electification work at hps store and lbcph tender … office/ukai...page | 2 gujarat state...
TRANSCRIPT
Page | 1
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Dam, Taluka: Fort Songadh, Dist:Tapi – 394680. Ph. 91-2624-233215, 233257 Fax: 91-2624-233300, 233315.e-mail: [email protected]. Website: www.gsecl.in
CIN: U40100GJ1993SGC019988 ------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------
TECHNICAL BID
NAME OF WORK:-
Electrification work at Hydro Store and Mini hydro power station Ukai.
Please submit price bid duly signed and stamp
(Without stating above / below rates) along with Te chnical Bid.
Tender No.: WT-2753
Requisition: 53240
RFQ No: 30438
Page | 2
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
UKAI THERMAL POWER STATION
ANNEXURE-A
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai.
GENERAL TERMS & CONDITIONS:
1. The ‘contractor’ means the documents forming tender and the subsequent agreement that may be
entered into.
2. The general rules and regulations of the Corporation for tender and contract for works will apply to
the extent the same are not modified herein. Any other rules and regulations, conditions etc. that
are in force at present and that may be framed by the Corporation from time to time in connection
with contracts will be binding and acceptable to the contractor.
3. Sub-letting or trading of contract without prior written approval of Corporation will be treated as a
breach of contract and it will be punishable by forfeiting the security deposit as well as termination
of contract.
4. The successful Bidder has to pay Security Deposit 10 (Ten) % of the order value on receipt of letter
of intent (LOI) for the work. The amount of Security Deposit will be refunded after satisfactory
completion of work and after deducting any dues of the Company.
5. The contractor shall hold the Corporation indemnified against and in respect of any claims arising
out of injury to any persons(s), loss of life; workman’s compensation and any other theft, the
contractor claims whatsoever. The contractor shall be responsible for any damages to any property
of the Corporation due to negligence of the contractor on his employees. The Corporation will be
entitled to recover the damages from the contractor and it shall be final and binding to the
contractor.
6. The contractor shall submit their Service tax registration number and same should be quoted on all
his bills.
7. The contractor will have to enter in to an agreement with the corporation and the cost of the
stamped paper shall be borne by the contractor, the contractor shall also have to execute an
indemnity bond on required value of stamped paper as per Corporation’s rules. The cost of the
stamped paper will be borne by the contractor.
8. Arbitration Clause: All questions, disputes or difference, whatsoever which may at any time arise
between the parties to this contract in connection with the contract or any matter arising out of or
in relation thereto, shall be referred to the Gujarat Public Works Contract Dispute arbitration as per
the provision of the Gujarat Public Works Contracts Disputes Arbitration Tribunal Act-1992.
9. The contractor shall strictly observe all the Labour laws and Factory acts in existence and
amendments made from time to time.
10. The work shall be completed within stipulated time. If required, the contractor will have to work
round the clock to maintain the work schedule.
11. Payments shall be made as per actual work done only.
12. The contractor shall have to take all necessary precautions to avoid fire during cutting welding etc.
in case of any smoldering fire; the same should be extinguished by contractor immediately using
their own labour, tools, water and buckets etc.
13. Contractor shall arrange their own adequate tools and tackles, drilling machine, grinders, ladder/
lighting materials including lighting transformers as per IS-1416 etc. required for the work included
in Schedule-A.
14. Contractor has to carry out the work at site only. If work is found unsatisfactory or not progressing
according to the schedule given by the GSECL, then the GSECL reserves rights to terminate the
Page | 3
contract without assigning any reasons thereof and the remaining work can be allotted to some
other agencies at your risk & cost.
15. Before starting the contract, the contractor has to furnish the documents for insurance of workers,
failing which the contractor shall not be allowed to commence the work.
16. An authorized technically qualified representative of the contractor must be available at site while
the work is going on. The address of the representative should be submitted to this office so that
the contractor’s representative can be contacted whenever required in connection with execution
of the work.
17. Scaffolding material, if available with GSECL, will be issued on chargeable basis otherwise
contractor will have to arrange for the same at their own cost. After completion of work scaffolding
is to be removed immediately.
18. After completion of work, working area and surrounding area should be made clean by removing
M.S. debris & all types of scrap etc. scrap should be credited to main store/ Hydro store only & it
should be dumped at place shown by EIC.
19. The contractor shall submit daily progress report for the work carried out by them.
20. The contractor, if desires can see the plant and site of work with permission of under signed on any
working day during working hours.
21. The contractor shall have to submit their own P. F. Code number if allotted by RPF Commissioner/
P.F. Authority.
22. All the employees engaged by you will be covered under P.F. Act.If contractor will not comply this
condition the final bill will not be released.
23. This contract or any part thereof shall not be subletted to or assigned to any other agency/
contractor without written permission of the GSECL.
24. The party has to arrange for the accommodation for their all staff at their own cost.
25. Income tax will be deducted as per prevailing rate.
26. The tender should be submitted along with EMD, without which no tender will be accepted.
27. The details of payment of EMD and Tender fee shall be clearly indicated and to be furnished the
MR/ DD No. on technical bid of tender covers itself.
28. Conditional tender will not be accepted, withdrawal of condition unilaterally after opening of
tender will not be permitted.
29. Contractor shall submit tender along with detailed list of similar works carried out by them
indicating place of work, contract values and names of organizations along with certificates for
satisfactory performance of work.
30. The bidder shall quote only in single percentage of rate above or below the estimated rates i.e.
bidder should quote either say percentage above estimated cost for the item or say below the
estimated cost for the item detailed at schedule-B.
31. After completion of contract work, the work completion certificate will be required to be produced
before the DGM/ IRO for the purpose of no dues certificate and cancelation of gate passes issued
to the contractor’s workmen at the time of execution of the contract work.
Signature of Bidder Chief Engineer (Gen)
with Seal & Date GSECL : TPS : UKAI
Page | 4
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
UKAI THERMAL POWER STATION
SCHEDULE: ‘A’
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai. SECTION – II
SCOPE OF WORK:-
The scope of work consists and includes Work contract for the Electrification work at Hydro Store
and Mini hydro power station Ukai.
1) Before commencement of work contractor has to visit at site with his technical expert for the
assessment of work and material.
2) Wiring Rules: The installation shall be carried out in conformity with I.E.A. and latest addition of
the wiring rules of the institution of engineers.
3) Definitions: The definitions of terms in the I.E.A. wiring rules shall apply.
4) Pressure and frequency of supply: All current consuming devices shall be suitable for 440 or 250
volts, 50 cycles. A.C. supply.
5) Casing- capping wiring: In this system of wiring, the wires should be placed in casing capping of
presto plasat make which should be fixed with nail or screw at an interval of 2 feet equal
distance on walls or ceilings. The casing capping should be fixed with all accessories such as Tee,
Bend Angular Joints, inspection box, one way, Two way or four way box etc. Switches, plug
sockets, switch board of 12''x15'',10" x 8", 4" X 7", 6 X 6",4''x4'' size with sun mica top, pendent
holders, PVC Cables etc. materials shall be got approved by the engineer-in charge before bulk
purchasing and supply. Jointing of conductors shall not be permitted and only of looping back
wiring shall be adopted.
6) Conductors.
a. All conductors to be copper in accordance with I.E. wiring rules. No insulated conductor shall
have a cross-section less than 2.5 Sq. mm. wires shall be used for wiring of lights, fans and
ordinary plug points and call bells.
b. Joints in conductors shall not be permitted and only looping back shall be done. Twisting
should not be permitted. Connectors of proper size shall be used.
c. The cross sectional area of all conductors inside buildings shall be so proportioned to their
lengths that the drop in pressure between the main fuses and the farthest or any lamp shall
not exceed more-than 2% with all the consuming devices.
d. Circuits: The points in Hydro Store hall be distributed on separate circuits. Not more than 10
points shall take on each circuit.
7) Fittings and accessories.
a. All material shall be standard make (i.e. as mention in schedule B) or approved by Engineer-
In-Charge before installation.
b. Switches, sockets, regulators etc. shall be fixed on a teakwood board of suitable size, with
sun mica front. The base will be made of one piece. Only screws are to be used for attaching
fittings and accessories to their base block. All the boards should be with sun mica front.
c. Similar parts of all switches lamp holders ceiling roses, brackets, pendants and all other
fitting of the same type and shall be interchangeable
Page | 5
d. The complete wiring of lighting will have to be done with 2 cores 2.5 sq.mm. Single PVC
copper wires in Casing Capping of reputed make with earthing wire of 1.5&1.0 sq.mm. PVC
copper wire run continuously in the casing capping as per I.E.E. rules.
e. The casing capping for lighting point and domestic point wiring may be provided separately.
f. All the materials supplied as per schedule-B & got approved from Engineer in Charge.
8) Tests: The installation with fitting complete, shall before current is switched on satisfactorily as
the following tests.
9) All the lamp and appliances having been connected to the conductors and all switches and fuses
being 'ON' a pressure not less than twice the intended pressure (Subject to a limit of 250 V) shall
be applied on the insulation resistance of the whole or any part of the insulation to earth must
not be less (in meg. ohms) that in divided by the number of points. With all lamps and appliances
remote from the circuit but with switches on, a similar test between poles must give insulation
resistance of half the above test value.
10) The cost of damages, shortages, breakages of GSECL materials will be recovered from the
contractor’s bill. The assessment of which will be done by Engineer in Charge at his sole discretion
and his decision shall be binding to the contractor and shall be considered as final and un-
challengeable.
11) The GSECL will not be responsible for any accident, injury etc. to the Contractor's labour or any
disability to those persons during execution of whole job. Any damage to the contractor
equipments during execution of work will be liability of the contractor.
12) Contractor or his authorized qualified & experienced representative must remain present at site
during the execution of work. Contractor must engage sufficient skilled staff and competent
experienced supervisory staff to avoid any accident, unnecessary Delay and to complete the work
in time.
13) The contractor will have to submit indemnity bond & Agreement as per GSECL rules before
commencement of work.
14) Contractor will have to complete entire job as per directives of EIC. If he fails to do so, entire work
will be carried out at contractor's risk & cost.
15) Other terms and conditions as Prevailing in the GSECL will also apply to this work.
16) Contractor must provide all Personal Protective Equipments (PPE) to their staff including safety
belts, safety shoes etc. Without using PPE, contractors staff will not allow to work.
NOTE:
1The required wiring materials and accessories (i.e. welding m/c, drill m/c, cutter etc.) for all the works
shall be Procured/arrange by party.
2 For patch work cement shall be arranged by the contractor.
3 Single phase electrical supply will be permitted free of cost.
4 In case of dispute, the ruling of CHIEF ENGINEER (Gen), Ukai T.P.S. will be final and binding.
Signature of Bidder Chief Engineer (Gen)
With Seal & Date GSECL: TPS: UKAI
Page | 6
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai.
PRE-QUALIFICATION CONDITIONS
01 Tender document can be received from the account office after getting necessary approval from
concerned departmental authority and payment of prescribed tender fee in cash only during office
hours on working days.
02 Prescribed Earnest money deposit will have to be paid by the Tenderer. This will be accepted by
crossed demand draft drawn on Bank of Baroda or SBI payable at Ukai. Tender submitted without EMD
are liable to be rejected. All tenderer are strictly instructed that Xerox copy of M. R. No. 0f EMD to be
sticked on tender cover without which it will be presumed that EMD is not paid and tender will not be
considered / acceptable.
03 Each tender is to be submitted in two separate envelopes, one for technical bid and second for price
bid duly offered in sealed super-subscribed with tender number, name of work, Due date of opening,
photocopy of M. R. of EMD shall be received by RPAD only.
Tenders received late after prescribed due date & time will not be accepted. Any alteration /
modifications to the bids received after opening of tender shall not be considered unless called for by
the GSECL in negotiation.
04 Tenderer should also certify that the tender submitted is unconditional tender and specifically
remark “Un-conditional tender” on cover itself.
05 Before quoting the rates in the tender, party can see the site for correct assessment of work. No
ignorance of rate quoted shall be entertained after opening of tender.
06 For Technical-Bid party will have to submit following documents.
a) Past order copies of similar work carried out in GSECL power station or any other power station.
b) Experience certificate for similar work carried out in GSECL power station or any other power station.
c) Latest income tax clearance certificate.
d) P.F. code number./PAN NO., Electrical license .
e) Labour insurance copy with valid period.
f) List of tools & tackles for carry out the work.
g) Schedule–A, Terms & conditions dully sign on each page, deviation if any clearly be brought out.
h) Service tax registration certificate.
Technical-Bid without above will not be qualified and liable for rejection.
07 Subletting of Tender is not permitted.
08 GSECL reserves the right to split the contract.
09 Chief Engineer (Gen), GSECL, TPS, Ukai reserves the right to either accepts or rejects any or all
tenders without assigning any reason thereof.
SIGN. OF CONTRACTOR CHIEF ENGINEER (GEN)
WITH SEAL & DATE. GSECL: TPS: UKAI
Page | 7
A N N E X U R E
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station
Ukai.
On Firm’s Letter Head
CERTIFICATE – “A”
I / We ____________________________________________________________authorized signatory of
M/s._________________________________________________________________here by certify that
M/s. ____________________________________________________is not related with other firms who
have submitted tenders for the same items under this inquiry / tender.
Seal of the Firm Signature of the Bidder
With Designation
Place:
Date:
Page | 8
I N T E G R I T Y P A C T
OUR ENDEAVOUR
To create an environment where Business Confidence is built through Best Business Practice and is an
atmosphere of trust and respect between providers of goods and service and their users for the
ultimate benefit of society and the nation.
Sr.
no GSECL’S COMMENTS THE BIDDER’S COMMENTS
1 To maintain the highest ethical standards in
business and professions.
Not to bring pressure recommendations
From outside GSECL to influence its
decision.
2 Ensure maximum transparency to the
satisfaction of stakeholders.
Not to use intimidation, threat, Inducement or
pressure of any kind on GSECL or any of its
employees under any circumstances.
3 To ensure to fulfill the terms of agreement/
contract and to consider objectively the
viewpoint of parties.
To be prompt and reasonable in fulfilling the
contract, agreement, legal obligations.
4 To ensure regular and timely release of
payment on due dates for work done.
To provide goods and/ or service timely as per
agreed quality and specifications at minimum
cost to GSECL.
5 To ensure that no improper demand is made by
employees or by anyone on our behalf.
To abide by the general discipline to be
maintained in our dealings.
6 To give maximum possible assistance to all the
Vendors/ Suppliers/ Service Providers and
others to enable them to complete the
contract/ job successfully in time.
To be true and honest in furnishing
information.
7 To provide all in formations to Suppliers/
contractors relating to contract/ job which
facilitate him to complete the contract/ job
successfully in time.
Not to divulge any information, business
details available during the course of business
relationship to other without the written
consent of GSECL.
8 To ensure minimum hurdles to Venders/
Suppliers/ contractors in completion of
agreement/ contract/ work order.
Not to enter in to carter/ syndicate/
understanding whether formal/ non-formal so
as to influence the price.
_________________________ _________________________
Seal & Signature Seal & Signature
(GSECL’s Authorized Signatory) (The Bidder’s Authorized Signatory)
Name: Name:
Page | 9
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai.
Sr. No. Index
01 Tender notice & General Instruction
02 Section-A
03 Annexure-A
Schedule-I
Schedule-II
Note
05 Labour Laws – 1
General safety Rules
06 Tender & contract for works Booklet Can be seen in the office during
working hrs.
07 General specification Booklet Can be seen in the office during
working hrs.
08 Additional Technical specification
09 Drawing Can be seen in the office during
working hrs.
Tender copy
Issued
______________
______________
______________
Tender fee paid receipt No. ________________________ dt.
Earnest Money paid receipt No. _____________________ dt.
…………………………………………………………………………………………………………………………………………………………….
SUPDT. OF ACCOUNTS SIGN. OF CONTRACT CHIEF ENGINEER (GEN.)
GSECL: TPS: UKAI
Page | 10
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
TENDER NOTICE
RFQ No:-.
WT:
Sealed item rate tenders are invited from the experienced contractors for the work as particular given
below.
1. Name of work: - Electrification work at Hydro Store and Mini hydro power station Ukai.
2. Estimated cost Rs. : 992315.00
3. Last date of issue tender –Up to 3.00 P.M. on ________________
4. Last date of submission:-Up to -3.00 P.M. to on __________ by R.P.A.D.
5. Date of opening of tender on ________________ 4.00 P.M. (if possible)
6. Time limit for completion: - 06 (Six) month.
7. Earnest Money: - Rs. 9923.00 By D.D.
8. Security Deposit 10% of contract value:-
9. Tender fee by cash (Non refundable):- Rs.750.00 by D.D.
10. Guarantee period – As per GSECL's Rule.
“The Bank Guarantee for Earnest Money Deposit (EMD) & Security Deposit (S.D.) issued by
following banks will only be accepted.
All public sector Banks (All Nationalized banks)
[EMD/TF WILL BE ACCEPTABLE ONLY BY D.D. ON SBI or BOB.]
The Bank Guarantee of Co-Operative Banks and other scheduled Banks etc. will not be
accepted.” Right to reject any or all tenders without assigning any reason there of is reserved by the
competent authority. Tenders will be received by R.P.A.D. only. Contractor should possess separate PF
code number from RPFC.
Postal Address:
Gujarat State Electricity Corporation Ltd.
Thermal Power station
UKAI: 394680
CHIEF ENGINEER (GEN)
GSECL: TPS: UKAI.
Page | 11
IMPORTANT NOTE:
Ref.: Payment and acceptance of Earnest Money deposit.
Tenders without E.M.D. or with part payment of E.M.D. will not be opened or considered.
The details of E.M.D. paid should be submitted separately in letter giving details of payment of EMD
i.e. Demand Draft and GSECL's receipt No. In no case Demand Draft for E.M.D should be put inside
the cover containing Tender, if this is done, the tender will not be opened or considered. Those who
are exempted from E.M.D. payment should submit a copy of certificate in separate cover along with
the tender.
Tender shall remain open for acceptance, subject to the validity period of four months from the date on
which they are due for opening and during this period no tenders shall be allowed to withdraw his
tender. Any such withdrawal during the period will entail forfeiture of the Earnest Money deposited
with the tender.
Contractor should sign all the papers of Tender.
Page | 12
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
GENERAL INSTRUCTION TO TENDERERES
Sealed Tenders are invited from the contractors / firms who have executed works of successfully
and who are registered under appropriate class.
1.0 Tenders documents are in two bids system i.e. “Technical Bid “and “Price Bid”.
1.1 Technical bid is to be submitted in a separate sealed envelope and super scribing the
envelope as “Technical Bid “ Technical bid shall be submitted with documents, as
under, falling which tender is liable for rejection.
i) Solvency certificate issued from any Nationalized Bank amounting to sum equivalent to
20% of estimated cost (Minimum).
ii) Separate EPF Code No. Allotted by RPFC.
iii) PAN No. shall have to submit with Tech. bid.
iv) Registration certificate in appropriate class as contractor in PWD/Irrigation/Central Govt.
undertaking/State Government undertaking.
v) Experience certificate as per requirement in Schedule
vi) Details of equipments available with the tender as per Schedule-II.
The above documents shall be submitted in form of attested true copies along with
technical bid. Also the successful contractor has to obtain valid labour license and Group
Insurance Policy of the insured laborers under W.C. Act. Immediately for sufficient
labours for the contract is entrusted and for extended period if any.
1.2 The Sealed price bids comprising of Schedule-“B” shall be submitted in separate sealed
envelope super scribed accordingly on the envelop.
1.3 Both “Technical” and “Price bid” should be submitted in one common envelope super
scribing the name of the work and tender opening date etc.
2.0 Bidders shall complete the tender document in all respects and they are to be signed with
Company’s seal on all pages.
3.0 The bidders shall submit their offer without any deviations in general terms and conditions of
the contract, or in Technical specifications/Items. Or in price bid. Tenders with such deviations,
shall be rejected. Incomplete and conditional tenders shall not be considered.
4.0 GSECL reserves the right to split up the work covered in the scope of this contract amongst more
than one contractor.
5.0 The rates shall be quoted both in words and figures as per unit specified in schedule-“B” In case
of any discrepancy between the rates quoted in words & figures, rate quoted in words will
prevail.
Page | 13
6.0 Intending bidders shall submit tenders after studying all tender documents carefully and after
visiting the site for satisfying themselves of actual site conditions, location and accessibility of
site and nature and extent of the work involved etc.
Submission of tenders implies that bidders have obtained all necessary information and other
data required for executing the work. No, claim for extra charges on account of any
misunderstanding or otherwise will be allowed.
7.0 Site cleaning and all approaches to the site shall be in the scope of bidders.
8.0 Bidders will not be allowed to give sub-contract of the works awarded to him for any reasons
what so ever without permission of the Engineer-in-charge.
9.0 In the experience certificate, contractor has to furnish the details of similar works executed by
him along with the list of equipments, tools and tackles and manpower available with him along
with the details of the same, which he intends to deploy on site of the work. The successful
contractor has to deploy all such resources at site during course of work.
10 Tenders without EMD or with part payment of EMD will not be opened or considered. The
details of EMD paid shall be submitted in letter giving details of payment of EMD i.e. by cash or
demand draft and GSECL’s money receipt no. The demand draft for EMD shall be put inside the
cover containing technical bid & not inside the cover containing price bid. If this is done, the
tender will not be opened or considered. Those who are exempted from payment of EMD shall
submit a copy of certificate in separate cover along with the tender.
11 After opening of Technical bid no revised price from any bidders will be accepted.
12 Price quoted shall be firm, till overall completion of the work, under contract and there will not
be any price escalation.
13 Date of opening of price bid will be intimated later on to those bidders who are qualified in
technical bid. Price bid of only qualifying bidders on the basis of evaluation of technical bid shall
only be opened. Price bid of bidders who are not technically qualified as per requirement of
technical bid shall not be opened.
The decision of GSECL in the matter will be final and no any claim will be entertained in this
regard.
14 Tender shall remain open for acceptance, subject to the validity period of 120 days from the
date of opening of price bid and during this period no tender shall be allowed to withdraw his
tender. Any such withdrawal during the period will entail forfeiture of the Earnest Money
deposited with the tender.
15 All the works shall be carried out as per specifications attached with the tender and relevant
Indian Standards issued by the Bureau of Indian Standards. All materials procured should be
confirming to relevant Indian Standards issued by Bureau of Indian Standards, wherever not
specified in the item.
16 Tenders, who do not fulfill all or any of the conditions of the tender or incomplete in any
respect, are liable to rejection.
17 GSECL reserves the right to reject any or all the tenders without assigning any reason thereof.
18 AGREEMENT :
As per corporation’s rules, successful tenderer shall have to enter in to an agreement on
stamped paper of appropriate value with the Gujarat State Electricity Corporation Ltd., in the
prescribed form within one month. The cost of the stamp fee Rs.100.00 shall be borne by
successful tender. The tender with specifications, schedules, drawings, the contract booklet to
Page | 14
be signed by successful tenderer. The letter of acceptance, all above documents & subsequent
correspondence shall be deemed to be a part of the contract agreement.
ARBITRATION:
01 All questions, disputes, difference whatsoever which may at any time arise between the parties
to this contract in connection with the contract or any matter arising out of or in relation there
to, shall be referred to the Gujarat Public Works Contracts Disputes Arbitration Tribunal” as per
the provision of the Gujarat Public Works Contract Disputes Arbitration Tribunal Act. 1992.
The reference to arbitration proceeding under this clause shall not:
(a) Affect the right of the E.I.C. to take possession of all or any tools, plants, materials & stores in or
upon the work or site thereof or belonging to the contractor or procured by him and intended
to be used for the execution of the work or any part thereof.
(b) Preclude the E.I.C. from utilizing the materials purchased by the contractor in any work or from
removing such materials to other place, during the period the work is stopped or suspended in
pursuance of notice given to the contractor under General conditions.
(c) Entitle the contractor to stop the progress of the work of carrying out the additional or altered
work in accordance with the provision of General conditions of the work where there are no
specifications.
(d) Preclude the GSECL from getting the work done by another agency.
02 Neither party is entitled to bring a claim to arbitration tribunal latest by 30 days after the
expiration of the defects liability period.
03 The provisions of the Arbitration and Conciliation Act 1996, Gujarat Public Works Contract
Disputes Arbitration Tribunal Act-1992 and rules made there under shall apply to the Arbitration
proceeding under this clause.
Note:
The clause no: 30” “Arbitration” of tender and contract for works booklet stands deleted and
replaced by new clause as above:-
21 All Royalties, Sales tax, Toll tax, Local tax, Development charges Service tax, Building &
Construction Workers’ Welfare Cess and any other taxes works contract taxes etc. in respect to
this contract shall be payable by the contractor, and Gujarat State Electricity Corporation
Limited, will not entertain any claims whatsoever in this aspect. Any imposition of other taxes
time to time or statutory variation in future towards the above mentioned taxes shall also be
payable by the contractor and Gujarat State Electricity Corporation Ltd. Will no entertain any
claim of whatsoever nature during or after the completion of this tendered work Proof of such
payments made by the contractor to the appropriated department shall be produced to Gujarat
State Electricity Corporation Ltd., failing which, appropriate amount shall be withheld or getting
information / instruction from the concerned department.
CHIEF ENGINEER (GEN.)
GSECL: TPS: UKAI
Signature of Contractor,
Name, Seal, detail address
With Phone/Fax.
Page | 15
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
SECTION: A
1 INFORMATION REGARDING BIDDERS EXPERIENCE AND COMPETENCAE.
01 Name of the organization / firm :
02 Address of Registered Office with
telephone / telex Nos. & telegraphic
address.
:
03 Address of the office that would handle
this proposed work with telephone / telex
Nos. and telegraphic address.
:
04 Nature of the Organization viz. whether
sole proprietor, partners, private limited,
Semi Govt. etc.
:
05 Names address, Telephone Nos. Officer &
residential of
:
i Chairman / Managing Director :
ii General Manager :
iii Chief Project Engineer / Manager :
iv Contract Engineer / Manager :
06 Details of Registration Organization / firm. :
07 Adequate and satisfactory evidence to
indicate financial capability of
organization / firm to undertake the
proposed work with names of Bankers
and their full Address.
:
08 Audited profit and loss accounts and
balance sheets / certified income and
expenditure accounts from a Chartered
Accounts, Annual Reports and the latest
tax clearance certificate.
:
09 Details of similar jobs executed in
execution within the last three years by
the firm organization.
:
Page | 16
...2...
Sr.
No.
Nature of Work Value of
Work
When work
completed and
time taken
Client Remarks
(mention to be
made in case
work sublet to an
other firm.)
10 List of technical personal
plant and equipment
available with the firm.
:
11 List of technical personal
plant and equipment to be
deployed for the work.
:
12 Any other technical details
etc. to elaborate upon the
organization firm’s
competence to execute his
work.
:
13 Income tax PAN :
WARD NO. :
PLACE :
Signature :
Self Company Designation:
Company :
Date :
Page | 17
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
ANNEXURE – "A"
SPECIAL NOTE FOR PREQUALIFICATION
The following credentials are preferably required to consider the bid, technically qualified.
1) Detail of similar works carried out in the name of his own firm of same in nature and magnitude
along with documentary evidence such as satisfactory completion certificate ongoing works
from respective authorities etc. as per Schedule-I attached herewith. The documents should be
attested.
2) Details of required machinery in his own possession and will deploy for this work, if the order
will be issued to him, along with documentary evidence etc. As per schedule – II attached
herewith.
Signature of Contractor Chief Engineer (Gen)
GSECL: TPS:UKAI
Page | 18
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
SCHEDULE – “1”
BIDDER'S EXPERIENCE
(TO BE FURNISHED IN TECHNICAL BID) Sr. No.
Name & description of work and w. o. No.
Value of work Period of construction & Dates.
Client/ authorities.
Signature & Name Designation Company Address
Seal of Company. Date
Page | 19
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
SCHEDULE – "II"
LIST OF PLANT, MACHINERY AND EQUIPMENTS.
(To be furnished in Technical bid)
Sr.
No.
Type & Description of
Equipment.
Nos. the bidder
has in possession
Nos. he propose to bring to the site
Capacity description
01 02 03 04 05
01
02
03
04
05
06
07
08
09
10
Signature & Name Designation Company Address
Seal of Company. Date
Page | 20
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
THERMAL POWER STATION, UKAI DAM – 394 680
NOTE: 1. All the columns in schedule be filled in INK
2. Rates quoted include clearance of site (Prior to Commencement of work and after completion of
work) in all respects and hold good for work under all condition, site, weather etc.
3. The quantities given above are approximate.
4. Certain minor changes may be incorporated during construction and as a result, there may be
increase or decrease in the above stated quantities. In such an event, it should be noted that
the contractor should not claim anything extra. These will be paid on the basis of actual
quantities excused.
5. The rate shall be quoted both in words and figures as per units specified in the schedule-B,
should there be any discrepancy the rate quoted inwards and figures rate quoted in words shall
prevail.
6. Tender received without experience certificate, solvency certificate will not be considered.
7. Tender will be received by R.P.A.D. / SPEED POST only.
8. Further should thereby any discrepancy between rate and amount the rate will prevail.
9. EMD receipt should be put in separate cover with the Tender.
10. Tender fee/EMD/SD will be accepted by RTGS/NEFT also. The bank details are as under.
Beneficiary Name: - M/s. Gujarat State Electricity Corporation Ltd.
Address: - Urja nagar,
GEB COLONY,
TAL. SONGADH.
DIST. TAPI.
PIN CODE NO. 394680.
Bank Name: - Bank of Baroda Ukai.
NATURE OF A/C:- Current Accounts.,
Branch: Ukai.
Account No. : - 0264020000002
IFSC CODE No. :- BARBOUKAIXX ("0" =ZERO)
MICR CODE NO: - 394012529
11. All the terms & condition of the Booklet 'General specification for Civil works' and "Tender &
contract for work" will be considered a part of the contract agreement.
These booklets are available in office for reference.
CHIEF ENGINEER (GEN)
GSECL: TPS: UKAI
COTRACTOR’S SIGNATURE.
Page | 21
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
UKAI THERMAL POWER STATION
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai.
TECHNICAL TERMS AND CONDITIONS
1. Purchase Order will be given to overall L-1 (lowest) party for supply plus work i.e. total value of
schedule B for Electrification work at Hydro Store and Mini hydro power station Ukai.
2. This part of work contract consists and includes the Electrification work at Hydro Store and Mini hydro
power station Ukai. All above works to be carried out as per the scope of work and as directed by
Engineer-In-charge.
3. No price escalation will be entitled during contract period.
4. Party has to arrange for `To & Fro' transportation of their man-power at their own cost.
5. Party shall have to arrange all consumables including required electrodes, kerosene, rustling paint
grinding wheels etc. at his own cost.
6. Electric connection & consumption will be given free of cost at one mutually point.
7. If required the work shall be continued during the extended period without any extra rate and same
terms & condition. The time limit of the works shall be considered accordingly.
8. The dismantled items/equipments/spares shall have to be shifted or stacked properly immediately
from working area to main store or other department/areas as part of this contract without any
extra cost and as directed by Engineer-In-charge. After required repair/maintenance work, the old
spares should be shifted immediately from the site and working area should be kept clean and clear.
Failing which Rs. 300/- per day shall be deducted from the contractor’s bill.
9. Contractor has to furnish the list of persons engaged every day in the form of attendance sheet to
the Engineer-In-charge on demand.
10. The contractor’s maintenance supervisor or staff will have to report for duty every day morning
before starting the job to the representative of GSECL. Non-reporting of contractor’s maintenance
staff will be viewed seriously as considering negligence of work.
11. The contractor’s staff (supervisor or technicians) must be available during work schedule and when
work going on.
12. In case of short circuiting or damage caused to electrification work itself due to poor maintenance
and carelessness or negligence etc. of contractor’s maintenance staff, same should be rectified/
repaired/ replaced by contractor at his own cost & report of such occurrence should be made
immediately to GSECL authority.
13. During the maintenance work, any damage to valuable parts of GSECL or damage to the parts due to
mishandling and excessive wastage of material will be considered seriously cost of that spare part
will be deducted from contractor’s bill. The amount will be decided by Engineer-In- charge and
binding to the contractor.
14. At any instant/incident, the contractor’s staff will not be available for the works; GSECL has every
right to carry out these works, either departmentally or by deploying other agency at all risks and
cost of contractor.
15. Any work will be delayed/suffered i.e idle manpower due to absence of the supervisor/site in charge
of the contractor, penalty of Rs. 500/- per day will be deducted from the contractor’s bill.
Page | 22
16. PENALTY CLAUSE:
16.1. Any delay that may take place to complete the work beyond contractual cutoff date/ stipulated
period in the order shall be subjected to penalty (not liquidated damages) at the rate of ½ % of
the contract price/order price per week or part there of subject to a maximum of 10% total
contract value/order value (i.e. end cost including taxes & duties) if delay will be due to
contractor.
16.2. Occurrence of poor workmanship, frequent repeated maintenance will be viewed seriously. The
amount of Rs. 500/- per occurrence shall be deducted from the bill with the approval of
competent authority.
17. GUARANTEE: Bidders shall have to give the guarantee for supply item and work portion for the
period of 12 months from the date of completion of work. If any defect/problem observed during
guarantee period party has to complete this job at free of cost.
18. UNSATISFACTORY PROGRESS OF WORK: If the work of contractor will be found unsatisfactory or
not progressing according to the requirement, the GSECL may take such action as deemed fit to see
that the work is completed in time at your risk and cost including Termination of contract or
penalty. If at any stage, the contractor fails to complete the job, the same will be getting done from
other party at the risk and cost of the contractor. The additional expenditure incurred by GSECL will
be recovered from the contractor's bill / security deposit of from any payment due to you with 15%
supervision charges.
19. CLEANLINESS: The contractor is responsible to keep the work area cleaned during/ after completion
of work. No separate payment shall be made for this work.
20. AGREEMENT: The successful Bidder will have to enter in to an agreement on stamp paper of
appropriate value i.e. Rs 100 with GSECL in the prescribed format before starting the work. The cost
of stamp fee shall be born by the contractor.
21. SECURITY DEPOSIT: The successful Bidder has to pay Security Deposit 10 (Ten) % of the order value
within a week time on receipt of letter of intent by D.D. drawn in favour of GSECL payable at Bank of
Baroda, Ukai before execution of the work. The Company reserves the right to forfeit the Security
Deposit incase if any breach of contract and incase of dispute, the decision of Chief Engineer (Gen),
GSECL, TPS, UKAI shall be final and binding to the contractor. The amount of Security Deposit will be
refunded after satisfactory completion of work and after deducting any dues of the Company.
22. DISPUTE: In case of any dispute, the decision of the Chief Engineer, GSECL, UTPS shall be final and
binding to the contractor. The GSECL reserves the right to split each item in to more than one
agency and place the order accordingly. All parties should therefore, carefully evaluate and fill up
the rate, keeping themselves ready to execute order for any one item or more, allotted to them by
the GSECL.
23. STATUTORY VARIATION: Any statutory increase or decrease in the taxes and duties subsequent to
your offer if it takes place within the original contractual period will be paid/ recovered subject to
the claim being supported by documentary evidence. However, if any decrease takes place after the
contractual delivery date, the advantage will have to pass on to the GSECL.
24. PAYMENT TERMS: Payment will be released by R.A bill as per work progress else payment will be
released by Final Bill only after completion of the Electrification work at Hydro Store and Mini hydro
power station Ukai.
25. TIME LIMIT: The time limit for the completion of this contract works is 06 (Six) months from the
date of issue of Purchase order.
Signature of Bidder Chief Engineer (Gen)
With Seal & Date GSECL : TPS: UKAI
Page | 23
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
UKAI THERMAL POWER STATION
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station
Ukai.
1. Terms and Conditions regarding Industrial Laws and other related matter:
1.1. The contractor shall pay minimum of wage per day as prevailing as may be specified here after
or rates fixed under the minimum wages act. Whichever is higher the wages of every contract
labour employed by him under the contract shall be paid by him before the expiry of 7th day of
the latest day of the month in respect of which the wages are payable (i.e. wages of a month to
be paid by him are in the 1st week of the next month.) The payment shall be disbursed in the
presence of management Representative during the working hours in factory premises and the
contractor shall get the entries certified it the wages by the representative of the Corporation
default will result in cancellation of contract forthwith or else the contractor shall be punishable
to the extent of Rs. 400/-fine per each day.
1.2. The contractor shall give his telephone number and address to the Corporation so that incase of
labour trouble etc., contractor can be contacted. The contractor shall arrange to have his office
outside the factory premises and the contractor keeps himself present throughout the working
hours.” As a contractor you will be responsible and liable to pay difference in wages if any and or
observed the revised the service condition that may be awarded by the honorable industrial
tribunal effective from the date directed in the Award. "
2. Labour Laws:
2.1. Person below the age of 18 years shall not be employed for the work.
2.2. No female worker shall be employed in the Night shift between 7-00 p.m. to 6-00 a.m.
2.3. Contractor shall maintain a valid labour license under the contract labour (Regulation &
Abolition) act for employing necessary manpower to be required by him. In the absence of sub
license to contract shall be liable to be terminated without assigning any reasons thereof.
2.4. The contractor shall it his own expense comply with all labour laws and keep the Corporation
indemnified in presence there of. Some of the major liabilities under various labour and
industrial laws which the contractor shall comply which are as under:-
2.4.1. Payments of contribution by way of an employer’s contribution towards provident fund,
family pension scheme, deposit linked insurance scheme, Administrative charges etc. at the
rate made applicable from time by Govt. of Gujarat, Govt. of India or other Statutory
Authorities.
2.4.2. Payment of deposit in respect of each contract labours at the rate of Rs. 270/- with the office
of Commissioner of Labour as per the contract labour (Regulation & Abolition Acts.)
2.4.3. License Fee as prescribed under the contract labour (Regulation & Abolition) Acts & Rules
framed there under or depending upon the number of workmen employed by the
contractor.
2.4.4. Paid leave facility and wages as per the provision of the Factories Act the rate of one day for
every twenty days of working.
2.4.5. Identity cards as prescribed under the Factories Act with photo affixed there to, the same for
identification.
2.4.6. Payment of retrenchment compensation, notice pay and other liabilities as per industrial
dispute Act. Payment to the contractor’s employees arising out of plain or dispute under the
Industrial Dispute Act-1947 or any other labour laws.
2.4.7. Payment of compensation in case of accidental injury.
2.4.8. Provision of creach if the female labour employed, is more than 30.
2.4.9. Maternity leave as per the provision of the maternity Benefits.
Page | 24
The above are some of the major liabilities of the contractor in addition to other liabilities
prescribed under the various labour laws in force from time to time from statutory authorities like
Govt. of Gujarat, Govt. of India which the contractor shall have to comply with.
3. PROVIDEND FUND AND FAMILY PENSION SCHEME: The contractor shall submit along with his bill
(month wise) a statement regarding deductions against employees provident fund and family
pension scheme at the rate of 12 % (or at the rates made applicable by the Government from time
to time) of the wage. The contractor’s contribution and his workers contribution towards provident
fund family pension scheme shall be deposited by the contractor with Regional Provident Fund
Commissioner, Ahmedabad or concerned PF office.
4. DEPOSITE LINKED INSURANCE SCHEME: The contractor shall have to deposit ½ % of the wages in
respect of employees who is member of the provident fund contribution of the deposit linked
insurance scheme with Regional Provident Fund Commissioner, Ahmedabad or concerned PF office.
5. ADMISTRATIVE CHARGES: Administrative charges for maintaining provident fund account shall be
deposited by the contractor with Regional Provident Fund Commissioner, Ahmedabad or concerned
PF office at the rates applicable.
6. PAID LEAVE FACILITY: Paid leave facility at the rate of one day for every twenty days worked by the
contract labour shall be provided by the contractor to his workers. He shall maintain leave records/
leave and for individual labourer which shall be duly verified and approved/certificate by the
authorized office or the Corporation.
7. WORKMEN’S COMPENSATION FUND AND EMPLOYER’S LIABILITY INSURANCE: The contractor shall
cover all his employees under workman’s compensation fund and under the liability insurance.
Insurance shall be affected for all contractors’ employees engaged in the performance of this
contract. If any of the work is subjected, the contractor shall require to provide workman’s
compensation & employer’s liability insurance for the sub letter’s employees unless are covered
under the contractor’s insurance.
8. The contractor shall employe adequate number of experienced staff at site for daily supervision and
for maintenance of various registers and records required under the laws and contact No. Payment
for supervision shall be admissible.
9. CONTRACTOR TO INDEMNIFY THE CORPORATION : The contractor shall indemnify the Corporation
and every member, Officer and Employees of the Corporation, all Engineers in charges and his staff
against all action, providing claims demand costs and expenses what-so-ever, arising out of
connection with the matters referred in clause 15 & elsewhere and against all actions, preceding
claims, demands, costs and expenses which may be made against the Corporation or Govt. for or in
respect of arising out of any failure by the contractor in the performance of obligation under the
contract document. The Corporation shall not be liable for or in respect of or in consequent of any
accident or inquiry in any workmen of other person in the employment of the contractor or his sub-
contractor, and the contractor shall indemnify and keep indemnify all claims demands proceeding
costs charges and expenses what-so-ever in respect thereof or relation thereof.
10. The Corporation reserves the right to terminate this contract at any time during its pendency
without giving notice of termination or any reasons thereof.
The Corporation will be entitled to deduct directly from the bills to be paid to the contractor any sum or
sums payable by contractor and which sum/sums the Corporation is required to pay as a principal
employer on account of contractor’s default in respect of all liabilities referred to in above clauses.
Signature of Bidder Chief Engineer (Gen)
with Seal & Date GSECL, TPS, UKAI
Page | 25
UTPS – SAFETY - 001 REV:00 15/12/2008 Ukai - TPS
“GENERAL SAFETY RULES/ NORMS” TO BE OBSERVED BY THE CONTRACTORS
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai.
All the contractors working at Ukai Thermal Power Station shall have to strictly observe the following
Safety Rules. The Contractors shall be responsible for informing & observing these rules by their
supervisors/ employees/ labours as well as the supervisors/ employees/ labours of their sub-agencies/
sub-Contractors engaged, if any. Prior to commencement of the work, Contractor shall have to submit a
written assurance on their letterhead to the concerned Sectional Head/ Engineer-in-charge that they
have thoroughly gone through these Rules, have educated their employees/ employees of their sub
contractor and will strictly observe the said Rules while execution of work under work contract awarded
to them. They will have to indemnify the Corporation for any loss or damage/ accident/ injury to the
Corporation‘s property/ employee or employee of their own in default of non-observing these rules.
1. Persons to be employed for carrying out the work shall possess required qualification, be fully
trained and conversant for works to be done. All persons should have gate pass. Register consisting
the full details (i.e. address, phone no, details of nearest relative, etc.) of all persons is to be
maintained. During the work execution, one trained & competent supervisor should always remain
present at site.
2. The contractor shall take all the required safety measures prior to commencement of work on
dangerous substances, machineries or area at which cautionary notice is displayed and obtain-
“Line Clear or Work Permit” through the concerned Department/ Section.
3. Prior to carrying out welding, gas cutting, furnace heating or any other hot work job, the contractor
shall remove all the inflammable material lying at or nearby worksite or cover it properly by
suitable protective covering. Also, special care shall be taken before carrying out such job & see
that all possible contributing factors to set fire shall be removed/ vanished prior to commencement
of the work. Advance intimation shall be given to concerned section/ fire section to commence the
work in fire prone areas. They should also keep ready all the First Aid Fire Extinguishers/
equipments & fire extinguishing media/ material like sand/ water buckets or other appropriate
equipment at such place.
4. While carrying out work in confined space or inside vessel, the contractor shall obtain necessary —
Confined Space/ Vessel Entry Permit “from concerned department prior to commencement of the
work.
• For lighting in such areas, only 24-volt (ISI certified & with proper guard) hand lamp shall be
used.
• For taking care of the persons working inside the confined space/ vessel, a supervisor/ person
capable to keep continuous watch on person(s) working inside, assist them in case of emergency
or arrange to get immediate outside help, shall remain present at entry point and shall use full
body safety belt without fail.
• While working inside sewage, trench or in-depth, a person to warn outsiders/ entrants/ passers
etc. shall remain available near entry point or the entry point shall be cordoned by a barricaded
tape with a cautionary notice. After completion of the works, all the lids/ covers/ grills/ grits
opened, shall be re-fixed/ re-placed in the original position as it were prior to commencement of
the work and leave the work place in safe condition in all respect, so as to prevent accident to
fellow workers.
5. The contractor shall see that he/ his persons do not block (by stacking material, spare parts, tools-
tackles, equipments etc), any passages/ walkways/ gangways/ aisles/ staircases/ ladders/ lifts or
any other approaches/ roads leading to plants or its auxiliaries, on which there is a traffic
movement or possible traffic movements in case of emergency. Such passages are meant for safe
Page | 26
escape in the event of emergency. If it is utmost necessary to carry out work in such area with
blocking of passage, prior permission of Competent Authority or the Engineer-In-Charge shall be
obtained. To demarcate/ declare the area as UNSAFE, cordon it using barricading tape & display
suitable caution notice or keep a person to restrict/ divert the traffic on this route through other
safe passage.
6. Prior to use power/ electrically operated hand tools/ equipments/ machines/ gadgets like welding
machine, hand grinder, hand drill etc, ensure for its safe operation & use it only if it is found safe to
use. Do not use defective, unsafe or improperly maintained equipments. The electrical power
supply required to run such equipments shall not be taken directly at their own but shall be
obtained through concerned Electrical Maintenance Departments or their authorized persons or
under their observations/ guidance only. The Electrical Section shall provide temporary electrical
connection up to contractor‘s Mains Board on which it is compulsory to install mains switch, ELCB &
fuses of adequate capacity. All such equipments shall invariably be earthed adequately to prevent
electrical shock, sparking, short circuit etc. Power cord to be used shall be of adequate capacity,
without any joint & shall consist of earth wire also. Hence, it is necessary to use adequate capacity
3-wire power cord for single & 5-wire power cord for three phase power connections. The plugs,
receptacles, pins, holders etc shall be of adequate capacity & safe to use. All electrical &
mechanical equipments/ tools-tackles viz. welding machine, cutting machine, Grinder, Drill, Chain
Pulley Blocks, Hook chooks etc required to be used during work execution shall be of standard
make & bear ISI certification mark on it. The consumables like welding electrodes, grinding wheels/
discs etc which has specific prescribed life span shall not be used in any case if its expiry date is
over.
7. It is compulsory to use standard make Personal Protective Equipments (P.P.Es.) as per the job
requirement. Do not work without use of required P.P.Es. Contractor is responsible to provide
standard make (ISI approved) Personal Protective Equipments/ Safety Gadgets suitable to give
sufficient protection against hazards involved in their work/ job to their staff, as per the job
requirement and insist/ enforce their staff to put on the same while at works. The ongoing work is
liable to be stopped at any time if the contractor’s staff is found working without P.P.Es. Following
is the list of various P.P.Es to be used for various works/ worksites.List of safety equipments:-
01 Industrial Safety Helmet For protection of head against falling objects or during fall
of person from height.
02 Safety Goggles (Grinding,
Welding, etc).
For protection of eyes against flying particles/ dust,
chemical splash, spark, arc, flashover etc.
03 Face shield (Half or full). For protection of face against flying particles/ dust,
chemical splash, spark, arc, flashover etc.
04 Earplug/ Ear muff For ear/ hearing system protection while working in high
noise level area.
05 Apron (Rubber/ PVC/ Asbestos/
Leather/ Cotton).
For body protection against chemicals, oils, sharp edged
objects, heat, hot objects etc
06 Gloves (Rubber/PVC, Asbestos,
Leather, Electrical shock proof).
For protection of hands against chemicals, oils, sharp edged
objects, heat, hot metals/objects, electricity etc.
07 Safety/ Leather/ Asbestos shoes,
Gum Boots etc.
For protection of leg/feet against falling objects, sharp
edged objects, heat, hot metals/objects, electricity etc.
08 Safety Belt(full body)/ Rope/ Life
line/ Fall prevention system etc.
For fall prevention while working at heights or in depth,
working in vessel or in confined space.
09 Dust Respirator/ Scarf. Protection of respiratory system against dust.
10 Chemical Cartridge Respirator Protection against chemical fume/ vapor etc.
11 Canister Gas mask. Protection against toxic/poisonous fumes/gases.
12 Air supply respirators Working in oxygen deficient zone.
Page | 27
8. Before using lifting machines/ tackles (like C.P.Bs., Hook chooks, winch, forklift, mobile crane, EOT
crane etc) & its attachments (like D-shackles, slings, U-clamps, Eye bolts or any fixtures), it shall be
checked and used only if found safe to use. Also, ensure that these are tested, examined & certified
in form no 9/ 10 by Competent Person as per the Factory act-1948 and its validity is not expired.
Further, it shall be fixed properly and firmly prior to lifting the weight.
9. Scaffoldings to be used for working at height shall be of adequate size & capacity. Obtain the work
permit when working at height. While climbing on such scaffolding or working on any structure at
height, use of full body safety belt & Helmet is compulsory. It is also necessary to fasten chinstraps
of the helmet.
10. Contractor or their employee shall not interfere in day-today routine plant activities/ works except
the work assigned to them, shall not loiter in the areas other than their work jurisdiction, as well as
shall not temper/ operate/ touch the machineries/ equipments/ auxiliaries with which they are not
concerned. Also, the contractor shall strictly instruct their staff not to sit or take rest at/ near/
below running plants, auxiliaries, systems or any place which is risky, hazardous & prone to
accident.
11. The cylinders containing poisonous/ toxic or inflammable/ explosive gas like Oxygen, Acetylene,
LPG, Hydrogen, Ammonia, Chlorine, CO2 etc shall be handled safely taking due care. To handle/
shift such cylinders a special trolley/ cage meant for it must be used but in no case it should be
rolled. Domestic LPG cylinder shall not be used/ permitted.
12. On completion of the work, cotton waste, spilled oil/ grease, pieces of welding rod & other waste
material shall be removed from work site and the area shall be left safe, neat & clean.
13. In case of any injury/ accident while working, it shall immediately be reported to Safety
Department through concerned Sectional Head/ Engineer. The prescribed Form No. 21 may be
obtained from concerned section or Safety Officer. [For any incident occurred but have no injury to
any persons should also be informed to Safety Officer as- “Near Miss Incident”.]
14. In all risky jobs, before starting the work, contractor should obtain General Safety Work Permit
from concerned section well in advance.
15. In case of noticing smoke or fire during their work execution, they shall make immediate efforts to
extinguish/ control it and simultaneously inform the Fire Brigade on phone No. 4444 or 4344 or
5555 or 02624-290049, shall shift the casualty to nearby hospital after rendering first aid in case of
accident.
16. Over & above these, contractor shall have to follow all the safety requirements/ rules &
regulations/ norms and legal provisions laid down in various statutes, particularly the provisions of
The Factories Act-1948 & the Gujarat State Factories Rules-1963 (Amended up to date) shall be
followed strictly. The contractor shall also obey the rules/ regulations/ instructions of the local
Competent Authority for safety requirements.
17. No women or young person shall be allowed to clean, lubricate or adjust any part of a prime mover
or of any transmission machinery while the prime mover or transmission machinery is in motion.
Examination or operation of motion machinery shall be made or carried out only by a specially
trained adult male worker wearing tight fitting clothing as per section 22 of factories act 1948.
18. No women or young person shall be employed or permitted to work in Lead-compound area like
battery room etc. as per schedule VI of GFR 1963.
19. All the relevant labour and industrial laws shall also be followed compulsorily.
20. It is felt necessary to deploy safety officers/ Safety supervisors by contractors/ Agencies involved in
carrying out hazardous activities/ operations inside TPS to have better and constant supervision in
terms of Health Safety and Environment activities.
Page | 28
21. In case, it comes to the notice of GSECL UTPS management that the safety guidelines/ safety rules/
safety norms are not being followed then a minimum sum of Rupees One Thousand shall be
penalized on the contractor/ Agency and for subsequent such violation, a severe penalty/ action as
deemed fit shall be imposed, which may please be noted.
22. The above rules shall be scrupulously followed and where required, they may contact the Safety
Officer for any ambiguity/ further guidance in this regard.
23. For performance evaluation of contractor, safety factors of work accident, fire incident & near miss
accident will be considered. Steps can be taken to review the job assignment up to cancellation for
negligence.
Signature of Bidder Chief Engineer (Gen)
with Seal & Date GSECL: TPS: UKAI
Page | 29
GUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITEDGUJARAT STATE ELECTRICITY CORPORATION LIMITED Ukai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, Dist TapiUkai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, Dist TapiUkai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, Dist TapiUkai Thermal Power Station, Ukai Dam, Taluka Fort Songadh, Dist Tapi–––– 394680. Ph. 91394680. Ph. 91394680. Ph. 91394680. Ph. 91----2624262426242624----233215, 233257233215, 233257233215, 233257233215, 233257 Fax: 9Fax: 9Fax: 9Fax: 91111----2624262426242624----233300, 233315 e233300, 233315 e233300, 233315 e233300, 233315 e----mail: [email protected] Website: mail: [email protected] Website: mail: [email protected] Website: mail: [email protected] Website: www.gsecl.inwww.gsecl.inwww.gsecl.inwww.gsecl.in CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988CIN: U40100GJ1993SGC019988
PRICE BID
NAME OF WORK:-
Electrification work at Hydro Store and Mini hydro power station Ukai.
Tender No.:
Requisition: 53240
RFQ No: 30438
Page | 30
GUJARAT STATE ELECTRICITY CORPORATION LIMITED
UKAI THERMAL POWER STATION SCHEDULE- ‘B’
NAME OF WORK : - Electrification work at Hydro Store and Mini hydro power station Ukai.
Sr.
No. Description QTY. Unit
RATE TOTAL
AMOUNT
in Rs
Cost of
Material
in Rs
Cost of
Labour
in Rs
Total in
Rs
1
Mains with 1.1 KV grade FRLS PVC insulated ISI
marked stranded Copper conductor wire in
following type of pipe to be erected
concealed in /flushed on wall/ceiling, with 1.5
sq. mm copper conductor FRLS PVC insulated
stranded wire of green colour for earth
continuity of following size (a) with medium
class Rigid PVC pipe and accessories (b) 2 wire
2.5 sq. mm Make:- Finolex, Polycab, Havells
3000 Meter 57.00 3.00 60.00 180000.00
2
Supplying and erecting PVC trunking (PVC
CASING -n- CAPING) having double locking
arrangement with groves, trunking of size not
below 12.5 mm in height as per IS 14927 Pasr-
1 of 2001 and with accessories of PVC/Resin
polypropylene not below 1.8 mm thick duly
sealed in joint and erected on wall/ ceiling of
32 mm size ( Presto plast-32 mm).
3000 Meter 30.00 5.00 35.00 105000.00
3
Providing and erecting, heavy duty flood light
integral luminaries comprises die cast
aluminum body with heat resistant
toughened front glass, silicon rubber gasket,
anodized reflector hot deep powder coated
cradle clamp with suitable size of necessary
built in control gear complete with one 70 W
Metal halide lamp. MAKE:BAJAJ, PHILIPS, CG,
GE
30 No. 3440.00 60.00 3500.00 105000.00
4
Approved make Three Phase & Neutral LT
Heavy Duty Switch Disconnectors Fuse Unit
Cubical type for panel mounting complete
with operating mechanism suitable to operate
on 415V A.C. , 23A duty With HRC fuses of
suitable load confirming to IS. 13947 (Part I &
III). of following capacities. (d) 200 Amp
MAKE: L&T, SIEMENS,LEGRAND, HAVELLS
1 No. 7940.00 110.00 8050.00 8050.00
5
Approved make Three Phase & Neutral LT
Heavy Duty Switch Disconnectors Fuse Unit
Cubical type for panel mounting complete
with operating mechanism suitable to operate
on 415V A.C. , 23A duty With HRC fuses of
suitable load confirming to IS. 13947 (Part I &
III). of following capacities. (b) 63 Amp
MAKE: L&T, SIEMENS,LEGRAND, HAVELLS
1 No. 3100.00 50.00 3150.00 3150.00
Page | 31
6
Providing and erecting four pole MCB isolator
A.C. 22 duty confirms to IS 13947-3 in existing
metal clad MCB distribution board. For 100
Amp.
MAKE:- MDS legrand, L&T, Havells
3 No. 660.00 30.00 690.00 2070.00
7
Providing & erecting 240 V MCB double pole
switch for motor & inductive load (C Curve)
having 10 KA breaking capacity & confirms to
IS: 8828 in existing box having following
capacity (B) 40 Amp. MAKE:- MDS legrand,
L&T, Havells
5 No. 320.00 15.00 335.00 1675.00
8
Miniature circuit breaker single pole 6A to 32A
suitable to operate on 240 V A.C. systems and
having breaking capacity 10 KA to be erected
in existing box. confirming to IS 8828/1996
with ISI Mark MAKE:- MDS legrand, L&T,
Havells
50 No. 100.00 15.00 115.00 5750.00
9
Providing and erecting XLPE (IS:7098)(I)-88 ISI
marked armored cable multi strand Aluminum
conductor for 1.1 KV. to be laid on wall with
necessary clamps [1] 4 core 25sqmm, MAKE:
POLYCAB, FINOLEX
900 Meter 230.00 10.00 240.00 216000.00
10
Providing and erecting XLPE (IS: 7098)(I)-88 ISI
marked armored cable multi strand Aluminum
conductor for 1.1 KV. to be laid on wall with
necessary clamps [1] 2 core 4 sqmm, MAKE:
,POLYCAB, FINOLEX
200 Meter 70.00 10.00 80.00 16000.00
11
Providing and erecting Sheet Steel powder
coated MCB distribution board - flush /
surface mounted fitted with bus bar, neutral
link, earth bar and DIN rail, confirming to IS
13032 and BS 5486-1986 without MCB to
house appropriate nos. of MCBs.(The DBs
should be used of same company of MCB to
be used) (L) Three phase 6 way SS Double
door for single phase outgoing horizontal box
MAKE:- MDS legrand, L&T, Havells
2 No. 2410.00 80.00 2490.00 4980.00
12
Providing and erecting Sheet Steel powder
coated MCB distribution board - flush /
surface mounted fitted with bus bar, neutral
link, earth bar and DIN rail, confirming to IS
13032 and BS 5486-1986 without MCB to
house appropriate nos. of MCBs.(The DBs
should be used of same company of MCB to
be used) (J) Three phase 4 way SS Double
door for single phase outgoing horizontal
box, MAKE:- MDS legrand, L&T, Havells
1 No. 1930.00 70.00 2000.00 2000.00
13
Providing and erecting Sheet Steel powder
coated MCB distribution board - flush /
surface mounted fitted with bus bar, neutral
link, earth bar and DIN rail, confirming to IS
13032 and BS 5486-1986 without MCB to
house appropriate nos. of MCBs.(The DBs
should be used of same company of MCB to
be used) (D) Single phase 6way SS Double
door, MAKE:- MDS legrand, L&T, Havells
2 No. 720.00 40.00 760.00 1520.00
Page | 32
14
Making trench in soft soil of suitable width of
90 cms deep for laying cable or locating the
fault all over the run and backfilling the same
and making the surface as normal ground.
2000 Meter 0.00 40.00 40.00 80000.00
15
Providing and, fixing heavy duty flange type
brass cable gland with rubber ring for PVC
insulated armored cable complete without
going tails, insulating tape etc for following
size of cables. (f) 2 to 4 core 25 Sq. mm
10 No. 43.00 12.00 55.00 550.00
16
Solder less crimping type Aluminum lugs
conforming to IS suitable for cable of following
size evenly crimped with high pressure tool &
connected to switchgear terminals with
brass/cadmium plated nut bolts in an
approved manner. (C) 16 Sq.mm, MAKE: HEX,
DOWELL.
25 No. 12.00 3.00 15.00 375.00
17 5A, 10 way Bakelite connector duly erected on
existing board. 6 No. 22.00 3.00 25.00 150.00
18
Erection of street light fixture complete with
clamps, brass nipple, brass holder tack wood
bush, reflectors fuse, wiring, Junction box etc.
as per standard specification but excluding
cost of materials.
35 No. 0 187 187 6545.00
19
Supplying Steel tubular pole (Swaged)
confirming to IS - 2713 (Part-II) 1980.
Manufacturing process of steel tubular pole
should be as per IS specification. Basic steel
tube should be ISI Marked. Pole should be
painted by one coat of Zinc comet Primer and
two coat of Aluminum /approved paint to be
erected on / in existing Foundation. The
lengths of poles are as below. (B) 8.5 mtr. Long
Swaged Steel tubular pole (i) Pole as per IS
code 410-SP-16 with 300 X 300 X 4 mm base
plate. (Approximate weight 75 Kg) For burial
erection
25 No. 0 400 400 10000.00
20
Foundation for Burial type Poles :Providing M-
20 / 1:2:4 cement concrete foundation & 70 %
PCC from bottom including excavation for the
pole of size 45 x 45 x 100 cms. Deep in below
ground level with plinth of 45 cms x 45 cms (or
45 cms dia x 45 cms) high upper ground level
with necessary curing and finishing in
approved manner. ( for 4 & 6 mtr pole)
25 No. 620 200 820 20500.00
Page | 33
21
Providing Street Light pole bracket consisting
of medium class MS pipe of 4.2 cms. Outside
dia complete with suitable sleeve tubing 45
cms. Long M S. pipe (Medium Class). Suitable
for 76.5 mm /80mm / required size of pole top
having sufficient fasteners forfixing the
brackets and having spread of 1.5.mtr. Length
with 110 deg. with vertical plane & suitable
welded stays, reducer and with check nuts
complete painted with one coat of Red oxide /
PU base primer and two coats of Aluminum/
PU paint. Paint with following nos of arms.
[A] Single Arm Bracket 1.0 Mtr
25 No. 550 50 600 15000.00
22
Providing and erecting XLPE (IS: 7098) (I)-88 ISI
armored cable multi strand Copper conductor
for 1.1 KV. to be laid on wall with necessary
clamps or in existing trench / pipe at road
crossing or floor of following size of
cables.(A) 4 core 2.5 Sq. mm Make:- Finolex,
Polycab, Havells
800 Meter 250 10 260 208000.00
Total Estimate in Rs. 992315.00
IN Word: Rupees Nine Lacs Ninty Two Thousand Three Hundred Fifteen Only (Exclusive of service Tax)
Offered Rate (Above /Below in %) Above / Below _______%
Net offered amount
Offered amount in words: ________________________________________________
Note:
1. Purchase Order will be given to overall L-1 (lowest) party for supply plus work i.e. total value of
schedule B for Electrification work at Hydro Store and Mini hydro power station Ukai.
2. Party has to supply material as per specified make only as mention in description column and if
supply materials are any other standard make then party has to take approval of EIC.
3. Payment will be made after measurement within 30 days as per actual work done only.
4. The above price is firm till completion of works. No escalation will be given against this contract.
5. The service tax at prevailing rate will be paid by GSECL extra. No any charges or taxes other than
service tax will be paid extra to the contractor subjected to claim in Invoice/ Bill.
6. Supply and work invoice should be raised separately.
7. Tin invoice to be raised in case of supply of material if not full VAT of prevailing rate will be
deducted & deposited to the authority.
Signature of Bidder Chief Engineer (Gen)
With Seal & Date GSECL: TPS: UKAI