3.2
Except as otherwise provided in the Terms of Reference and the special Conditions of
the contract, provide all personnel as required to perform the work.
3.3
Perform all other obligations, work and services which are required by the terms of
this contract or which reasonably can be implied from such terms as being necessary
for the successful and timely completion of the work.
3.4
Contractor shall be deemed to have satisfied himself before submitting their bid as to
the correctness and sufficiency of its bid for the services required and of the rates and
prices quoted, which rates and prices shall, except insofar as otherwise provided, cover
all its obligations under the contract.
3.5
Contractor shall give or provide all necessary supervision during the performance of
the services and as long thereafter as within the warranty period company may
consider necessary for the proper fulfilling of contractor's obligations under the
contract.
4.2
Allow Contractor access, subject to normal security and safety procedures, to all areas
as required for orderly performance of the work.
Page No.
23
5.0
6.0
7.0
Perform all other obligations required of Company by the terms of this contract.
5.2
The Contractor should ensure that their personnel observe company applicable rules
and statutory safety requirements. Upon Company's written request, contractor, entirely
at its own expense, shall remove immediately; any personnel of the Contractor
determined by the Company to be unsuitable and shall promptly replace such personnel
with personnel acceptable to the Company.
5.3
The Contractor shall be solely responsible throughout the period of the contract for
providing all requirements of their personnel. Company shall have no responsibility or
liability in this regard.
5.4
Contractor's key personnel shall be fluent in English and Hindi language (both writing
and speaking).
Contractor warrants that it shall perform the work in a professional manner and in
accordance with the highest degree of quality, efficiency, and with the state of the art
technology/ inspection services and in conformity with all specifications, standards and
drawings set forth or referred to in the Technical Specifications. They should comply
with the instructions and guidance which Company may give to the Contractor from
time to time.
6.2
Should Company discover at any time during the execution of the Contract or within 12
months after completion of the contract that the work carried out by the contractor does
not conform to the foregoing warranty, Contractor shall after receipt of notice from
Company, promptly perform all corrective work required to make the services conform
to the Warranty. Such corrective work shall be performed entirely at contractor's own
expenses. If such corrective work is not performed within a reasonable time, the
Company, at its option, may have such remedial work carried out by others and charge
the cost thereof to Contractor which the contractor must pay promptly. In case
contractor fails to perform remedial work, the performance security shall be forfeited.
Contractor shall not, without Company's prior written consent, disclose the contract, or
any provision thereof, or any specification, plan, drawing pattern, sample or information
furnished by or on behalf of Company in connection therewith, to any person other than
a person employed by Contractor in the performance of the contract. Disclosure to any
such employed person shall be made in confidence and shall extend only as far as may
be necessary for purposes of such performance.
Page No.
24
8.0
7.2
Contractor shall not, without Company's prior written consent, make use of any
document or information except for purposes of performing the contract.
7.3
Any document supplied to the Contractor in relation to the contract other than the
Contract itself remain the property of Company and shall be returned ( in all copies) to
Company on completion of Contractor's performance under the Contract if so required
by Company.
TAXES:
8.1
Tax levied as per the provisions of Indian Income Tax Act and any other
enactment/rules on income derived/ payments received under the contract will be on
contractors account.
8.2
Contractor shall be responsible for payment of personal taxes, if any, for all the
personnel deployed in India.
8.3
The contractor shall furnish to the company, if and when called upon to do so, relevant
statement of accounts or any other information pertaining to work done under the
contract for submitting the same to the Tax authorities, on specific request from them.
Contractor shall be responsible for preparing and filing the return of income etc.
within the prescribed time limit to the appropriate authority.
8.4
Prior to start of operations under the contract, the contractor shall furnish the company
with the necessary documents, as asked for by the company and / or any other
information pertaining to the contract, which may be required to be submitted to the
Income Tax authorities at the time of obtaining "No objection Certificate" for
releasing payments to the contractor.
8.5
Tax clearance certificate for personnel and corporate taxes shall be obtained by the
contractor from the appropriate Indian Tax authorities and furnished to company
within 6 months of the expiry of the tenure of the contract or such extended time as the
company may allow in this regard.
8.6
Corporate income tax will be deducted at source from the invoice at the specified rate
of income tax as per the provisions of Indian Income Tax Act as may be in force from
time to time.
8.7
Corporate and personal taxes on contractor shall be the liability of the contractor and
the company shall not assume any responsibility on this account.
8.8
All local taxes, levies and duties, sales tax, octroi, customs duty, VAT etc. on
purchases and sales made by contractor shall be borne by the contractor.
Page No.
25
SERVICE TAX:
The price excludes Services Tax and the service tax as applicable shall be paid extra.
8.10
8.11
ii)
The Contractor shall be fully liable for observing all the formalities in this
regard as well as to pay the customs duty chargeable on the equipment,
including any deposit payable for such purposes. No adjustment in the Contract
Price shall be permissible for any change in duty drawback applicable in
respect of equipment and machinery brought to India for use in the project and
for re-export of equipment & machinery, on completion of the project.
CUSTOMS DUTY:
The quoted price shall include full customs duties for materials (for permanent
incorporation in the work), equipment and plants envisaged to be imported for execution
of work.
8.12
IMPORT LICENSE:
The Contractor shall arrange import of all materials required for permanent
incorporation in the works as well as construction equipment as per the guidelines laid
down by the Government of India. Import licence shall not be provided by Company.
9.0
INSURANCE:
9.1
The contractor shall arrange insurance to cover all risks in respect of their personnel,
materials and equipment belonging to the contractor or its subcontractor during the
currency of the contract.
9.2
Contractor shall at all time during the currency of the contract provide, pay for and
maintain the following insurances amongst others:
a) Workmen compensation insurance as required by the laws of the country of origin of
the employee.
b) Employer's Liability Insurance as required by law in the country of origin of
employee.
c) General Public Liability Insurance covering liabilities including contractual
liability for bodily injury, including death of persons, and liabilities for damage of
property. This insurance must cover all operations of Contractor required to fulfill
the provisions under this contract.
d) Contractor's equipment used for execution of the work hereunder shall have an
insurance cover with a suitable limit (as per international standards).
Page No.
26
10.0
9.3
Contractor shall obtain additional insurance or revise the limits of existing insurance as
per Companys request in which case additional cost shall be to Contractors account.
9.4
Any deductible set forth in any of the above insurance shall be borne by Contractor.
9.5
Contractor shall furnish to Company prior to commencement date, certificates of all its
insurance policies covering the risks mentioned above.
9.6
If any of the above policies expire or are cancelled during the term of this contract and
Contractor fails for any reason to renew such policies, then the Company will
renew/replace same and charge the cost thereof to Contractor. Should there be a lapse in
any insurance required to be carried by Contractor for any reason whatsoever,
loss/damage claims resulting there from shall be to the sole account of Contractor.
9.7
Contractor shall require all of their sub-contractor to provide such of the foregoing
insurance coverage as Contractor is obliged to provide under this Contract and inform
the Company about the coverage prior to the commencement of agreements with its subcontractors.
9.8
CHANGES:
10.1
During the performance of the work, Company may make a change in the work within
the general scope of this Contract including, but not limited to, changes in methodology,
and minor additions to or deletions from the work to be performed. Contractor shall
perform the work as changed. Changes of this nature will be affected by written order by
the Company.
10.2
27
11.0
12.0
FORCE MAJEURE:
11.1
In the event of either party being rendered unable by `Force Majeure' to perform any
obligation required to be performed by them under the contract, the relative obligation
of the party affected by such `Force Majeure' will stand suspended as provided herein.
The word `Force Majeure' as employed herein shall mean acts of God, war, revolt,
agitation, strikes, riot, fire, flood, sabotage, civil commotion, road barricade (but not due
to interference of employment problem of the Contractor) and any other cause, whether
of kind herein enumerated or otherwise which are not within the control of the party to
the contract and which renders performance of the contract by the said party impossible.
11.2
Upon occurrence of such cause and upon its termination, the party alleging that it has
been rendered unable as aforesaid thereby, shall notify the other party in writing within
Seventy Two (72) hours of the alleged beginning and ending thereof, giving full
particulars and satisfactory evidence in support of its claim.
11.3
Should `force majeure' condition as stated above occurs and should the same be notified
within seventy two (72) hours after its occurrence the `force majeure' rate shall apply for
a maximum cumulative period of fifteen days. Either party will have the right to
terminate the Contract if such `force majeure' condition continues beyond fifteen (15)
days with prior written notice. Should either party decide not to terminate the Contract
even under such condition, no payment would apply after expiry of fifteen (15) days
force majeure period unless otherwise agreed to.
TERMINATION:
12.1
12.2
12.3
28
12.5
12.6
If at any time during the term of the Contract, breakdown of Contractors equipment
results in Contractor being unable to perform their obligations hereunder for a period of
15 successive days, Company at its option may terminate this Contract in its entirely
without any further right or obligation on the part of the Company except for the
payment of money then due. No notice shall be served by the Company under the
condition stated above.
12.7
Notwithstanding any provisions herein to the contrary, the Contract may be terminated
at any time by the company on giving 30 (thirty) days written notice to the Contractor
due to any other reason not covered under the above clause from 12.1 to 12.6 and in the
event of such termination the Company shall not be liable to pay any cost or damage to
the Contractor except for payment for services as per the Contract upto the date of
termination.
12.8
CONSEQUENCES OF TERMINATION:
In all cases of termination herein set forth, the obligation of the Company to pay for
Services as per the Contract shall be limited to the period upto the date of termination.
Notwithstanding the termination of the Contract, the parties shall continue to be bound
by the provisions of the Contract that reasonably require some action or forbearance
after such termination.
12.9
Upon termination of the Contract, Contractor shall return to Company all of Companys
items, which are at the time in Contractors possession.
12.10 In the event of termination of contract, Company will issue Notice of termination of the
contract with date or event after which the contract will be terminated. The contract shall
then stand terminated and the Contractor shall demobilize their personnel & materials.
13.0
All disputes or differences whatsoever arising between the parties out of or relating to
Page No.
29
NOTICES:
14.1
Any notice given by one party to other, pursuant to this Contract shall be sent in writing
or by telex or Fax and confirmed in writing to the applicable address specified below:
Company
For all matters
The Managing Director
ASSAM GAS COMPANY LIMITED
PO - Duliajan
Dist.- Dibrugarh
Assam-786125, India
Fax No. 91-0374-2800557
Contractor
__________________________
__________________________
Fax No. :
Email:
14.2
15.0
SUBCONTRACTING:
15.1
16.0
A notice shall be effective when delivered or on the notice's effective date, whichever is
later.
Contractor shall not subcontract the whole of the work. The Contractor shall not
subcontract any part of the work under this contract without the prior written approval
from AGCL.
MISCELLANEOUS PROVISIONS:
16.1
a)
Contractor shall give notices and pay all fees at their own cost required to be given
or paid by any National or State Statute, Ordinance, or other Law or any
regulation, or bye-law of any local or other duly constituted authority as may be in
force from time to time in India, in relation to the performance of the services and
by the rules & regulations of all public bodies and companies whose property or
rights are affected or may be affected in any way by the services.
b)
Contractor shall conform in all respects with the provisions of any Statute,
Ordinance of Law as aforesaid and the regulations or bye-law of any local or other
duly constituted authority which may be applicable to the services and with such
Page No.
30
During the tenure of the Contract, Contractor shall keep the site where the services are
being performed reasonably free from all unnecessary obstruction and shall store or
dispose of any equipment and surplus materials and clear away and remove from the site
any wreckage, rubbish or temporary works no longer required. On the completion of the
services, Contractor shall clear away and remove from the site any surplus materials,
rubbish or temporary works of every kind and leave the whole of the site clean and in
workman like condition to the satisfaction of the Company and conform to ISO 14001.
16.3
Key personnel cannot be changed during the tenure of the Contract except due to
sickness/death/resignation of the personnel in which case the replaced person should
have equal experience and qualification which will be again subject to approval by the
Company.
18.0
17.1
Time is the essence of this Contract. In the event of the Contractor's default in
timely mobilization for commencement of operations within the stipulated period
and/or default in timely completion of work within the stipulated period, the
Contractor shall be liable to pay liquidated damages @ 1/2% of the total contract
value, per week or part thereof of delay subject to maximum of 5%. The Company
may without prejudice to any other method of recovery, deduct the amount of such
liquidated damages from any amount due to the Contractor.
17.2
If the Contractor fails to mobilise within 7 days after the stipulated date, then the
Company reserves the right to cancel the Contract without any compensation
whatsoever.
PERFORMANCE SECURITY:
18.1
18.2
31
19.0
20.0
LABOUR:
The recruitment of the labour may preferably be met from the areas of operation and wages
shall be according to the rates prevalent at the time which can be obtained from the District
Authorities of the area. The facilities to be given to the labourers should conform to the
provisions of labour laws as per contract Labour (Regulation and Abolition) Act, 1970.
21.0
LIABILITY:
21.1
21.2
Except as otherwise expressly provided, neither Company nor its servants, agents,
nominees, Contractors, or sub-contractors shall have any liability or responsibility
whatsoever to whomsoever for loss of or damage to the equipment and/or loss of or
damage to the property of the Contractor and/or their Contractors or sub-contractors,
irrespective of how such loss or damage is caused and even if caused by the negligence
of Company and/or its servants, agent, nominees, assignees, contractors and subContractors. The Contractor shall protect, defend, indemnify and hold harmless
Company from and against such loss or damage and any suit, claim or expense resulting
there from.
Neither Company nor its servants, agents, nominees, assignees, Contractors,
subcontractors shall have any liability or responsibility whatsoever for injury to, illness,
or death of any employee of the Contractor and/or of its Contractors or sub-contractor
irrespective of how such injury, illness or death is caused and even if caused by the
negligence of Company and/or its servants, agents nominees, assignees, Contractors and
sub-contractors. Contractor shall protect, defend, indemnify and hold harmless Company
from and against such liabilities and any suit, claim or expense resulting there from.
21.3
The Contractor hereby agrees to waive its right to recourse and further agrees to cause
their underwriters to waive their right of subrogation against Company and/or its
underwrites, servants, agents, nominees, assignees, Contractors and subcontractors for
loss or damage to the equipment of the Contractor and/or its subcontractors when such
loss or damage or liabilities arises out of or in connection with the performance of the
contract.
21.4
The Contractor hereby further agrees to waive its right of recourse and agrees to cause
its underwriters to waive their right of subrogation against Company and/or its
underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for
injury to, illness or death of any employee of the Contractor and of its Contractors, subcontractors and/or their employees when such injury, illness or death arises out of or in
connection with the performance of the contract.
Page No.
32
21.5
Except as otherwise expressly provided, neither Contractor nor its servants, agents,
nominees, Contractors or sub-contractors shall have any liability or responsibility
whatsoever to whomsoever for loss of or damage to the equipment and/or loss or
damage to the property of the Company and/or their Contractors or sub-contractors,
irrespective of how such loss or damage is caused and even if caused by the negligence
of Contractor and/or its servants, agents, nominees, assignees, Contractors and subcontractors. The Company shall protect, defend, indemnify and hold harmless
Contractor from and against such loss or damage and any suit, claim or expense
resulting there from.
21.6
21.7
The Company agrees to waive its right of recourse and further agrees to cause its
underwriters to waive their right of subrogation against Contractor and /or its
underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for
loss or damage to the equipment of Company and/or its contractors or sub-contractors
when such loss or damage or liabilities arises out of or in connection with the
performance of the contract.
21.8
22.0
The Company hereby further agrees to waive its right of recourse and agrees to cause it
underwriters to waive their right of subrogation against Contractor and/or its
underwriters, servants, agents, nominees, assignees, Contractors and subcontractors for
injury to, illness or death of any employee of the Company and of its Contractors, subcontractors and/or their employees when such injury, illness or death arises out of or in
connection with the performance of the Contract.
CONSEQUENTIAL DAMAGE:
Except as otherwise expressly provided, neither party shall be liable to the other for special,
indirect or consequential damages resulting from or arising out of the contract, including but
without limitation, to loss or profit or business interruptions, howsoever caused and regardless
of whether such loss or damage was caused by the negligence (either sole or concurrent) of
either party, its employees, agents or sub-contractors.
23.0
INDEMNITY AGREEMENT:
23.1
Except as provided hereof Contractor agrees to protect, defend, indemnify and hold
Company harmless from and against all claims, suits, demands and causes of action,
liabilities, expenses, cost, liens and judgments of every kind and character, without limit,
which may arise in favour of Contractors employees, agents, contractors and subPage No.
33
24.0
Except as provided hereof Company agrees to protect, defend, indemnify and hold
Contractor harmless from and against all claims, suits, demands and causes of action,
liabilities, expenses, cost, liens and judgments of every kind and character, without limit,
which may arise in favour of Companys employees, agents, contractors and subcontractors or their employees on account of bodily injury or death, or damage to
personnel/properly as a result of the operations contemplated hereby, regardless of
whether or not said claims, demands or causes of action arise out of the negligence or
otherwise, in whole or in part or other faults.
INDEMNITY APPLICATION:
The indemnities given herein above, whether given by Company or Contractor shall be without
regard to fault or to the negligence of either party even though said loss, damage, liability,
claim, demand, expense, cost or cause of action may be caused, occasioned by or contributed to
by the negligence, either sole or concurrent of either party.
25.0
Company shall pay to Contractor, during the term of the contract, the amount due
calculated according to the rates of payment set and in accordance with other provisions
hereof. No other payments shall be due from Company unless specifically provided for
in this contract. All payments will be made in accordance with the terms hereinafter
described.
25.2
25.3
Payment of any invoices shall not prejudice the right of Company to question the
validity of any charges therein, provided Company within one year after the date of
payment shall make and deliver to Contractor written notice of objection to any item or
items the validity of which Company questions.
25.4
Contractor will submit three sets of all invoices to Company for processing of payment.
25.5
25.6
The Company shall within 30 days of receipt of the invoice notify Contractor of any
item under dispute, specifying the reasons thereof, in which event, payment of the
disputed amount may be withheld until settlement of the dispute, but payment shall be
made of any undisputed portion.
25.7
The acceptance by Contractor of part payment on any billing not paid on or before the
Page No.
34
26.0
Contractor shall maintain complete and correct records of all information on which
Contractors invoices are based up to 2(two) years from the date of last invoice. Such
records shall be required for making appropriate adjustments or payments by either
party in case of subsequent audit query / objection. Any audit conducted by Company of
Contractor's records, as provided herein, shall be limited to Companys verification (i)
of the accuracy of all charges made by Contractor to Company and (ii) that Contractor is
otherwise in compliance with the terms and conditions of this Agreement.
WITH-HOLDING:
26.1
Company may withhold or nullify the whole or any part of the amount due to
Contractor, after informing the Contractor of the reasons in writing, on account of
subsequently discovered evidence in order to protect Company from loss on account of :
a)
b)
c)
d)
e)
f)
g)
h)
All claims against Contractor for damages and injuries, and/or for non-payment
of bills etc.
i)
35
27.0
ii)
iii)
APPLICABLE LAW:
27.1
The Contract shall be deemed to be a Contract made under, governed by and construed
in accordance with the laws of India for the time being in force and shall be subject to
the exclusive jurisdiction of Courts situated in Dibrugarh.
27.2
The Contractor shall ensure full compliance of various Indian Laws and Statutory
Regulations, to the extent applicable, as stated below, but not limited to, in force from
time to time and obtain necessary permits/licenses etc. from appropriate authorities for
conducting operations under the Contract.
27.3
a)
b)
c)
d)
e)
f)
g)
The Contract Labour (Regulation & Abolition) Act, 1970 and the rules
framed there under.
h)
i)
j)
k)
l)
m)
n)
The Contractor shall not make Company liable to reimburse the Contractor to the
Page No.
36
28.0
27.4
Any permission from the Mines Directorate in connection with working in excess of 8
(eight) hours per day shift pattern by the Contractor shall have to be arranged by the
Contractor before commencement of the Contract, in consultation with the Company.
Moreover, since the Contractors personnel engaged shall be working under the Mines
Act and Oil Mines Regulations, the Contractor shall have to obtain any other relevant
permission from the Mines Directorate to engage their employees in compliance with
various procedures as per Mines Act. In case of any breach of procedures under Mines
Act the Contractor shall be held responsible and they shall bear all expenses arising as a
result thereof.
27.5
The Contractor shall not engage labour below 18 (eighteen) years of age under any
circumstances. Persons above 60 years age also shall not be deployed excepting Rig
Manager/Rig Superintendent.
27.6
ii)
iii)
License/certificate from specified electrical authorities for the rig and camp
electrical personnel, if required.
iv)
v)
29.0
37
31.0
WAIVER:
Any delay in exercising and any omission to exercise any right, power or remedy exercisable
by the Company under this contract shall not impair such right, power or remedy nor shall any
waiver by the Company of any breach by the Contractor of any provision of this contract
prevent the subsequent enforcement of that provision by the Company or be deemed a waiver
by the Company of any subsequent breach by the Contractor.
----------------**************
Page No.
38
Sl.
Description of work / service
No.
Unit
Qty
Total Amount
(in Lakh)
KM
53
2.
Standby charges
Day
3.
Cost of re-run
KM
53
TOTAL
The rates and charges indicated above shall apply to this contract.
1.0
The job includes mobilization & demobilization of equipment & personnel, all the
charges for the equipment/accessories, spares, consumables and repair maintenance of
equipment/support infrastructure, medical of personnel, hire of any infrastructure and day
to day operational requirement not specified hereof including taxes and fees which are the
contractors liability. Operating rate shall also include running of calliper tool, cleaning
tools, inspection tool, data processing/ interpretation, draft report, verification of results
and final report.
ii)
Operating rate per line Kilometer will be in terms of Kilometers of coverage measured
from trap to trap
iii)
Payments shall be made on the basis of kilometerage of section pigged as per the rates
shown in the price schedule, after completion of IP tool run in all respect, in an
individual section.
Page No.
39
iv)
Contractor shall raise bill in line with the rate shown in the price schedule for operation
charges after completion of IP tool run in all respect in an individual section:
SL.
NO
ITEM/STAGE
% OF
CONTRACT
VALUE
10%
1.
2.
25%
3.
10%
4.
20%
5.
35%
v)
Any demurrage accrued on account of delayed clearance through customs and all
clearance charges, port fees etc. will be to the Contractors account entirely.
vi)
Contractor shall provide Company with copies of Bills of Entry together with copies for
the equipment/items imported in connection with execution of the contract. This is to
ascertain the excess-customs duty paid by Company, if any. Any recovery for excesscustoms duty paid shall be made from the Contractor out of the mobilization charges
payable to them to the extent covered and the balance from their monthly bills.
vii) To process the payment Contractor shall submit the invoice along with tool run report.
viii) The progressive payment referred to above shall be paid after the Contractors submission
of the Certificated Bill for the actual work done.
2.0
MOBILISATION ADVANCE:
No mobilisation advance shall be paid under this contract.
3.0
4.0
COST OF RE-RUN:
The bidder is required to quote the prices for re-run as a percentage in the format described in
Page No.
40
************
Page No.
41
PART-V
2.0
GENERAL
1.1
Special Conditions of Contract (SCC) shall be read in conjunction with the General
Conditions of Contract (GCC), Specifications of Work as per Terms of Reference
(PART-VI) , Drawings and other documents forming part of this contract wherever the
context so requires.
1.2
Notwithstanding the sub-division of the documents into these separate parts and
volumes, every part of each shall be deemed to be supplementary to and complementary
of every other part and shall be read with and into the contract in so far as it may be
practicable to do so.
1.3
Where any portion of the GCC is repugnant to or at variance with any provision of the
SCC, then the provision of the SCC shall be deemed to override the provisions of the
GCC and shall, to the extent of such repugnance or variations prevail.
1.4
Wherever it is mentioned in the specifications that the contactor shall perform certain
works or provide certain facilities, it is to be understood that in addition to the items
supplied by the company, the contractor shall do so at his own cost, being deemed to be
part of the relevant item in the schedule of Quantities (SOQ) whether specifically stated
or not.
1.5
The design and workmanship of all materials to be used / supplied by the Contractor
shall satisfy the relevant Standards & Codes, besides the specifications & stipulations
contained herein the contract specifications. The Contractor shall absorb all cost because
of the additional involvements thereon.
1.6
MOBILIZATION TIME
The Contractor shall complete the mobilization within 15 days from the date of issue of LOI
from AGCL. The mobilization shall be treated as complete only when the Contractors
personnel and equipment arrive at Companys designated site and are in a position to undertake
/ commence the work.
Page No.
42
4.0
Companys engineers will be associated with the work throughout the operation and the
Contractor shall be responsible for providing the necessary assistance and facilities
pertaining to the work at worksites and base camps.
3.2
The Contractor shall provide necessary assistance and facilities at their Test Centers in
their premises for minimum Two (2) Companys personnel in respect of the following:
a)
b)
Inspection of the facilities for data interpretation and comparison with reports of
other pipelines to enable drawl and formulation of maintenance and rehabilitation
requirements for Companys pipeline system.
3.3
The Contractor shall associate minimum two nos. of Companys engineers for data
interpretation and report generation at Contractors premises after IP tool run is
completed without any extra cost to company.
3.4
All the expenses to be incurred for the above inspection programme of Companys
personnel at the Contractors premises/Test Centre, as well as during the data
interpretation phase, shall be borne by the Company.
CONTRACTORs OBLIGATION:
Contractor shall in accordance with and subject to the terms and conditions of this Contract:
4.1
The Contractor shall furnish full particulars of crews e.g. name, nationality, passport
number, date and place of issue and expiry date of passport, fathers name, date and
place of birth, designation etc., two (2) weeks before the crew are due to arrive at site.
4.2
The Contractor shall primarily and solely be responsible for obtaining customs clearance
for importation into India of the Contractors equipment, materials and supplies in
connection with the execution of the work.
4.3
The Contractor shall arrange the clearance of all equipment, spare parts,
consumables, from customs and port authorities in India and shall pay all requisite
port fees, clearance fees, transit agent fees, inland transportation charges from port to
site etc.
4.4
The Company will provide all reasonable assistance by issuing necessary letters of
authority and relevant help as necessary. However, the primary obligation in this regard
would be on Contractor and at no stage the Company shall be accountable or liable to
any delay or consequence whatsoever.
4.5
The Contractor will be fully responsible for any unauthorized imports or wrong
Page No.
43
5.0
4.6
4.7
The Contractor shall provide and be responsible for wages, salaries, vacation,
transportation, bonus, special benefits, social charges, medical charges, food,
accommodation, termination payments, income and other taxes and any other
obligations including payments arising out of any other legal requirement at no extra
charge to the Company for all the personnel deployed by the Contractor or its subcontractors.
4.8
The Contractor shall be bound by laws and regulations of Govt. of India and other
statutory bodies in India in respect of use of wireless sets, entry regulations, security
restrictions, foreign exchange, work permits, customs etc. The Contractor shall arrange
all work permits, entry permits, inner line permits etc. in respect of its staff under this
contract.
4.9
It would be the sole responsibility of the Contractor to ensure that there is always ready
availability of necessary stores spares and shall keep his equipment in good working
condition for efficient performance of the work without any disruption. The contractor
shall bear all the expenses on account of repair/ replacement of all owned equipment and
appurtenance thereof consequent upon any damage/loss, non-performance during the
course of operation.
4.10
The Contractor shall bear all cost for transportation of Contractors equipment and
personnel from site to site in connection with the work. The Contractor shall bear all
transportation cost between site and port of entry and vice versa.
4.11
The Contract price shall remain firm and fixed during the execution of the Contract and
not subject to variation on any account.
4.12
The Contractor shall strictly adhere to work programme approved by the Company.
COMPANYs OBLIGATIONS:
5.1
The Contractor shall arrange clearance of all imported items such as equipment, spares
and consumable from customs and port authorities in India and shall pay all requisite
demurrages, if any, clearance fees/charges, port fees, clearing and forwarding agent
fees/charges, inland transport charges etc. The Company shall provide all assistance by
issuance of necessary letter of authority or other relevant documents.
5.2
In the event of natural disaster, civil disturbances, epidemic etc the company shall
Page No.
44
6.0
5.3
The Company shall allow the Contractor access, subject to observance of normal
security and safety procedures, to all areas as required for orderly performance of the
work.
5.4
The Company shall in accordance with the subject to the terms and conditions of this
Contract, perform all other obligations required of the Company by the terms of this
contract.
5.5
The Company shall endeavor to extend security arrangements available at its works to
the Contractor; however the Contractor shall be primarily responsible for security of its
personnel and equipment.
7.0
The contractor shall perform its works in such a manner as will prevent damage to the
Companys pipeline and shall carry out the works in such a manner as to conform to,
be consistent with and not interfere in any way with continuous and safe operation of
the pipeline. In the event of disruptions in the normal pipeline operations during the
run of gauging tool, cleaning tool and inspection tool for the reasons other than as
specified in clause 8.0 hereunder, the Contractor shall pay the Company as follows:
a)
Rs. 3.0 Lakh per day of shut-down of its operation on hourly pro-rata basis, and
b)
The aggregate amount of compensation payable to the Company for the above shall
be limited to maximum of Rs. 5.0 lakh per event. Provided further that the foregoing
shall also apply in case of a shutdown of normal pipeline operation due to obstruction
caused by the contractors equipment.
7.2
The foregoing clause 7.1 shall be applicable in the event of the contractor not able to
Page No.
45
8.0
The Contractor shall perform IP Survey and other related works in a suitable and safe
manner so as to prevent damage to the companys property and conform to and be
consistent with, operational practices of Natural Gas pipeline. Any permanent
damage/loss to the Companys pipeline, assets and plants due to actions undertaken by
the contractor while providing the services under this Contract shall have to be remedied
by the Contractor, entirely at their own cost. This cost shall include all expenditure on
replacement in relation thereto, as may be incurred by the Company and not be limited
to actual replacement cost of such damaged pipeline, assets or plants.
B)
OPERATIONAL EXIGENCIES
(i)
(ii)
Defect/damage occurring to the pipeline due to reasons other than the IPS
operation which may need immediate repair.
Shut down on any other account shall not be eligible for payment of Stand by
charges.
8.2
On the event of shutdown period exceeding 20 days, the contract period also shall get
extended to that extent if required.
8.3
a)
It will be deemed that the contractor has taken due care in design and selection /
adequacy of the inspection vehicle or a dummy version thereof and that it will not
result in a pipeline blockage under normal operating conditions.
b)
46
RE-RUN
9.1
Re runs shall only be permitted by owner after due assessment of the reasons for re-run
and acceptance of re-run requirement.
9.2
9.3
Re run charges shall be payable only for intelligent pig in case such re-runs are
necessitated due to reasons not attributable to the contractor like in a situation of
accidental closure of downstream valve (ahead of pig), prolonged line shutdown, and
such other very unusual circumstances. In such cases, the contractor shall be entitled to
payment of re-run rates mentioned in the SOQ. However, in such cases no standby
charges, damages or any other charges shall be payable to the contractor except that the
time extension without imposing price discount/liquidated damages may be granted to
the contractor to the extent his work was affected.
9.4
However no re-run charges shall be payable in case such re-runs are necessitated due to
reasons attributable to the contractor.
9.5
The bidder is required to quote the prices for re-run as a percentage in the format
described in schedule of rates. The percentage rate quoted shall in no case exceed
15%.
9.6
Bidders may note that for the purpose of evaluation of each price bid, the quoted cost
of one re-run shall be added to the lump sum inspection cost for comparison of the
price bids.
Safe operation of inspection equipment and non-interference with the operation of the
pipeline will be major requirements of the contract.
10.2
A)
ii)
Cup material should be tested to an appropriate standard to ensure blow over and
Page No.
47
B)
iii)
iv)
Materials that may come into contract with the pipe wall should be selected such
that they would wear preferentially in comparison to the pipe steel.
v)
ELECTRICAL SAFETY:
Compliance with relevant standards for the design and testing of equipment for
potentially flammable atmosphere shall be required to ensure that inspection tools do not
present risk of ignition under pipeline conditions.
11.0
12.0
10.3
For each of the above tests, the Contractor shall be required to specify the appropriate
National and/or International standard in accordance with which the tests shall be
carried out.
10.4
10.5
ENVIRONMENTAL REQUIREMENTS:
11.1
11.2
In pursuance of the above, Contractor shall ensure compliance with all rules and
regulations on environmental protection stipulated in Companys own policies.
NACE SP 0102-2010
48
BS 2856
BS 3683
SP 0102-2010
API 1163
POF Document
ASME B 31 G 2009
API 1160
ANSI/ASME B 31.4
BS 3889
BS 3920
BS 5555
BS 5750/ISO 9000
Quality Systems
BS 5775
************
Page No.
49
TERMS OF REFERENCE
1.0
PREAMBLE:
1.1
Assam Gas Company Limited owns and operates a 300 mm (12) NB cross country
natural gas CGD pipeline from Moran to Nagamati (near Namrup) in Sibsagar &
Dibrugarh Districts of Upper Assam for transporting natural gas from Moran source of
M/s Oil India Limited to various roadside Tea Gardens. The pipeline is designed for
total throughput of 0.5 MMSCMD. This 300 mm (12) NB pipeline is about 53.0 km in
length.
1.2
1.3
2.0
The Company intends to carry out IP Survey of the 53.0 km long 300 mm (12") NB
cross country natural gas CGD pipeline from Moran to Nagamati (near Namrup) to
assess the technical-health of the pipeline.
3.0
SCOPE OF WORK:
The scope of work shall broadly be as under:
3.1
The Contractor shall engage specialized and other skilled personnel and any other
facilities required to conduct a metal loss survey of the pipeline.
3.2
The Contractor shall determine internal and external metal loss due to corrosion,
manufacturing or construction defects.
3.3
The Contractor shall submit a full survey report detailing accurately three dimensional
size, location and orientation of each and every anomaly detected by analysis of the
inspection data in a mutually agreed format after completion of the metal loss survey.
3.4
The Contractor shall make an assessment of inspection data using acknowledged defect
Page No.
50
4.0
The guide lines set forth conform to Specification and Requirements for Intelligent Pig
Inspection of Pipelines, version 2009 of Pipeline Operators Forum or the updated
version available thereafter.
The relevant details of AGCLs pipeline are given in Annexure - I, II & III. The
information contained in the Annexure are based on available records with the Company
and may not form a basis for inspection programme evaluation. Accuracy of these
information may be verified by the Contractor prior to running of the inspection tool, if
felt necessary. For the convenience of identification the term NSPL shall apply to the
entire length of the pipeline. The present system comprises of one Pigging Section at
Dillibari (near Tingkhong) of about 35 Km. from Moran O Point as indicated in the
Annexure.
4.2
The Contractor will evaluate all relevant drawings; alignment sheets and any other
related features/facilities existing in the pipeline system and will assess the requirement
for successful inspection operation.
4.3
The Contractor shall carry out necessary pre inspection operations to ensure desired
level of inspection performance requirement. In this regards, the Contractor shall
formulate necessary cleaning programme in consultation with the Company.
4.4
The Contractor shall ascertain and satisfy himself for the desired level of cleanliness
prior to undertaking each IP Tool run. Cleaning of the pipeline forms part of the
inspection operation and time taken to achieve the desired level of cleanliness shall not
be counted as a time for standby day rate. The debris collected during the cleaning shall
be disposed off /handed over to M/s OIL INDIA LIMITED by the Contractor in
consultation with the Company.
4.5
Activities such as marking of the entire terrain of the pipeline and installation of
reference points will be responsibility of the Contractor. The Company will however
extend required assistance for carrying out the job conveniently in the form of cocoordinator. To achieve the objective with seemingly reduced effort, the Contractor is
advised /expected to equip themselves with Geo- positioning system and
Electronic/Magnetic marker, in adequate numbers with in-built power source.
4.6
51
5.
It will be the sole responsibility of the Contractor to ensure that inspection tool passage
is not interfered with, in any way and its performance is not obliterated by the presence
of any undesirable features or objects in the pipeline. The Contractor shall formulate
necessary inspection programmed for this purpose. All tools and equipment required for
this shall be supplied by the Contractor.
INSPECTION:
5.1
5.2
Detection:
a)
Detection of defects:
Defects of the following types shall be detected and reported:
Metal loss features such as
i)
ii)
Pipe-tally.
i)
Numbering of all pipe joints & listing of all girth welds by log distance and
their thickness
ii)
Page No.
52
Performance Requirements/Specifications:
i) Internal/External Defect Discrimination:
The inspection services shall discriminate between internal and external metal loss
features in the pipeline.
ii) Accuracy of Defect Location & Defect Measurement:
The dimensional accuracy of reported defects shall be as follows:
Sl
No
Min. defect
depth detected
at the
confidence
level at 90
%(POD)
Width
Depth
General corrosion( 4t X 4t )
0.05 t
10 mm
10 mm
0.1t
Pitting corrosion ( 2t X 2t )
0.08 t
10 mm
10 mm
0.1t
0.1t
10 mm
10 mm
0.1t
0.05 t
10 mm
10 mm
0.1t
0.05 t
10 mm
10 mm
0.1t
20 mm
0.15t
H
I
J
K
L
N
O
P
D
E
F
G
0.25
10
10
100 mm
5
5
0.1 %
0.1 D
1,5.100
0D
Yes
Yes
Yes
Yes
Page No.
53
TABLE A
Others:
The inspection services shall recognize and report location of existing pipeline
features.
54
5.4
Report:
Subsequent to data analysis by the contractor, the findings of the pipeline inspection
shall be furnished to the Company in a detailed report in hard copies and proprietary
data management software designed in a pipeline operator-friendly format. This
report shall contain information as given below:
i)
Listing of all metal loss zones indicating severity grade, orientation absolute
location and type of defects.
ii)
iii) Submit a list of locations needing repairs, recommend safe MAOP for each
section of pipeline surveyed and a prioritized list of locations needing repair of
defects to be carried out to operate the pipeline at 72% of SMYS based on
ANSI B31.G (modified).
iv) List of all shorted casing indicating location and the position of shorting of the
casing to the carrier pipe;
v)
Reporting format:
i)
In addition to the written report, the Contractor shall furnish software version
of the report including a hard copy in a PC compatible format with necessary
system configuration. The reporting shall include the pipeline inspection data.
The Contractor shall grant to the Company the perpetual right to use the
software package.
Page No.
55
Style of reporting:
Individual report sheets shall be suitably bound in one comprehensive volume,
which shall also include details of the inspection operation and of the inspection
equipment used, to form a complete record. The main report section shall contain
the following information:
i)
ii)
ii)
56
e)
Pipeline-tally:
A computer listing of all pipeline features designated by distance like scrapper
traps, valves, bench markers, fixtures and fittings, length of each casings pipes etc.
shall be provided. A listing of all features like pups, patches, having variations in
wall thickness etc. shall be designated by their length & distance from reference
point. Details including graphical representation of 5 pipe joints each, on the
upstream and downstream of all defect-locations, having metal loss greater than 0.1t
showing distance from nearest above ground reference point.
Presences of metal-loss features along with mechanical damages like dents etc shall
be separately listed.
f)
Reporting software:
In addition to the above information in hard copy, the contractor shall provide a PCbased data interpretation and analysis software package, capable of managing large
and diverse quality of inspection data. The software should be capable of presenting
inspection data in textual as well as hi-resolution graphics format in the monitor
screen or on print. Such softwares shall have the facility to allow the Company to
add its own data files of pipeline inspection records, having flexibility to data file
merging, record annotation and interactive analysis.
g)
In addition, the software should have the capability to compare and display the
significance of each defect-features, compared to internationally acceptable
standards like ANSI B 31G (latest version).
Page No.
57
Confidentiality:
The Contractor shall be required to keep the inspection report strictly confidential for a
period of ten (10) years following the inspection survey and under no circumstances
will make it available to a third party during this period without the prior written
consent of the Company. The Contractor shall be solely responsible for loss or
damage of the records due to any reason, including fire, theft etc. of the stored
pipeline data while in his custody or control. In the event of such loss, the
Contractor shall be responsible to redress the loss at his own cost.
i)
j)
6.0
OPERATIONAL REQUIREMENTS:
6.1
All Contractors pigs/inspection tools shall be propelled by the medium HSD and
hence there shall be no interruption in the pipeline operation.
ii) The Contractor shall provide suitable inspection tool or other tools designed to
negotiate the pipeline without risk of blocking the pipeline.
iii) All the inspection tools supplied by the Contractor should preferably be designed
such that if it gets stuck in the pipeline, the drive-cup should blow-through and
create a bypass facility for itself to continue its forward propel.
iv) A means of pig tracking and locating shall be employed by the Contractor to report
the progress and location of all pigs/inspection tools supplied by the Contractor.
6.2
The Contractor shall take full responsibility for the insertion and retrieval of inspection
vehicles from the launching and receiving traps. The Contractor shall also provide the
required pig launchers and receivers equipment designed to interface safely and
efficiently with the pipeline configuration.
Page No.
58
The Contractor shall visit the pipeline locations in order to know and gather information
on the pipeline system including crossings, launching/receiving traps, other relevant
features and requirements of logistics as may be deemed necessary for successful
execution of the work.
b)
A detailed work programme along with SOP shall be required to be submitted to the
Company showing the schedule of activities and the estimated time to be spent on each
section for complete execution of the work taking into consideration the setting out time
as stipulated in sub-clause 4.0 (e) hereof.
c)
As far as practicable, each Pigging Section for inspection/dummy tool run shall be
determined and identified.
d)
The Contractor will undertake the work only after the Company approves the work
programme.
Description
12 High resolution ILI Tool
Pushing & Pulling Bar
14" Cleaning Brush Tool
14" Profile Tool
Spare PU for ILI Tool
Spare PU for cleaning Tool
Above Ground Marker
External Electronics
Spare Odometer Wheel
Transmitter
Pig Locator
Spare wire
Battery for ILI Tool
Spare Battery for Pig Locator
Spare Battery for Transmitter
Tool Box
Page No.
59
Annexure-I
AGCLs PIPELINE DATA
1.2
Headquarter
Kolkata (India)
Dibrugarh
53.00 km (Approx.)
1972
ASME B 31.8
NIL
All manual
10
NIL
1
Page No.
60
Annexure-I
4.0
5.0
OPERATING PARAMETERS:
Normal gas flow rate in the pipeline
Normal operating pressure of the pipeline
:- 30,000 SCMD
:- Bellow 10 Kg/scm
Operating temperature
:- 18 C to 45 C
LINE SPECIFICATION:
1.
2.
3.
4.
5.
Pipe diameter
Pipe wall thickness
Length of the pipeline
Manufacturing type
Min. bend radius
:
:
:
:
:
300 mm (12") NB
6.4 mm (0.250")
53.0 Km. (approx)
API 5 L GR B (ERW)
: Not present
: Fabricated type
: Fabricated type (barred)
Coating thickness
: Not available
************
Page No.
61
Annexure - II
AGCLs PIPELINE DATA
Installation Type
Approx.
Chainage
Location
Size
of
Tee
0.000
Moran
3.800
Near Deroi
River
3.828
Deroi River
Drain point
10.900
Botuwa Pathar
3"
Tee point
10.904
Botuwa Pathar
3"
Tee point
18.400
Pithaguti
4''
18.600
Pithaguti
Tee point
23.100
Longboi
23.900
Longboi
10
Tee point
24.400
Rajgarh
4''
11
Tee point
26.750
Karangani
6''
12
Tee point
27.700
Sorojini
2''
13
Tee point
29.480
Nilmoni
4''
14
Drain point
31.950
Dillibari
3''
15
32.000
Dillibari
16
32.100
Dillibari
6''
Page No.
62
Annexure - II
Sl.
No.
Installation Type
Approx.
Chainage
Location
Size
of
Tee
17
Road Crossing
34.400
Gohain Gaon
18
34.500
Gohain Gaon
19
40.300
Mahmora
Road
20
43.100
Harishpur
21
43.100
Harishpur
22
Tee point
44.500
Harishpur
4''
23
Nullah crossing
44.900
Harishpur
4''
24
Tee point
50.500
Namrup
4''
25
50.700
26
Road crossing
50.800
27
51.110
28
52.580
Near Namrup
Rly. Stn.
Near Namrup
Rly. Stn.
Near Namrup
Rly. Stn.
4''
12''
Nagamati
************
Page No.
63
Annexure III
AGCLs PIPELINE DATA
Dimensions of Pig Launcher / Receivers:-
Page No.
64
PART-VII
DULIAJAN, ASSAM
Tender No. IP/MNPL/TS/4/2015/14 dated 12/11/2015
SCHEDULE OF COMPANYs MATERIALS, PLANTS AND EQUIPMENT
The following Companys materials will be issued to the contractor for use in the execution of works.
************
Page No.
65
To
The Managing Director
ASSAM GAS COMPANY LIMITED
DULIAJAN, ASSAM
SUB: SAFETY MEASURES
Tender No : : IP/MNPL/TS/4/2015/14 dated 12/11/2015
Description of work/service:
Sir,
We hereby confirm that we have fully understood the safety measures to be adopted during
execution of the above contract and that the same have been explained to us by the concerned
authorities. We also give the following assurances.
a)
Only experienced and competent persons shall be engaged by us for carrying out work
under the said contract.
b)
The names of the authorised persons who would be supervising the jobs on day to day
basis from our end are the following
i)
________________________________
ii) ________________________________
iii) ________________________________
The above personnel are fully familiar with the nature of jobs assigned and safety
precautions required.
c)
Due notice would be given for any change of personnel under item (b) above.
d)
We hereby accept the responsibility for the safety of all the personnel engaged by us and
for the safety of the Company's person and property involved during the course of our
working under this contract. We would ensure that all the provisions under the Oil
Mines Regulations,1984 and other safety rules related to execution of our work would
be strictly followed by our personnel. Any violation pointed out by the Company's
Engineers would be rectified forthwith or the work suspended till such time the
rectification is completed by us and all expenditure towards this would be on our
account.
Page No.
66
e)
We confirm that all persons engaged by us would be provided with the necessary Safety
Gears at our cost.
f)
All losses caused due to inadequate safety measures or lack of supervision on our part
would be fully compensated by us and the Company will not be responsible for any
lapses on our part in this regard.
(Seal)
Yours Faithfully
M/s_________________
For & On Behalf Of Contractor
Dated____________
************
Page No.
67
: ______________________________________________________
Unit
Qty
1.
2.
Standby charges
Day
3.
Cost of re-run
KM
53
Word
Fig
Total Amount
KM
53
TOTAL
----------------***********
Page No.
68
BID FORM
To
The Managing Director
Assam Gas Company Limited
Duliajan
Assam 786602
Sub.:- Tender No. : IP/MNPL/TS/4/2015/14 dated 12/11/2015
Dear Sir,
Having examined the General and Special Conditions of Contract and the Terms of Reference
including all attachments thereto, the receipt of which is hereby duly acknowledged, we the undersigned
offer to perform the services in conformity with the said conditions of Contract and Terms of Reference
for the sum of ___________(Total Bid Amount in words and figures) or such other sums as may be
ascertained in accordance with the Schedule of Prices attached herewith and made part of this Bid.
We undertake, if our Bid is accepted, to commence the work within (
the date both parties have signed the Contract.
If our Bid is accepted, we will obtain the guarantee of a bank in a sum not exceeding
_______________________ for the due performance of the Contract.
We agree to abide by this Bid for a period of 180 days from the date fixed for Bid opening and it
shall remain binding upon us and may be accepted at any time before the expiration of that period.
Until a formal Contract is prepared and executed, this Bid, together with your written acceptance
thereof in your notification of award shall constitute a binding Contract between us.
We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ____________ day of __________________ 20____.
------------------Signature
____________________________
(In the capacity of)
----------------************
Page No.
69
The Bidder should insert the amount of the guarantee in words and figures.
Date of expiry of Bank Guarantee should be minimum 30 days after the end
of the Bid.
----------------**************
Page No.
70
71
In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract referred to.
2.
In addition to documents herein above, the following Sections and Annexures attached herewith
shall be deemed to form and be read and construed as part of this agreement viz.:
(a)
(b)
(c)
(d)
(e)
(f)
PART-III
PART-IV
PART-V
PART-VI
PART-VII
PART-VIII
72
4.
The Company hereby covenants to pay the Contractor in consideration of the provision of the
Services and the remedying of defects therein, the Contract Price or such other sum as may
become payable under the provisions of this Contract at the times and in the manner prescribed
by this Contract.
IN WITNESS thereof, each party has executed this contract at Duliajan, Assam as of the date
shown above.
Signed, Sealed and Delivered,
Name:
Name:
Status:
Status:
In presence of
In presence of
1.
1.
2.
2.
----------------************
Page No.
73
STATEMENT OF COMPLIANCE/NON-COMPLIANCE
AGCL expects the bidders to fully accept the terms and conditions of the bidding documents.
However, should the bidder experience some exception and deviations to the terms of the bidding
documents, the same should be indicated here and put in un-priced bid.
In order to be considered responsive, Bidders offer must specifically include the following
statement:
(a) We certify that our offer complies with all IFB requirements and specifications without any
deviations.
Or
(b) We certify that our offer complies with all NIT requirements and specifications with the
following deviations:
Sl.
No.
1
Cl. Ref.
No
Subject /
Description
Tender requirement
Deviation
taken
Reason of
deviations
2
3
4
5
We undertake that excepting above deviations all the terms and conditions in the tender
document shall be fully complied with. Company will not recognize any deviations/exception(s) which
is not listed in this Annexure.
_________________________________
Signature of the Bidder
Name of Bidder: ____________________
Seal of the Company:
----------------************
Page No.
74
Date:
To
The Managing Director
Assam Gas Company Limited
Duliajan
Assam 786602
Tender No : IP/MNPL/TS/4/2015/14 dated 12/11/2015 for Hiring Services of Intelligent
pigging Survey (IPS) for 300 mm (12") NB Moran Namrup Pipeline
Sub:
Dear Sir,
I/We____________________ hereby authorize the following representative(s) for site visit and
attending Pre-Bid Conference, against the above Tender No:
[1]
[2]
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
Date:
Name:
Designation & SEAL
Note: This "Letter of Authority for site visit and attending 'Pre-bid Conference should be on the
"letterhead" of the Firm / Bidder and should be signed by a competent person who can bind the
Bidder. Not more than 'two [02] persons per Bidder' are permitted to attend the Pre-bid
Conference.
----------------************
Page No.
75
LETTER OF AUTHORITY
To
The Managing Director
Assam Gas Company Limited
Duliajan
Assam 786602
Sir,
Sub: AGCL's Tender No: IP/MNPL/TS/4/2015/14 dated 12/11/2015
Yours Faithfully,
Authorised Persons Signature: _________________
Name: _______________________________
Designation: _________________________
Seal of the Bidder:
Note: This letter of authority shall be on printed letter head of the Bidder and shall be signed by
a person competent and having the power of attorney (power of attorney shall be
annexed) to bind such Bidder. If signed by a consortium, it shall be signed by members of
the consortium.
----------------************
Page No.
76
PROFORMAI
----------------************
Page No.
77
Proforma-J
NAME
ADDRESS
DISTRICT
POSTAL CODE
CITY
COUNTRY
TELEPHONE NUMBER
FAX NUMBER
MOBILE NUMBER
E-MAIL
WEB SITE
CONTACT PERSON
TELEPHONE NUMBER OF CONTACT
PERSON
Whether SSI/NSIC/PSU/DGS & D
UNIT
CORPORATE/NON-CORPORATE
TAX EXEMPTION CERTIFICATE NO.
EXEMPTION FROM (Date)
Page No.
78
Sl.
Required data
No.
19. EXEMPTION TO (Date)
20. CST REGISTRATION NO.
21. LOCAL SALES TAX REGISTRATION
NO
22. ECC NO. (Excise Control Code)
23. PAN
24. VAT REGISTRATION NO. (TIN)
25. SERVICE TAX REGISTRATION NO.
26. PF CODE
27. BANK A/C NUMBER
28. BANK A/C TYPE (S/B, CC etc.)
29. BANK NAME
30. BANK BRANCH
31. BANK ADDRESS
32. BANK CITY
33. SERVICE TAX REGISTRATION NO.
34. PROVIDENT FUND CODE NO.
35. NATURE OF BUSINESS
36. CONSTITUTION OF THE FIRM
37. SALES TAX REGISTRATION NO.
38. VAT REGN. NO (TIN NO)
39. EPF CODE NO.
40. ESI CODE NO.
41. TAN
Page No.
79
Proforma-K
SOLVENCY CERTIFICATE
This is to certify to the best of our knowledge and information that M/S,
(Address) is a valued customer of our bank and transaction of his A/C
(A/C No.) is satisfactory and the firm can be treated as solvent and financially sound.
Date
----------------************
Page No.
80
Proforma-L
Full Postal
Address and
Phone Nos, of
Client & Name of
Officer-in-Charge
Description
of the Work
Contract
Value
Date of
Commencement
Schedule
Time of
Completion
Date of
Completion
Remarks
1.
2.
3.
4.
5.
6.
Note:
1. This list must be a full list of all type of works complete/in hand.
2. Certified copy of work order/completion certificate must be submitted in support.
3. Work experience in Govt./PSU/Corporate House of repute will only be considered
81