Você está na página 1de 32

ASSAM GAS COMPANY LTD

P.O. Duliajan Dist: Dibrugarh


Assam 786 602
Phone: 0374-2800452, Fax-2800557
E-mail: agcmat2@gmail.com

Ref No. MTL/PUR/PIG/PL/I/2017/05 Date:-25/04/2017

e- TENDER DOCUMENT

Scope of Bid:

AGCL invites e- tenders with 180 (One Hundred & Eighty) days validity from reputed
and technically competent manufacturer/authorized dealer for supply of PIG Launcher and
Receiver. Details of items to be supplied is given at Annexure-I.
Technical specification of the items are given at Annexure-II

e- TENDER with 180 (One Hundred and Eighty )days validity from the scheduled date of
bid opening under the single stage two bid system must be submitted on or before
18/05/2017 at 2:00 PM and Technical Bids likely to be opened at 2:30 PM. (IST) on the same
day. The sealed Priced Bids shall be opened only for Technically qualified Tenderers on a
later date after evaluation of Technical Bids. Earnest Money (EMD) of Rs 6,00,000.00
(Rupees Six Lakh ) only in the form of Demand Draft/B.G. in favour of Assam Gas
Company Ltd. payable at Duliajan, Assam, India, Pin Code:-786 602 issued from any
nationalized Bank in India must be submitted along with the Technical Bid which will be
retained by the company for successful tenderers till formal completion of supply and
acceptance of all materials.

Tender fee Rs.3,000.00 (Rupees Three thousand) only in the form of demand Draft issued
from any nationalized Bank in India must be submitted along with EMD.

The Company reserves the right to accept or reject any or all the Tenders without assigning
any reason thereof. Tender submitted without the documents as mentioned & the Earnest
Money will be rejected outright.

1. CONDITIONS OF CONTRACT

1.1 Contractual Obligation : All Tenderers who submit a Tender in response to this tender shall
understand, acknowledge and agree that the AGCL is not obligated thereby to enter
into an agreement or contract with any Tenderer and, further, has absolutely no
financial obligation to any Tenderer.

1.2 Contract Acceptance: A Tender submitted in response to this notice shall be considered a
binding offer. Acknowledgement of this condition shall be indicated by signature of an
officer of the Tenderer legally authorized to execute contractual obligations and shall be
conveyed by submitting a signed Form of Tender.

Cont’d—2/=
-2-

2. BIDDER EVALUATION CRITERIA

(A) Technical Criteria:

i) The bidder must be a regular manufacturer of Pig Launcher and Receiver having
quality assurance facilities as per applicable code mentioned in technical specification.
Copy of manufacturing licence must be submitted along with bid offer.

ii) In case the bidder is an authorized dealer, then duly signed and stamped copies of the
authorization certificates from the manufacturer must be submitted with the Technical
Bid.

iii) All technical specification as per NIT must be met by the bidder. Documentary evidence wherever
required must be enclosed with bid offer.

iv). The bidder must have successfully completed similar work (s) during the last three years and the
period shall be reckoned from the scheduled date of bid opening. The value of work(s) should be
either of the following.

a) Three similar completed works each costing not less than the amount equal to 40% of the bid value
b) Two similar completed works each costing not less than the amount equal to 50% of the bid value.
c) One similar completed work costing not less than the amount equal to 80% of the bid value.

Documentary evidence against above along with end user‘s satisfactory performance certificate
should be enclosed along with the technical bid. In case the bidder fail to submit the same. a self
certified copy stating that no complaint is received against materials supplied in reference may be
submitted.

v) All document submitted in support of above criteria must be self attached with seal by an authorized
signatory.

(B) Financial Criteria:

i) The bidder should have annual turnover of Rs. 5.00 (Five) Crore or above for last three years
ending with financial year 2015-16. Proof of Annual Turnover must be submitted duly certified by
a Qualified Chartered Accountant.

ii) The net worth of the company must be positive for the preceding year.

The bidders shall submit signed and sealed documentary evidence for above requirements
and purchaser may at his discretion make additional checks for the same.
3. REJECTION CRITERIA

Bid should be completed in all aspects covering entire scope of supply and should conform
to the technical specifications indicated in the bid document, duly supported with technical
catalogues/ literatures, wherever applicable. Incomplete and non-conforming bids will be
rejected outright.
-3-

4. TENDER PREPARATION

4.1 A statement that Bidder agrees to be bound by all contract terms and conditions stated
in this Tender and as may be revised by Addenda

4.2 Pricing Information shall NOT be included in the technical part of the Tender.
Tenderers shall ensure that no pricing information of any type is shown in their technical
Tender. The inclusion of pricing information in any place other than the Price Bid will result
in rejection of the Tender.

4.3 All pages of the Tender must be numbered and signed by the authorized signatory.

4.4 The prices quoted shall be firm.

4.5 The prices and amounts entered in the schedule of prices shall represent the Tenderer's
offer generally in accordance with the requirement. If there is discrepancy in the amounts
entered in figures and in words, the amount in words shall prevail.

4.6 At any time prior to the deadline for submission of tenders, Assam Gas Company Ltd.
for any reason, whether at his own initiative or in response to clarification required by a
prospective tenderer, may modify the tender documents by issuance of amendments. Such
amendments shall be part of the tender documents pursuant to relevant Clause and will be
notified in AGCL website www.assamgas.org. The same will be binding on tenderers.
Assam Gas Company Ltd. may, at its discretion, extend the deadline for the submission of the
tenders.

4.7 The bidder shall indicate at the time of quoting against this tender their full postal and
email addresses, name of contact person & contact mobile number and also similar
information in respect of their authorized agents in India, if any.

4.8 The Bidder shall sign its bid with the exact address of the firm to which the contract is
to be issued. The bid shall be duly signed and sealed by an executive officer of the Bidder's
organization. Each bid shall be signed by a duly authorized officer and in the case of a
Corporation the same shall be sealed with the corporation seal or otherwise appropriately
executed under seal. The bidder shall sign and put official stamp on each page of the tender
document and submit along with their offer as token of acceptance of terms and conditions.

4.9 The bidder shall clearly indicate their legal constitution and the person signing the bid
shall state his capacity and also source of his ability to bind the Bidder.

4.10 The power of attorney or authorization, or any other document consisting of adequate
proof of the ability of the signatory to bind the bidder, shall be annexed to the bid. AGCL may
reject outright any bid not supported by adequate proof .
-4-

4.11 The bid prepared by the bidder and all correspondence and documents relating to the
bid exchanged by the Bidder and the Purchaser, shall be written in English language.

4.12 Prospective bidders are advised to ensure that their bids are complete in all respects
and conform to the purchaser‘s terms & conditions and bid evaluation criteria of the tender,
for avoiding rejection of their offers. It may not be feasible for the purchaser to seek
clarifications in respect of incomplete offers.

5. BID SUBMISSION

5.1 Bids are to be submitted online on e-procurement website assamtenders.gov.in


only in two parts along with scan copies of required documents & EMD. Original copies of
the documents & EMD shall be submitted within 7 ( seven) days from the date of bid
submission at the office of the Sr. Manager (Materials) , Assam Gas Company Ltd. Duliajan,
District - Dibrugarh, Assam -786602.

5.2 The Technical Bid & Price Bid should be separately and prominently marked as ―Technical
Bid‖ & ―Price Bid‖ for easy identification with name of the bidder and the tender no.

The Technical bid & price bid should contain following documents.

PART-A : TECHNO – COMMERCIAL BID

a) EMD & Tender fee in the form of Demand Draft/B.G. with a validity of 180 ( one
eighty) days.

b) Technical Submission containing all relevant documents as per Qualification criteria

c) Certificate in regard to Technical Compliance & Past Performance, Technical


Catalogues and User‘s Manual for offered product.

d) Commercial Terms
e) Warranty Terms
f) Technical Bid Compliance.

• Technical Specifications
• Test certificates of quoted items

g) Commercial Bid Compliance Statement


h) Un Priced Price Bids but with other information filled in

PART-B : PRICE BID


a) Price bid in prescribed format as per Annexure -III
b) The price bid shall be opened only for technically qualified bidders.
-5-

5.3 Bid received in hard copy or vide E-Mail /Fax /Telegram /Telex /Cable etc will not be
accepted.All corrections and alterations, if any, in the entries of tender paper shall be
signed in full and stamped by the tenderer with date. No erasers or over writing are
acceptable.

5.4 The company shall not be held responsible for non receipt of the original copy of BG/DD
against EMD or postal delays / transit loss, etc. Any offer received after the appointed time on
the bid closing date shall be summarily rejected.

5.5 If the bid closing date happens to be holiday/bandh call/ non working day for any reason
whatsoever then the next full working day will be considered as bid closing date.

5.6 Assam Gas Company Limited will first open the ―Technical Bid‖ and if found in compliance
then ―Price Bid‖ will be opened. The company reserves the right to accept or reject any or all
bids or accept any bid in part without assigning any reason whatsoever.

5.7 No request for extension of Bid Closing date & Time will be entertained. However AGCL at
its discretion may extend the Bid Closing Date and/or Time due to any reasons. In case bid
closing date is extended, same will be notified through corrigendum in e-procurement system.

6.0 Delivery: Entire quantity of the materials are to be supplied in a period of 3 ( three) months
from the date of receipt of purchase order/LOI through e-mail /fax

7.0 Insurance: The materials should be insured prior to dispatch for covering of any Loss/Damage/
Theft etc. During transportation from your factory to destination. The insurance charge will be
supplier‘s account.

8.0 PBG : The eligible bidder who will be awarded the purchase order has to submit a performance
bank guarantee (PBG) equal to 10% of the order value as guarantee for successful completion
of the order. The PBG shall be issued by any nationalized Bank in India and should be valid till
completion of supply of materials as per the purchase order. The prescribed format of PBG is
given at Annexure-IV

9.0 Liquidated Damage: The completion of delivery of the entire quantities as mentioned above
within the schedule date of completion of delivery shall be deemed to be the essence of the
contract. In case of delay in delivery of the entire quantities within the stipulated period, unless
such delay is attributable to owner (AGCL) or due to Force Majeure, there will be a reduction
in contract value @ 0.5% (Point Five Percent) per week as Liquidated Damage for undelivered
quantities of materials for each week of delay or part thereof subject to maximum of 5% of the
total contract value.
-6-

10. PAYMENT:- 90%( Ninety percent) payment will be made against proof of dispatch of
documents through our banker, State Bank of India, Duliajan Branch, P.O Duliajan -786602,
Dist Dibrugarh (Assam) subject to production of original copies to Bank and advance
submission of copies of Road consignment note, insurance, copies of delivery challan,
Manufacturers Test certificate, 3rd party inspection report, Guarantee / Warrantee certificate
and copies of invoice in triplicate to us. Balance 10% (Ten Percent) will be released by AGCL
within 30 (thirty) days after receipt and acceptance of all materials at our AGCL stores,
Duliajan against invoice in triplicate. Bank charges against processing of documents shall be
to AGCL account.
Or
Payment:- 100% (hundred percent )payment will be made within 30 ( thirty) days from the
date of receipt of invoice in triplicate supported by copies of Road consignment note,
insurance , copies of delivery challan , Manufacturers Test certificate, 3rd party inspection
report and Guarantee / Warrantee certificate and acceptance of all the materials at AGCL
Stores, Duliajan .

11. INSPECTIONS AND TESTS

Inspection and tests prior to shipment of Goods and final acceptance shall be as per Technical
Specifications, Quality Control Table and approved Inspection & Test Procedure. However,
without prejudice to the provisions of Technical specifications following shall hold good.

11.1 The Purchaser or its representative shall have the right to inspect and / or to test the material to
confirm their conformity to the specifications.

11.2 The inspections and tests may be conducted on the premises of the Seller or his subcontractor(s)
at point of delivery and / or at the final destination. When conducted on the premises of the
seller or his subcontractor(s), all reasonable facilities and assistance including access to the
drawings and production data shall be furnished to the Purchaser‘s representatives at no extra
charge to the Purchaser.

11.3 The Purchaser‘s right to inspect, test and where ever necessary reject the material after the
materials arrival in the Purchaser‘s stores shall in no way be limited to or waived by reason of
the material having previously been inspected, tested and passed by the Purchaser or their
representative prior to the material shipment.

11.4 Supplier shall hire Third Party Inspection agency (TPIA) for carrying out the inspection at
supplier‘s works as per approved ITP. All TPIA charges shall be to vendors account.
Approved TPIAs are –

(a) Lloyd Register


(b) Dr. Amin Controllers Pvt. Ltd.
(c) DNV
(d) SGS (India) Pvt. Ltd.

Supplier shall obtain AGCL approval before finalizing the TPIA.


-7-

The suppliers will submit the ITP regarding design, manufacture & testing of all the items
required under the Agreement within 15 days of Notification of Award. Purchaser will
review the ITP, inform the suppler, the stage where the Purchaser/Inspector would inspect the
good under manufacturing, beyond which the progress of the specified activity/manufacturing
will not proceed, without written approval. Such points during the progress of work under the
Agreement shall be called as Customer Hold Points (CHP‘s)

11.5 The Seller will inform Purchaser fifteen (15) days in advance for readiness of material for all
such identified CHP‘s.

11.6 The Purchaser / Consultant or its representative shall have the right to inspect and / or to test
the Goods to confirm their conformity to the requirements of the Agreement at no extra cost
to the Purchaser. Technical Specifications shall specify what inspections and tests the
Purchaser requires and to the extent feasible, where they are to be conducted. All costs for
such inspections and tests except the cost of travel, board and lodge of the purchaser‘s
representative/Inspector shall be to the account of the Supplier. The Purchaser shall notify the
Supplier in writing, in a timely manner, of the identity of any such representatives (if outside
of Purchaser‘s / organization) retained by it for these purposes.

12. ADDITIONAL TEST

12.1 The Purchaser/Users can also request for additional tests which were not identified and
specified in the ITP but considers necessary to ensure the quality of the raw materials or of the
manufacture.

12.2 In any case, additional tests shall be designed so as to require a minimum of time. Further
before starting these additional test, the Supplier defines and justifies, to the Purchaser/users
satisfaction, the possible effects of the duration of these tests on the contractual time-limits /
schedule(s).

Note : The quoted rates must be inclusive of inspection charges for lot wise quantities at
vendor’s manufacturing works by the TPIA, as indicated above.
-8-
13. GUARANTEE/WARRANTEE:

13.1 The Supplier warrants that the Goods supplied under the Agreement are new, unused, of the
most recent or current models and that they incorporate all recent improvements in design and
materials unless provided otherwise in the Contract Documents. The Supplier further warrants
that all Goods supplied under this Agreement shall have no defect, arising from design,
materials, or workmanship (except when the design and / or materials is required by the
Purchaser‘s specifications and the Supplier has given his disclaimer of warranty obligations with
respect to such requirement) or from any act or omission of the Supplier, that may develop under
normal use of the supplied Goods in the conditions prevailing in the place of use/destination.

13.2 This warranty shall remain valid for twelve (12) months after the Goods, or any portion thereof as
the case may be, have been put into operation or for eighteen (18) Months after the date of
delivery, whichever occurs earlier.

13.3 The Owner shall promptly notify the Supplier in writing of any claims arising under this
warranty.

13.4 Upon receipt of such notice, the Supplier shall, within a reasonable period, repair or replace the
defective Goods or parts thereof, free of cost to the Purchaser, deliver at the appropriate
destination. The Supplier may take over the replaced parts / Goods at the time of their
replacement. No claim whatsoever shall lie on the Purchaser for the replaced parts / goods
thereafter, In the event of any correction of defects or replacement of defective material during
the warranty period, the warranty for the corrected/replaced Goods or item or material shall be
extended to a further period of 12 months from the date of such repair/replacement if put to use
immediately or 18 months.

14. Applicability of Law & Jurisdiction: The tender shall be governed and interpreted
in accordance with the applicable laws of India and Dibrugarh District Courts in the State of
Assam shall have the exclusive jurisdiction.

15.0 The Company reserves the right of rejecting any or all bids, or accepting any bid in part, without
assigning any reason.

MANAGING DIRECTOR
Annexure - I
Details of materials with quantity to be supplied.

Pig Launcher & Receiver : The scraper traps shall be capable of handling intelligent pigs and other
cleaning pigs. The launching and receiving barrels and its closures shall be designed in accordance
with ASME or equivalent standard (Class 300) .

SL Matls Code Item Description Unit Qnty


No.

01 New Pig Launcher , 20// x24// No 01


02 New Pig Launcher , 16// x20// No 05
03 New Pig Launcher , 12// x16// No 05
04 New Pig Receiver , 20// x24// No 01
05 New Pig Receiver , 16// x20// No 05

06 New Pig Receiver , 12// x16// No 05


Annexure-II

STANDARD SPECIFICATION FOR


SCRAPER TRAP, QOEC & PIG
INDICATOR
Abbreviations:

API American Petroleum Institute


ASME American Society of Mechanical Engineers
ASTM American Society of Testing of Materials
BHN Brinell Hardness Number
CE Carbon Equivalent
DN Nominal Diameter
HAZ Heat Affected Zone
LTCS Low Temperature Carbon Steel
MSS-SP Manufacturers Standardization Society — Standard Practice
RTJ Ring Type Joint
SSPC Structures Painting Council

CONTENTS

SR.NO. DESCRIPTION Page No.

1.0 SPECIFICATION FOR SCRAPPER TRAP 02

2.0 SPECIFICATION FOR PIG SIGNALLER 07

SPECIFICATION FOR QUICK OPENING END


3.0 10
CLOSURE

4.0 DATASHEET FOR LAUNCHER/RECEIVER 14


SPECIFICATION FOR SCRAPER TRAP
1. SCOPE

This specification covers the basic requirements for design, manufacture, inspection, testing and
supply of scraper launching and receiving traps to be installed in pipeline system transporting
liquid or hydrocarbon gas.

2. REFERENCE DOCUMENTS
2.1 Reference has also been made in this specification to the latest edition of the following Codes,
standards and Specifications:

a) ASME B 31.4: Pipeline transportation system for liquid hydrocarbons and other liquids.

b) ASME B 31.8: Gas Transmission & Distribution piping System.

c) ASME B16.5: Steel Pipe Flanges & Flanges Fittings.

d) ASME B 16.9: factory made wrought steel butt welding fittings.

e) ASME B 16.11: Forged steel fittings, socket-welding and threaded.

f) ASME B 16.25: Butt Welding Ends.

g) ASME B 16.47: Large Diameter Steel Flanges.

h) MSS-SP-75 Specification for high test wrought welding fittings.

i) MSS-SP-97: Integrally reinforced forged branch outlet fittings socket welding threaded and butt welding
ends.

j) SSPC-VIS-1: Steel Structures painting Council Visual Standard.

k) ASME SEC. VIII and IX: Boiler & pressure Vessel Code.

l) API 1104: Standard for welding pipelines and related facilities.

m) API 5L: Specification for pipeline

2.2 In case of conflict between the requirements of this specification and the Codes, standards and
specifications referred to in this specification, the requirements of this specification shall govern.

3. MATERIALS
3.1 Material and thickness of main components used in manufacture of traps shall be indicated by
Manufacturer and shall be suitable for the service conditions specified. These shall be
subjected to approval by purchaser.

3.2 Fully killed Carbon Steel shall be used.

3.3 Material of the ends to be field welded by Purchaser shall have carbon equivalent (CE) less
than or equal to 0.45 based on check analysis for each heat of steel, calculated according to
the following formula :
4 CE = C + Mn+ (Cr+Mo+V) + (Ni +Cu)
---- -------------- -----------
6 5 15

3.4 For Scraper Traps, specified to be used for Gas Service, Charpy V-notch test shall be
conducted on each heat of steel used in the manufacture of pressure containing parts of
Scraper Traps. The test procedure shall conform to ASTM A 370.
Unless specified otherwise, the Charpy V-notch test shall be conducted at 0° C. The Charpy V
notch test specimen shall be taken in the direction of principal grain flow and notched
perpendicular to the original surface of the plate of forging.

The minimum average absorbed impact energy value of three full-sized specimens of base
metal, weld metal and HAZ shall be 27 joules, unless otherwise indicated. The minimum impact
energy value of any one specimen of the three specimens analyzed as above, shall not be less
than 80% of the above mentioned average value.

3.5 Hardness test shall be carried out as per ASTM A370 for each heat of steel used. A full
thickness cross section shall be taken for this purpose and the maximum hardness of base
metal, weld metal and HAZ of all pressure containing parts shall not exceed 248 HV10.

For Scraper Traps, specified to be used for other hydrocarbon services, the hardness
requirements stated above are not applicable.

4. DESIGN AND CONSTRUCTION REQUIREMENTS


4.1 The Quick opening end closure of the trap shall be designed as per design code ASME Sec. VIII
Div. I for design conditions specified in data sheet. A corrosion allowance, as provided for the
pipeline shall be considered in design of the traps also. Quality of welding shall be such that
weld efficiency factor of 1.0 is achieved.

4.2 The trap shall be capable of handling utility or instrumented pigs or equivalent and scraper
pigs as specified in Scraper Trap Data Sheet.

The trap body and neck, diameter and minimum length shall be as indicated in the data
sheets. Circumferential weld on scraper trap body and neck shall not be permitted.

4.3 Concentric or eccentric reducer, used in the manufacture of traps shall conform to MSS-SP-
75.

4.4 Vents and Drains shall be provided on each trap. The traps shall be provided with a suitable
slope (if asked in data sheet) and the drain location shall be such that complete drainage of the
trap is possible. Location and sizes for vents and drains shall be specified.

4.5 All branch connections shall be made by weldolets / nippolet or by extrusion as indicated in
Scrapper Trap specification. All weldolets shall conform to MSS-SP-97and all nippolets shall be
as per Manufacture‟s Standard. The extruded openings shall be adequately heat – treated and
stress relieved.

4.6 End connections of traps shall be flanged or butt-welded as indicated in Datasheet.

a) Flanged ends, if specified shall have dimensions as per ASME B 16.5 for sizes upto
24‟‟ NB (Excluding 22 NB) and as per ASME B 16.47/MSS –SP-44 for sizes 22 NB and
26 NB and above.

b) Butt weld ends, if specified, shall have ends prepared as per ASME B16.25. However,
end preparations for butt-welding ends having unequal thicknesses with respect to
connecting pipe shall be as per ASME B 31.8/ASME B 31.4, as applicable.

4.7 The Quick opening End Closure shall be of Rotary Type or equivalent design and shall
consists of a safety system allowing the opening only when there is no pressure in the trap.
End closure shall be hand operated and operable by-one operator. End Closures of size 24
NB and above shall be fitted with worm gear operator for the opening of the closure. Hinge of
the closure shall be so designed that the weight of the end closure is fully supported without
sagging, Screwed type or plug-in type of end closures are not permitted.

4.8 Receiving traps shall be provided with pig indicator at a location indicated in the Scraper Trap
specification. Pig Indicator shall be suitable for bi-directional operation and shall have visual
flag and manual reset. The same shall also have provision for remote indication as specified.
The Pig Indicator shall conform to the relevant pig indicator specification.

4.9 When specified, suitable handling system for inserting and retracting the scraper and
instrumented pigs from the trap shall be provided with each trap. The system shall be of self-
contained complete with handling devices. In case any rails are required for sliding of the
handling system, the same shall be provided.

4.10 Fabricated steel supports, minimum two numbers at suitable spacing shall be provided with
traps for mounting on concrete blocks. These supports will not be subjected to pipeline
anchorage forces. The material of support shall be compatible with trap material for welding
purposes. All welds shall be examined by magnetic particle method.

4.11 All welds shall be made by welders and welding procedures qualified in accordance with the
provisions of ASME Sec. IX. The procedure qualification shall also include impact test and
hardness test when required as per technical spec. and shall meet the requirements as
specified therein.

4.12 Repair by welding on parent metal is not allowed. Repair of welds shall be carried out only
after specific approval by Purchaser„s Inspector for each repair. The repair welding shall be
carried out by the welders and welding procedures duly qualified as per ASME Sec. IX and
records for each repair shall be maintained. The repair welding procedure qualification shall
also include impact test and hardness test when required as per this specification and shall
meet the requirements as specified therein.

4.13 The traps shall be equipped with a half internal removable filtering basket (for concentric
reducer) consisting of a punched plate with at least five rows of drain holes. The filtering
basket shall slide on guides or wheels and in all cases the material of the parts being in
contact with each other shall be of the anti-spark type.

4.14 The tolerance on internal diameter and out of roundness at the ends for the welding end of
the neck (at the end where connecting pipeline will be welded) shall be as per applicable
connected pipe specification as indicated in the Data Sheet.
5.0 INSPECTION AND TESTS
5.1.1 The manufacturer shall perform all inspection and tests as per the requirements of this
specification and the relevant codes, prior to shipment at his Works. Such inspections
and tests shall be, but not limited to, the following:

5.1.2 All traps shall be visually inspected.

5.1.3 Dimensional check shall be carried out as per the approved drawings.

5.1.4 Chemical composition and mechanical properties shall be checked as per relevant
material standards and this specification, for each heat of steel used.
5.1.5 All butt welds shall be 100% radio graphically inspected. Procedure and acceptance
criteria shall be as per API 1104.

5.1.6 Ultrasonic or magnetic particle inspection shall be carried out on all welds, which in
Purchaser Inspector‟s opinion cannot be radio graphicallyd inspected. Procedure and
acceptance criteria shall be as per ASME Sec. VIII, Appendix 12 and Appendix VI
respectively.

5.1.7 All finished wrought weld ends shall be 100% ultrasonically inspected for lamination type defects
for a distance of 50mm from the end. Any laminations larger than (1/4”) 6.35 mm shall
not be acceptable.

5.1.8 All forgings shall be wet magnetic particle examined on 100% of the forged surfaces.
Method and acceptance shall comply with MSS-SP-53.

5.1.9 A minimum of two closing and opening cycles shall be performed and correct operation
of both quick opening closure and safety system shall be ascertained.

5.1.10 All other inspections as required by approved QAP.

5.1.11 All goods should be inspected through any one of the following third party inspection agency
(TPIA). The cost of inspection shall be manufacturer account.
a) DNV
b) LLOYDS
c) TUV

5.1.12 The Manufacturer shall submit Inspection Test Plan (ITP) for approval from user department of
Assam Gas Company Ltd. Representative from the user department of Assam Gas Company Ltd
will be present along with the TPI during the inspection.

6.0 TEST CERTIFICATES

Manufacturer shall furnish the following certificates:


a) Test certificates relevant to the chemical and mechanical properties of the materials
used for manufacture of Trap as per relevant standards and this specification.
b) Hydrostatic test certificates.
c) Test Reports on radiography, ultrasonic inspection and magnetic particle examination.
d) Test Reports on heat treatment carried out, if any.
The certificates shall be considered valid only when signed by Purchaser‟s Inspector.
e) All other test certificates as per Approved Quality Assurance Plan.
f) Stress reliving reports ( If applicable as per Code & Approved QAP)
g) Functional Test (Pull through test) Report for Launcher & Receiver, QOEC &Pig signallers.
h) Functional test certificate of Launcher and Receiver indicating satisfactory performance of pig
traps.
i) Material certification shall be as per EN 10204 3.1 type.

7.0 PAINTING,MARKING AND SHIPMENT

7.1 After all inspection and tests required have been carried out; all external surfaces shall be
thoroughly cleaned to remove grease, dust and rust. Surface preparation shall be carried out
by shot blasting to SP-6 in accordance with “Steel Structures Painting Council Visual
Standard-SSPC-VIS-I”. Machined parts shall be coated with anti-rust removable paint and
non-machined parts shall be applied with two coats of protective paint. We shall indicate the
type of paint used in the drawings submitted for approval.

7.2 Marking shall be done on a stainless steel plate and affixed to the trap body by means of
corrosion resistant fasteners. Marking shall include the following.

a) Manufacturer‟s Name
b) Trap/Neck diameter, thickness
c) ASME class rating
d) Tag Number
e) Design Pressure
f) Design Temperature
g) Year of manufacture
h) Empty weight of the trap assembly.

7.3 Before shipment, traps shall be properly packed against damage during transportation. All
machined surfaces subject to corrosion during transit shall be well protected by coat of
grease or other suitable material. All traps shall be provided with suitable protectors, for
flange faces, securely attached to the traps. Bevel ends shall be protected with metallic or
high impact plastic bevel protectors.

7.4 Final painting shall be as per approved drawing.

8.0 SPARES

8.1 Manufacturer shall furnish list of recommended spares and accessories for Scrapper Traps
required during start up and commissioning.

8.2 Manufacturer shall furnish separately a list of recommended spares and accessories
required for two years of normal operation and maintenance of Scrapper Traps.

9.0 GUARANTEE/WARRENTY

9.1 Material shall be free from defects and workmanship. The defect liability period shall be 24
months from the date of dispatch or 12 months from the date of commissioning whichever
is earlier.
SPECIFICATION FOR PIG SIGNALLERS

1. SCOPE
This specification covers the basic requirements for the design and manufacture testing & supply of pig
signalers, used for the detection of passage of scraper and instrumented gauging pigs, to be installed in
pipeline systems handling hydrocarbons in liquid or gaseous phase including Liquefied Petroleum Gas
(LPG). This specification does not cover pig signalers for sour hydrocarbons (liquid/gas) service as
defined in NACE Standard MR 0175-98.

2. MATERIALS
2.1 All materials used in the manufacture of the main components of the pig signalers shall be as
indicated in the data sheets. Other components shall be as per manufacturer‟s standard suitable for
the service conditions indicated in Annexure-I and data sheets which will be subject to approval by
purchaser.

2.2 Scarfed welding base shall have carbon equivalent (CE) not greater than 0.45 on check analysis,
calculated as per the following formula:

4 CE = C + Mn+ (Cr+Mo+V) + (Ni +Cu)


---- -------------- -----------
6 5 15

2.3 Fully killed carbon steel shall be used in the manufacture of pig signalers.

2.4 The maximum hardness of the base material, weld metal heat affected zone of the
pressure containing parts shall be 248 HV10. Hardness test shall be carried out as per
ASTM A 370 for each heat of steel used.

3. DESIGN AND CONSTRUCTION REQUIREMENTS

3.1 Pig signalers shall be bi-directional type having pivot-less tumbler mechanism.

3.2 Pig signalers shall be designed to meet the requirements of pipeline material, diameter,
wall thickness & service conditions indicated in the data sheet.

3.3 Design of pig signalers shall be such that any possibility of signaler being operated by line
pressure is eliminated.

3.4 Pig signalers shall be provided with a visual indicator to indicate the passage of pigs, by
means of spring loaded metal shaft. The arm shall lock in down position when manually
reset.

3.5 Pig signalers shall be fitted with sealed, weather proof and explosion proof micro-switch
for remote signal indication. The area classification and rating of micro-switch shall be as
indicated in datasheet. Suitable for installation in NEC class I division 1, hazardous area.
Micro-switch shall have the following rating:

2 Amp, 24 volts, 50 Hz
Type: SPDT
Contacts: 1 NO 1 NC

3.6 All welds shall be made by welders and welding procedures qualified in accordance with
the provision of ASME Section IX. The procedure qualification include hardness test and
shall meet the requirements of this specification.

3.7 Whenever specified in the datasheet, pig signalers shall be provided with extension,
suitable for installation on underground pipeline.

4. INSPECTION AND TESTS

4.1 Manufacturer shall perform all inspection and tests required to supply the signalers as per the
requirements of this specification.

4.2 All pig signalers shall be visually inspected.

4.3 Chemical composition & mechanical properties including hardness shall be checked for each heat
of steel used.

4.4 All welds shall be non-destructively examined.

4.5 The welding end shall be inspected ultrasonically over the entire circumference for
lamination type defects. Any lamination larger than 6.35 mm shall not be acceptable.

4.6 Hydrostatic test shall be conducted at a pressure equal to 1.3 times the design pressure.
Hydrotest duration shall be 15 minutes or as indicated in Data sheet.

4.7 Manufacturers shall perform functional tests to establish satisfactory performance of both
manual and electrical indications (as applicable).

4.8 All goods should be inspected through any one of the following third party inspection
agency (TPIA). The cost of inspection shall be manufacturer account.
a) DNV
b) LLOYDS
c) TUV

4.9 The Manufacturer shall submit Inspection Test Plan (ITP) for approval from user department of
Assam Gas Company Ltd. Representative from the user department of Assam Gas Company Ltd
will be present along with the TPI during the inspection.

5. TEST CERTIFICATES

5.1 Manufacturer shall supply the test certificates for material compliance as per relevant
material standards.
5.2 Certificate for hydrostatic test and functional test.

5.3 Test reports on heat treatment carried out, if any.

6 PAINTING, MARKING AND SHIPMENT

6.1 Exterior surface of the pig signallers shall be thoroughly cleaned, free from rust and
grease and applied with sufficient coats of corrosion resistant paint. Manufacturer shall
indicate the type and corrosion resistant paint used in the drawings submitted for approval.
In case of pig signallers with extension, the buried portion shall be coated with three coats
of coal tar epoxy resin. The minimum dry film thickness shall be 300 microns.

6.2 A corrosion resistant metal tag shall be permanently attached with each unit, with the
following marking:-

1. Manufacturer‟s name
2. Suitable for installation in ______mm dia. pipeline
3. ANSI rating
4. Tag nos.

6.3 Each unit shall be suitably protected to avoid any damage during transit. Care shall be
exercised during packing to prevent any damage to the welding ends. All machined
surfaces subject to corrosion shall be well protected by a coat of grease or other suitable
materials.

7 SPARES AND ACCESSORIES

7.1 Manufacturer shall furnish list of recommended spares and accessories for pig signalers
required during start up and commissioning. Cost of such spares shall be included by the
manufacturer in the item rates indicated in purchase requisition.

7.2 Manufacturer shall furnish separately a list of recommended spares and accessories
required for two years of normal operation and maintenance of pig signalers.

8 GUARANTEE

8.1 Manufacturer shall guarantee that the pig signalers comply with the requirements stated in
this specification and in the purchase order. Manufacturer shall replace or repair all parts
found to be defective due to inadequate engineering or quality of material. Manufacturer
shall replace the signaller without delay, if the defect or malfunctioning cannot be
eliminated.

8.2 Any defects occurring within the time period specified elsewhere shall be repaired making
all necessary modifications and repair of defective parts free of charge to the purchaser.

9 DOCUMENTATION

9.1 At the time of bidding, bidder shall submit the following documents:-
a) General arrangement drawing with overall dimensions.
b) Clause wise list of deviation from this specification, if any.
c) Reference list of similar supplies of pig signaller shall be furnished including project,
year of supply, client, size, rating and service for last five years.
d) Quality assurance plan (QAP) enclosed with this tender duly signed, stamped and
accepted.

9.2 Within two weeks of placement of order, the manufacturer shall submit four copies, but not
limited to, of the following drawings, documents and specifications for approval.

a) Fabrication drawings/ sectional arrangement drawings showing all parts with


reference numbers and material classification.
b) Assembly drawing with overall dimension.
c) Welding and testing procedure.
d) Cable connection details and cable specification.

Once the approval has been given by purchaser, any change in design, material, etc. shall be
notified to the purchaser whose approval in writing for all changes shall be obtained before pig
signalers are manufactured.

9.3 All documents shall be in English language.


SPECIFICATION FOR QUICK OPENING END
CLOSURE

1. SCOPE

This specification covers the minimum requirements for design and manufacture of quick opening end
closures to be installed at various blow-down points of the pipeline handling natural gas. This
specification does not cover quick opening end closures for sour hydrocarbons service as defined in
NACE MR0175-98.

2. REFERENCE DOCUMENTS

2.1 Reference has been made in this specification to the latest edition of the following codes, standards
and specification:

a) ANSI B31.8: Gas Transmission and Distribution piping systems.

b) ANSI B16.25: Butt-Welding ends.

c) ASME SEC VIII: Boiler and pressure vessels code rules for the construction of pressure
vessels.

d) ASME SEC IX: Qualification standard for welding and brazing procedures, welders,
brazers and welding and brazing operators.

e) API 6H: Specification on end closures, connectors and swivels.

f) API 1104: Specification for welding pipeline and related facilities.

g) SSPC-VIS-1: Steel structures painting council.

2.2 In case of conflict between the requirements of this specification and any code, standard
and specification, requirements of this specification will govern.

3. MATERIALS

3.1 Material used in the manufacture of pressure containing parts of quick opening end closure shall be
fully killed carbon steel, forged construction.

3.2 Material of the ends to be field welded by purchaser shall have carbon equivalent not more than
0.45 based on check analysis, for each heat of steel used, calculated as per the following formula:

10 CE = C + Mn+ (Cr+Mo+V) + (Ni +Cu)


---- -------------- -----------
6 5 15
3.3 Unless specified otherwise, Charpy V-notch test shall be conducted for each heat of steel, in
accordance with the impact test provisions of ASTM A 370 at temperature of 00C. The average
absorbed impact energy values of three full-sized specimens shall be 27 joules.

3.4 Hardness test shall be carried out as per ASTM A 370 for each heat of steel used. A full thickness
cross section shall be taken for this purpose and the maximum hardness of base metal, weld metal
and HAZ of all pressure containing parts shall not exceed 248 HV10.

4. DESIGN AND CONSTRUCTION

4.1 End closure shall be designed in accordance with the provisions of ANSI B31.8/4 and
ASME SEC. VIII Division 1. Corrosion allowance and design factor as indicated in the data
sheets shall be considered in the design of end closure.
4.2 Diameter, thickness, material, ANSI rating of the pipeline with which the end closure to be
welded is indicated in the data sheets. End closure supplied shall be suitable for the same.

4.3 End closure shall be of hinged and quick opening type and shall consist of a system
allowing the opening only when there is no pressure in the line.

4.4 End closure shall be of Rotary type or equivalent type and operable by a single lever
operation. The threaded closures are not acceptable.

4.5 End closure shall be suitable for installation in vertical position at an elevation of 2.0
meters above ground level. The safety system and the lever for operating the closure shall
be at a convenient position so that easy access is possible for operator from ground
without usage of any structure or platform. (If Orientation is Vertical.)

4.6 When closed, the closure shall provide a positive seal without any leakage. Gaskets or
seals when provided for this purpose shall be self-sealing and suitable for the service
conditions specified.

4.7 For vertical installation, a suitable lifting device shall be provided to hinge the closure plug,
head or door, clear for vertical access into the opened closure. The lever of the closure
shall be provided in vertical plane so that vertical up and down operation is achievable.

4.8 The handling device shall be attached to the welding end hub, which shall be suitable for
such attachment.

4.9 End closure shall be provided with a butt-welding end for direct welding with the pipeline.
The weld end shall be prepared in accordance with ANSI B31.8/4.

4.10 All welds shall be made by welders and welding procedures qualified in accordance
with the provisions of ASME SEC IX. The procedure qualification shall also include impact
test and hardness test when required in this specification and shall meet the requirements
as specified therein.

4.11 The tolerance on internal diameter end out of roundness shall be as per connected
pope specifications indicated in the data sheets.
5. INSPECTION AND TESTS

5.1 Manufacturer shall perform all inspection and tests as per the requirements of this specification
and the relevant codes, prior to shipment at his works. Such inspection shall be, but not limited to
the following:

5.1.1 All closures shall be visually inspected.

5.1.2 Chemical compositions and mechanical properties shall be checked.

5.1.3 Dimensional check shall be carried out as per the approved drawings.

5.1.4 Hydrostatic test shall be conducted for all end closures complete in all respects, at a pressure
equal to 1.3 times the design pressure. Test duration shall be 15 minutes. No leakage is allowed.

5.1.5 All butt welds shall be 100% radiographically inspected. Procedure and acceptance criteria shall
be as per API 1104.

5.1.6 Welds, which cannot be radiographically inspected, shall be inspected by ultrasonic or magnetic
particle methods. Procedure and acceptance criteria shall be as per ASME sec. VIII, Appendix U
and Appendix VI respectively.

5.1.7 All finished wrought weld ends shall be ultrasonically inspected for lamination type defects for a
distance of 50 mm from the end. Any lamination larger than 6.35 mm shall not be accepted.

5.1.8 A minimum of two closing and opening cycles shall be performed and correct operation of both
quick opening and safety system shall be established.

5.2 Purchaser‟s representative reserves the right to perform inspection and witness tests
including hydrostatic test, as indicated in para 5.1 at manufacturer‟s works prior to
shipment. Manufacturer shall give reasonable notice of time and shall provide without
charge reasonable access and facilities required for inspection, to the purchaser‟s
representative.

Inspection and tests performed/ witnessed by purchaser‟s representative shall in no way relieve
the manufacturer‟s obligation to perform the required inspection and tests.

5.3 All goods should be inspected through any one of the following third party inspection agency
(TPIA). The cost of inspection shall be manufacturer account.
a) DNV
b) LLOYDS
c) TUV

5.4 The Manufacturer shall submit Inspection Test Plan (ITP) for approval from user department of
Assam Gas Company Ltd. Representative from the user department of Assam Gas Company Ltd
will be present along with the TPI during the inspection.
6. TEST CERTIFICATES

Manufacturer shall furnish the following certificates:

a) Tests certificates relevant to chemical and mechanical properties of the material


used as per the relevant standards.
b) Hydrostatic test certificates.
c) Report on Non-destructive examination.
d) Certificate of satisfactory performance of end closure as per clause 5.1.8.
e) Certificates of stress relieving.( If any)

The certificates shall be considered valid only when signed by the purchaser‟s inspector.

7. PAINTING, MARKING AND SHIPMENT

7.1 After all inspection and tests required have been carried out; all external surfaces shall be
thoroughly cleaned to remove grease, dust and rust. Surface preparation shall be carried
out by shot blasting to SP-6 in accordance with “steel structures painting council- visual standard-
SSPC-VIS-1”. Machined parts shall be coated with anti-rust removable paint and non-machines
parts shall be applied with two coats of protective paint. Manufacturer shall indicate the type of
paints used in the drawings submitted for approval.

7.2 Marking shall be done on a stainless steel plate and affixed to the body permanently.
Marking shall include the following:

a) Manufacturer‟s name.
b) Suitable for ____dia. X ____thick pipeline.
c) ANSI rating.
d) Tag number.
e) Year of manufacturer.

7.3 Before shipment, closures shall be properly packed against damage during transportation.
Bevel ends shall be protected with metallic and high impact plastic bevel protectors.

7.4 Only those closures, which have been inspected and certified by purchaser‟s
representative, shall be shipped.

8. GUARANTEE

8.1 Manufacturer shall guarantee that the closure along with the davits are in compliance with the
requirements of this specification for material and workmanship. Manufacturer shall replace or repair all
parts which should result defective due to inadequate engineering of quality of material or
workmanship.
9. SPARES

9.1 Manufacturer shall furnish list of recommended spares and accessories for Quick opening
end closures required during start up and commissioning. Cost of such spares shall be
included by the manufacturer in the item rates indicated in purchase requisition.

9.2 Manufacturer shall furnish separately a list of recommended spares and accessories
required for two years of normal operation and maintenance of quick opening end
closures.
DATASHEETS OF SCRAPER TRAP

CONNECTING PIPELINE DETAILS:-

1. ANSI Rating : 300#

2. Design Pressure : 45 kg/cm2

3. Hydrotest Pressure : 1.3 X Design Pressure

4. Design Temperature : -290C TO +650C

5. Design Factor : 0.5

6. Material : API 5L GR.B OR EQ.

7. Service : OIL/GAS

8. Design code : ASME SEC VIII DIV.I

9. Corrosion allowance : 3 MM

10. Material Certification : EN 10204 3.1


SCHEMATIC SKETCH FOR LAUNCHER

SCHEMATIC SKETCH FOR RECEIVER


SCRAPER TRAPS SPECIFICATION:-

PART LIST:-1. BARREL 4. QOEC 7. END FLANGE


2. NECK 5. SUPPORT
3. REDUCER 6. NAME PLATE

SIZES LAUNCHER RECEIVER


A B C A B C
8‟‟ X 12‟‟ 2200 203 500 2200 203 2200
12‟‟ X 2800 356 600 2800 356 2800
16‟‟
14‟‟ X 2800 381 600 2800 381 3000
18‟‟
16‟‟ X 3000 508 600 3000 508 3200
20‟‟
20‟‟ X 3000 508 700 3000 508 3500
24‟‟
NOZZLE DETAILS
D E F G H I J K
VENT PS PR.INDICATO DRAIN DRAIN PIG BY- KICKE
V R SIGNAL PASS R
8‟‟ X 12‟‟ 2‟‟ 1‟‟ ¾” 2‟‟ 2‟‟ 2‟‟ 4‟‟ 4‟‟
12‟‟ X 2‟‟ 1‟‟ ¾” 3‟‟ 3‟‟ 2‟‟ 4‟‟ 4‟‟
16‟‟
14‟‟ X 2‟‟ 1‟‟ ¾” 3‟‟ 3‟‟ 2‟‟ 4‟‟ 4‟‟
18‟‟
16‟‟ X 2‟‟ 1‟‟ ¾” 4‟‟ 4‟‟ 2‟‟ 6‟‟ 6‟‟
20‟‟
20‟‟ X 2‟‟ 1‟‟ ¾” 4‟‟ 4‟‟ 2‟‟ 6‟‟ 6‟‟
24‟‟
Annexure - III

Price Bid Format

Item No/ Material Description Unit Basic Rate/ VAT/ Freight Unit Qnty Total
Matls Code Unit CST Rate Amount
ANNEXURE IV
Performance Bank Guarantee
To,
Assam Gas Company Limited
Duliajan-786602 (Assam)

Dear Sirs,

1. In consideration of Assam Gas Company Limited, (A State Public sector undertaking) having its registered
office at Duliajan, Dibrugarh, Assam herein after referred to as AGCL (Which expression shall, unless
repugnant to the context or meaning thereof, include all its successors, administrators, executors and
assignees) having entered into a CONTRACT vide P.O. No……………….. dated …………………..
(Hereinafter called the ‗CONTRACT‘ which expression shall include all the amendments thereto) with
(name of the vendor), having its registered/head office at ………….. (hereinafter referred to as the
‗CONTRACTOR‘) which expression shall, unless repugnant to the context or meaning thereof include all
its successors, administrators, executors and assignees) and AGCL having agreed that the CONTRACTOR
shall furnish to ……AGCL…… a performance guarantee for Rs ….(amount )… for the faithful
performance of the warranty as per the CONTRACT.

2. We (name and address of the bank) (hereinafter referred to as ―the Bank‖ which expression shall, unless
repugnant to the context or meaning thereof, include all its successors, administrators, executors and
permitted assignees) do hereby guarantee and undertake to pay immediately on first demand in writing any
/all moneys to the extent of Rs …………… (in figures and words) without any demur, reservation, contest
or protest and/or without any reference to the CONTRACTOR. Any such demand made by AGCL on the
Bank by serving a written notice shall be conclusive and binding, without any proof on the bank as regards
the amount due and payable, notwithstanding any dispute(s) pending before any Court, Tribunal,
Arbitrator or any other authority and/or any other matter or thing whatsoever, as liability under these
presents being absolute and unequivocal. We agree that the guarantee herein contained shall be irrevocable
and shall continue to be enforceable until it is discharged by AGCL in writing. This guarantee shall not be
determined, discharged or affected by the liquidation, winding up, dissolution or insolvency of the
CONTRACTOR and shall remain valid, binding and operative against the bank. The bank also agrees that
AGCL at its option shall be entitled to enforce this guarantee against the Bank as a principal debtor, in the
first instance, without proceeding against the CONTRACTOR and notwithstanding any security or other
guarantee that AGCL may have in relation the CONTRACTOR‗s liabilities.

3. The Bank further agrees that AGCL shall have the fullest liberty without our consent and without affecting
in any manner our obligations hereunder to vary any of the terms and conditions of the said CONTRACT
or to extend time of performance by the said CONTRACTOR(s) from time to time or to postpone for any
time or from time to time exercise of any of the powers vested in AGCL against the said
CONTRACTOR(s) and to forbear or enforce any of the terms and conditions relating to the said agreement
and we shall not be relieved from our liability by reason of the terms and conditions relating to the said
agreement and we shall not be relieved from our liability by reason of any such variation, or extension
being granted to the said CONTRACTOR(s) or for any forbearance, act or omission on the part of AGCL
or any indulgence by AGCL to the said CONTRACTOR(s) or any such matter thing whatsoever which
under the law relating to sureties would, but for this provision, have effect of so relieving us.

Cont‘d-2/=
(2)

4. The Bank further agrees that the Guarantee herein contained shall remain in full force during the period
that is taken for the performance of the CONTRACT and all dues of AGCL under or by virtue of this
CONTRACT have been fully paid and its claim satisfied or discharged or till AGCL discharges this
guarantee in writing, whichever is earlier.
5. This Guarantee shall not be discharged by any change in our constitution, in the constitution of AGCL or
that of the CONTRACTOR.
6. The Bank confirms that this guarantee has been issued with observance of appropriate laws of the country
of issue.
7. The Bank also agrees that this guarantee shall be governed and construed in accordance with Indian Laws
and subject to the exclusive jurisdiction of Indian Courts of the place from where the purchase
CONTRACT has been placed.
8. Notwithstanding anything contained herein above, our liability under this Guarantee is limited to Rs (in
figures & words) and our guarantee shall remain in force until ____________ (indicate the date of expiry
of bank guarantee)

Any claim under this Guarantee must be received by us before the expiry of the Bank Guarantee on
____________. If no such claim has been received by us by the said date, the rights of AGCL under this
Guarantee will cease. However, if such a claim has been received by us within the said date, all rights of
AGCL under this Guarantee shall be valid and shall not cease until we have satisfied that claim.

In witness whereof, the Bank through its authorized officer has set its hand and stamp on this …….. Day
of ….(month and year) at _________.

WITNESS NO. 1

(Signature)
Full name and official address
(in legible letters)
Full name, designation and address
(in legible letters) with Bank stamp
Dated
WITNESS NO. 2

(Signature)
Full name and official address
(in legible letters)
ANNEXURE-V

PROFORMA LETTER OF AUTHORITY

TO Date: _____________

Managing Director
Assam Gas Company Ltd
P.O.Duliajan-786602
Assam, India

Sir,

Sub: AGCL‘s NIT No.___________________________________

We ______________________________ confirm that Mr. _____________ (Name and address) is authorized


to represent us to Bid, negotiate and conclude the agreement on our behalf with you against Tender Invitation
No. _________________.

We confirm that we shall be bound by all and whatsoever our said representative shall commit.

Yours Faithfully,

Authorized Person’s 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 who is either controlling authority of the authorized person or higher in rank
than the person authorized.

Você também pode gostar