TNGCL TENDER DOCUMENT

Tripura Natural Gas Company Ltd.

(A Joint Venture of GAIL (India) Ltd, Govt. of Tripura & Govt. of Assam)

AGARTALA, INDIA

BID DOCUMENT FOR PROCUREMENT OF

DIAPHRAGM TYPE GAS FLOW METER

UNDER

COMPETITIVE BIDDING

BID DOCUMENT NO: TNGCL/MM/02/10-11.

IMPORTANT DATES

Date of Receipt of Quotation: -02.08.2010 by 13.00 Hrs

Date of Opening of Bid: -02.-08.2010at 15.00 Hrs.

Place of Submission: -

Tripura Natural gas Company Limited,

33, Office lane,

Agartala- 799001

CONTENTS

Sl.Section No. /Description

No.Clause No.

Article No.

ISection –1Cut-Out Slip

IISection –2Invitation for Bids (IFB)

IIISection –3Instructions to Bidders

Clause 1 Cost of Bidding

2Bid Document

3Clarification of Bid Document

4Amendment of Bid Document

5Language of Bid

6Documents Comprising the Bids

7Bid form

8Bid Price

9Bid Currencies

10 Documents Establishing Bidder’s Qualification Criteria and Bidder’s Eligibility to Bid

11Documents Establishing Good’s Eligibility and Conformity to Bidding Documents

12Bid Security

13Period of Validity of Bid

14Format and Signing of Bid

15Preparation & Submission of Bid

16Bid Due Date

17Late Bids

18Modification and withdrawal of Bids

19Opening of Bids by OWNER / CONSULTANT

20Evaluation of Bids]

21Opening of Price Bids

22Comparison of Bids

23Domestic Preference

24Contacting the OWNER / CONSULTANT

25Award Criteria

26OWNER / CONSULTANT’S Right to vary quantities at the time of award

27OWNER / CONSULTANT’S right to accept any Bid and to reject any or all Bids

28Notification of Award & discharge of Bid Security

29Performance Security ( Contract cum Equipment Performance Bank Guarantee)

30Income Tax Liability

31Agreement to Be filled, duly signed and submitted along with the Un-priced Part of the Bid

32Invoice and Payment

33Owner’s Bankers

34Loading Criteria for Bid Evaluation / Purchase Preference / Domestic Preference

35Despatch of Goods as one complete finished item(s)

IVSection –4General Conditions of Contract

Article –1 Definition’s

2. Seller to Inform

3. Application

  1. Country of Origin
  2. Scope of Contract
  3. Standards
  4. Instruction, Direction & Correspondence
  5. Contract Obligations
  6. Modification in Contract
  7. Use of Contract Document & Information
  8. Patent Rights, Liability & Compliance of Regulations
  9. Performance Security (Contract-cum-Equipment Performance Bank guarantee)
  10. Inspection, Testing & Expediting
  11. Time Schedule & Progress Reporting
  12. Delivery & Documents
  13. Transit Risk Insurance
  14. Transportation
  15. Incidental Service
  16. Spare Parts, Maintenance Tools, Lubricants
  17. Guarantee
  18. Terms of Payment
  19. Prices
  20. Assignment
  21. Time as Essence of Contract
  22. Delays in the Seller’s Performance
  23. Price Reduction Schedule for Delayed delivery
  24. Rejection, Removal of rejected equipment & replacement
  25. Termination of Contract
  26. Force Majeure
  27. Resolution of disputes / arbitration
  28. Governing Language
  29. Notices
  30. Taxes & Duties
  31. Books & Records
  32. Permits & Certificates
  33. General
  34. Import License
  35. Fall clause
  36. Publicity & Advertising.

VSection –5Bid form and Price Schedules

VISection –6Proforma of Performance security (contract-cum-Equipment

Performance Bank Guarantee)

VIISection –7Bid Security form

VIIISection –8Proforma of Bank guarantee for Advance

IXSection –9 Packing, Marking, Shipping and Documentation

XSection –10 Brief summary of Agreed Terms & conditions

XISection –11Proforma of latter of Authority for attending unpriced bid

Opening and priced bid opening

XII Section 12Proforma of Letter of Authority for Bid Negotiations and

signing the agreement.

XIIISection –13 Manufacturers Authorization form

XVISection –14list of Nationalised Bank

XVSection –15Technical Specification

SECTION – 1

CUT-OUT SLIP

CUT-OUT SLIP

(OUTERENVELOPE)

DO NOT OPEN- THIS IS A QUOTATION

CLIENT:TNGC LTD, Agartala

PROJECT:PNG SUPPLY IN AGARTALACITY

BID DOCUMENT NO.:TNGCL/MM/03/10-11

ITEM:DIAPHRAGM TYPE GAS FLOW METER

DUE DATE & TIME:02.08.2010by 13.00 Hrs.

TO

Supdt. (MM)

Tripura Natural Gas Company Ltd.,

33, Office Lane, Agartala

Tripura- 799001

FROM

NAME:

ADDRESS :

(To be pasted on the outer envelope containing “Priced”, “Un-priced” bids along with Bid Security/ EMD)

CUT-OUT SLIP

PART – A (UNPRICED BID)

DO NOT OPEN- THIS IS A QUOTATION

CLIENT:TNGC LTD.

PROJECT:PNG SUPPLY INAGARTALACITY

BID DOCUMENT NO: TNGCL/MM/03/10-11

ITEM : DIAPHRAGM TYPE GAS FLOW

METER

DUE DATE & TIME:02.08.2010 by 13.00 Hrs

TO

Supdt. (MM)

Tripura Natural Gas Company Ltd.,

33, Office Lane, Agartala

Tripura- 799001

FROM

NAME:

ADDRESS :

(To be pasted on the envelope containing “Un Priced bid”)

CUT-OUT SLIP

PART – B (PRICEBID)

DO NOT OPEN- THIS IS A QUOTATION

CLIENT:TNGC LTD.

PROJECT:PNG SUPPLY TO AGARTALACITY

BID DOCUMENT NO.:TNGCL/MM/03/10-11

ITEM:DIAPHRAGM TYPE GAS FLOW METER

DUE DATE & TIME:02.08.2010 by 13.00 Hrs

TO

Supdt. (MM)

Tripura Natural Gas Company Ltd.,

33, Office Lane, Agartala

Tripura- 799001

FROM

NAME:

ADDRESS :

(To be pasted on the envelope containing “Priced bid”)

CUT-OUT SLIP

PART – C (BIDSECURITY)

DO NOT OPEN: THIS IS A QUOTATION

CLIENT:TNGC LTD.

PROJECT:PNG SUPPLY TO AGARTALACITY

BID DOCUMENT NO.:TNGCL/MM/03/10-11

ITEM:DIAPHRAGM TYPE GAS FLOW METER

DUE DATE & TIME:02.08.2010 by 13.00 Hrs

TO

Supdt. (MM)

Tripura Natural Gas Company Ltd.,

33, Office Lane, Agartala

Tripura- 799001

FROM

NAME:

ADDRESS :

( To be pasted on the envelope containing “Bid Security” )

SECTION – 2

INVITATION FOR BIDS

INVITATION FOR BIDS UNDER

LIMITED DOMESTIC COMPETITIVE BIDDING

BID DOCUMENT NO. :

Sealed tenders under two-bid system are invited for the supply of the material as listed in enclosed Annexure-I:

Note:

1.1Bidders may quote for any or all of the items mentioned in enclosed Annexure-I and the bid security to be submitted are mentioned below. Please note that owner intents to evaluate and finalize this tender on item-wise basis.

1.2Earnest Money Deposit: Rs.20, 000/-(Rupeestwenty thousand only) in DD/BG & shall be valid for 60 days after expiry of the period of bid validity.

1.3The delivery period will be within 4 (Four) weeks at FOT Project Site from the date of Fax of Intent.

1.4Sealed tender along with Bid Security should reach the office of Managing Director, Tripura Natural Gas Company Limited, 33, Office Lane, Agartala, Tripura-799001, on or before the due date and time.

1.5The offer should remain valid for 6 months from the date of opening of tender.

1.6Complete Tender Document to be duly signed & stamped on each page & to be submitted with the bid.

1.7Bidders are required to confirm separately that they have not been banned by any Govt. /Public Sector Undertaking to quote for any similar items of supply.

1.8Materials are to be transported through Air Transport corporation (Assam) Limited or any other banker approved transporter and to be consigned to the Managing Director, Tripura natural gas company Limited, Agartala

1.9The Original invoice, along with Original document of the Consignee Note (Or) Dispatch document is to be sent to our banker S.B.I, A.D Nagar Branch Agartala

ANNEXURE – I

To Invitation for Bids

MATERIAL REQUISITION

Project:AgartalaCity Gas Project, Tripura

Client: Tripura Natural Gas Company Ltd.

Item: Diaphragm type gas flow meter

Tender No. : TNGCL/MM/02/10-11

Sl. No. / Description / Quantity
(Nos) / Destination
Diaphragm type gas flow meter of following models & specifications as indicated below:
Model / Technical specifications
1 / G-2.5 / BS/DIN/EN/ISO or Equivalent standard / 15 / Agartala
2 / G-4 / BS/DIN/EN/ISO or Equivalent standard / 25 / Agartala
3 / G-6 / BS/DIN/EN/ISO or Equivalent standard / 18 / Agartala
4 / G-10 / BS/DIN/EN/ISO or Equivalent standard / 14 / Agartala
5 / G-16 / BS/DIN/EN/ISO or Equivalent standard / 05 / Agartala
6 / G-25 / BS/DIN/EN/ISO or Equivalent standard / 06 / Agartala

Note: The quantities given above are subject to change.

SECTION – 3

INSTRUCTIONS TO BIDDERS

(LIMITED DOMESTIC COMPETITIVE BIDDING)

INSTRUCTIONS TO BIDDERS

1.0ARTICLE – 1: COST OF BIDDING :

1.1The bidder shall bear all costs associated with the preparation and submission of the bid, and OWNER (TNGCL) / CONSULTANT will in no case, be responsible or liable for these costs, regardless of the conduct or outcome of the bidding process.

2.0ARTICLE – 2 : BID DOCUMENT

2.1The bidder is expected to examine all instructions, forms, terms and specifications in the bid document. The Invitation for Bids (IFB) together with al its attachments thereto, shall be considered to be read, understood and accepted by the bidders, unless deviations are specifically stated seriatim by the bidder. Failure to furnish all information required by the bidding documents or submission of a bid not substantially responsive to the bidding documents in every respect will be at bidder’s risk and may result in the rejection of his bid. Bidder must return the Agreed Terms and Conditions (as applicable), duly filled in, alongwith the un-priced part of bid. This is important.

2.2Bid Document is not transferable. Bids received in the name of whom it is issued shall only be accepted.

3.0ARTICLE – 3: CLARIFICATION OF BID DOCUMENT

3.1A prospective bidder requiring any clarification of the Bid Document may notify OWNER CONSULTANT in writing or by fax, telex or cable at the OWNER’S/ CONSULTANT’S mailing address indicated in the Invitation for Bids. The OWNER/ CONSULTANT will respond in writing to any request for clarification of the Bidding Documents, which it receives not later than 10 days prior to the deadline for the submission of bids prescribed. Written copies of the OWNER’S/ CONSULTANT’S response (including an explanation of the query but without identifying the source of the query) will be sent to all prospective bidders who have received the bidding documents.

4.0ARTICLE – 4: AMENDMENT OF BID DOCUMENT

4.1At any time prior to the bid due date, the OWNER/ CONSULTANT may, for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder, modify the bidding documents.

4.2The amendment will be notified in writing or by fax, E-mail to all prospective bidders who have received the bidding documents and will be binding on them.

4.3In order to afford prospective bidders, reasonable time in which to take the amendment into account in preparing their bids, the OWNER/ CONSULTANT may, at its discretion, extend the bid due date.

5.0ARTICLE – 5: LANGUAGE OF BID

5.1The bid prepared by the bidder and all correspondence/ drawings and documents relating to the bid exchanged by bidder and the OWNER shall be written in ENGLISH language only. Any printed literature furnished by the bidder may be written in another language so long as accompanied by an ENGLISH translation, in which case, for the purpose of interpretation of the bid, the ENGLISH translation shall govern. Metric measurement system shall be applied.

6.0ARTICLE – 6: DOCUMENTS COMPRISING THE BIDS

6.1The bid prepared by the bidder shall comprise the following components:

(a)Bid Security in accordance with Article – 12.

(b)Information and documentary evidence establishing bidder’s claim for meeting qualification criteria as stipulated in IFB and in accordance with Article- 10.

(c)Information and documentary evidence establishing bidder’s eligibility to bid and eligibility and conformity of goods to Bid Document in accordance with Article-11.

(d)Bid Form and Price Schedule completed in accordance with Articles-7, 8 and 9.

(e)Agreed Terms & Conditions duly filled in.

(f)Any other information/ details required as per bid document alongwith agreement in accordance with Article- 31.

7.0ARTICLE – 7: BID FORM

7.1The bidders shall complete the Bid Form and the appropriate Price Schedule furnished in the Bid Document, indicating the goods to be supplied, a brief description of the goods and services, their country of origin, quantity and prices.

8.0ARTICLE – 8: BID PRICE

8.1The bidder shall indicate on the appropriate Price Schedule attached to these document’s Unit Prices & Total Bid Price’s and the countries of origin of goods, offered to supply under the contract.

8.2Indian Bidders

8.2.1Prices shall be quoted, in the prescribed Price Schedule, by the bidder, separately for each item of scope.

8.2. 2the statutory variation in taxes & duties (payable on the finished products), if any, within the contractual delivery period shall be borne by the purchaser. Further variation in basic rate of Customs Duty, Surcharge on Customs Duty, and CVD & Special Additional Duty within contractual delivery period shall also be borne by purchaser.

8.2.3CENVAT benefits as applicable shall be taken into account in the quoted prices.

8.3Discount, if any, must be offered item wise only. Conditional discount, if offered, shall not be considered for evaluation.

8.4Bidders separation of the price components as aforesaid will be solely for the purpose of facilitating the comparison of bids by the OWNER and will not in any way limits the OWNER’S right to contract on any of the price basis/ terms offered basis.

8.5Fixed Price

8.5.1Prices quoted by the bidder shall be firm and fixed during the bidder’s performance of the contract. For repeat order purposes up to 6 months from date of award of contract the Price shall be subject to variation permitted under 8.2.2 for domestic bidders. A BID SUBMITTED WITH AN ADJUSTABLE PRICE QUOTATION WILL BE TREATED AS NON RESPONSIVE AND REJECTED.

8.5.2Prices shall be written both in words and figures.

9.0ARTICLE – 9: BID CURRENCIES

Bidders should submit bid in Indian Rupees only.

10.0ARTILE –10 DOCUMENTS ESTABLISHING BIDDER’S QUALIGFICATION CRITERIA & BIDDER’S ELIGIBILITY TO BID

10.1Bidder’s Qualification Criteria

10.1.1Pursuant to the specified Qualification Criteria (if applicable), the Bidder shall furnish all necessary supporting documentary evidence to establish the Bidder’s claim of meeting the Qualification Criteria.

10.2Bidder’s Eligibility Criteria

10.2.1The Bidder shall furnish, as part of its bid, documents establishing the bidder eligibility to bid and his qualifications to perform the contract if its bid is accepted.

10.2.2The documentary evidence of the bidder’s qualifications to perform the contract if its bid is accepted, shall establish to the OWNER’S/ CONSULTANT’S satisfaction:

(A)That, in the case of a bidder offering to supply goods under the contract which the bidder did not manufacture or otherwise produce, the bidder has been duly authorized to supply the good in OWNER’S country, by the goods manufacturer or producer (having technical and production capacity necessary to perform the Contract).

(B)That, the bidder has the financial, technical and production capacity necessary to perform the contract.

(C)That, is able to carry out the Seller’s maintenance and repair obligations prescribed by conditions of the Contract and/ or Technical Specifications.

10.3The OWNER/ CONSULTANT will determine to its satisfaction whether the bidder selected as having submitted the lowest evaluated, responsive bid is qualified to satisfactorily perform the contract. An affirmative determination will be a pre-requisite for award of the contract.

11.0ARTICLE – 11: DOCUMENTS ESTABLISHING GOODS’ ELIGIBILITY AND CONFORMITY TO BIDDING DOCUMENTS

11.1The bidder shall furnish, as part of the bid, documents establishing the eligibility and conformity to the Bidding Documents of all goods and services, which the bidder proposes to supply under the Contract.

11.2The documentary evidence of the goods and services’ conformity to the Bid Document may be in the form of literature, drawings or data and shall furnish.

(a)Detailed description of the goods, essential technical and performance characteristics.

(b)A clause-by-clause commentary on the Technical Specification of the Bid Document, demonstrating the goods and services’ substantial responsiveness to the specifications or a statement of exceptions to the provisions of the Technical Specifications.

11.3For purpose of the commentary to be furnished under Article – 11.2 above, the bidder shall note that standards for workmanship, material and equipment, and reference to brand names or catalogue numbers, designated by the OWNER/ CONSULTANT in its Technical Specification are intended to be descriptive only and not restrictive.

12.0ARTICLE – 12: BID SECURITY

12.1.1Pursuant to Article-6, the bidder shall furnish, as part of his bid, bid security in the amount specified in the Invitation for Bid (IFB)

12.1.2The bid security is required to protect the OWNER against the risk of bidder’s conduct, which would warrant the security’s forfeiture, pursuant to Article – 12.7

12.1.3The Bank Guarantee, shall be from any Indian schedule bank or a branch of an International bank situated in India and registered Reserved Bank of India as schedule foreign bank in case of Indian bidder. However, in case of Bank Guarantee from banks other than the Nationalized Indian Banks, the bank must be commercial bank having net worth in excess of Rs.100 Crores and a declaration to this effect should be made by such commercial bank either in the Bank Guarantee itself or separately on its letterhead in the form provided in the bid document and valid for two months beyond the validity of the Bid. Alternatively, bid security can also be submitted in the form of Demand Draft in favour of TNGC Limited payable at Agartala issued by any Nationalized Bank.

12.1.4Any bid not secured in accordance with Article – 12.1 and 12.3 may be rejected by theOWNER/ CONSULTANT as non-responsive pursuant to Article – 20.

12.1.5Unsuccessful bidder’s bid security will be discharged/ returned as promptly as possible, but not later than 60 days after the expiry of the period of bid validity prescribed by the OWNER/ CONSULTANT, pursuant to Article – 13.

12.6The successful bidder’s bid security will be discharged upon the bidder’s executing the Contract, pursuant to Article 28 and furnishing the performance security pursuant to Article –29 .

12.7The bid security may be forfeited:

a)If a bidder withdraws his bid during the period of bid validity specified by the bidder on the Bid Form; or

b)In the case of a successful bidder, if the bidder fails :

i)To furnish Performance Security in accordance with Article – 29.

ii)If a Bidder changes the proposed manufacturer after submission of Bid.

iii)To accept as arithmetical corrections of its bid pertinent to Article 22.2

12.8Bid Security should be in favour of TNGC Limited and shall be submitted along with offer. Moreover original Bid Security should be enclosed separately in a sealed cover and submitted along with the bid. Bid Security must indicate the Bid Document number and the item for which the bidder is quoting. This is essential to have proper co-relation at a later date. The Bid Security shall be strictly in the form provided at Section – 7.

12.9Public Sector Undertakings of Govt. of India and firms registered with NSIC/DGS&D are exempted from furnishing bid security, provided they are registered for the tendered items and up to the monetary limit, they intent to quote. Provided further that, they submit a copy of the current and valid registration certificate for the quoted item and monetary value along with their bid(s). OWNER/ CONSULTANT reserves right to verify the registration certificate provided, with relevant authorities.

13.0ARTICLE – 13 : PERIOD OF VALIDITY OF BID

13.1Bids shall be kept valid for 6 (six) months from the final bid due date. A bid valid for a shorter period shall be rejected by the OWNER/ CONSULTANT as non-responsive.

The bidder shall not be entitled during the said period of 6 months, without the consent in writing of the OWNER/ CONSULTANT to revoke or cancel it Bid or to vary the Bid given or any term thereof. In case of Bidder revoking or canceling its Bid or varying any terms in regard thereof without the consent of the OWNER/CONSULTANT in writing the OWNER/CONSULTANT shall forfeit the Bid security furnished by Bidder.